Loading...
HomeMy WebLinkAboutContract 42360 (2)- CllY SECRETARY iECIFICATIONS AND CONTRACT DOCUMENTS 0.0.E. FILE FOR CONTRACTOR'S BONDING CO. CONSTRUCT!cYM$1:ER>'AND SANITARY SEWER RELOCATIONS CLIENT oc:oA ~AR 1fHE TRINITY RIVER VISION-CENTRAL CITY l5ff~J'E'~T AND THE TRINITY UPTOWN SERVICE AREA PHASE 1 -BRIDGE AND CHANNEL RELOCATIONS PART I HENDERSON STREET BRIDGE WATER & SANITARY SEWER RELOCATIONS (WOODWARD ST., HENDERSON ST. & WHITE SETTLEMENT RD.) Michael J . Moncrief Mayor CITY PROJECT No. 00969 Water No. P265-609170096983 Sewer No. P275-709170096983 APRIL 2011 S. Frank Crumb, P.E. Director, Water Department Doug Wiersig, Ph .D., P.E. Tom Higgins Acting City Manager Director, Transportation and Public Works Department PREPARED FOR: The City of Fort Worth Trinity River Vision WBS No: 2.2.2 801 Cherry s, .. Unit II. Suile ,50 fl. l,:rtn, IX 16102 811-} ·651 IX Re,;ii strolion Ho. r -928 10 -03 -·11 P03 :vO RCVD • • I 2_ '-..::'.:::- M&CReview CITY COUNCIL AGENDA DATE: CODE: 9/13/2011 C COUNCIL ACTION: Approved on 9/13/2011 REFERENCE NO.: C-25162 TYPE: NON- CONSENT LOG NAME: PUBLIC HEARING: P~ge 1 of2 Official site of the City of Fort Worth, Texas fORTWORTH ~ 60TRVPIHEND- CONATSER NO SUBJECT: Authoriz.e Execution of a Contract in the Amount of $1,249,597.00 with Conatser Construction TX, LP , for Water and Sanitary Sewer Main Relocations for the Trinity River Vision-Central City Project and the Trinity Uptown Service Area Phase 1 -Bridge and Channel Relocations, Part 1 Henderson Street Bridge Water and Sanitary Sewer Relocations (COUNCIL DISTRICTS 2 and 9) RECOMMENDATION: It is recommended that tbe City Council authorize the execution of a contract i,n the amount of $1,249,597.00 with Conatser Construction TX, LP, for Water and Sanitary Sewer Main Relocations for the Trinity River Vision-Central City Project and the Trinity Uptown Service Area Phase 1 -Bridge and Channel Relocations, Part 1 Henderson Street Bridge Water and Sanitary Sewer Re locations. DISCUSSION: On April 15, 2008, (M&C C-22765) the City Council authorized the City Manager to execute an Engineering Agreement with Kimley-Horn and Associates, Inc., for Water and Sanitary Sewer Main Relocations for the Trinity River Vision -Central City Project and the Trinity Uptown Service Area Phase 1 -Bridge and Channel Relocations . The overall Trinity River Vision Project includes construction of the Henderson Street Bridge over a future bypass channel between the Trinity River and Clear Fork Trinity River. This project, Part 1, provides for the abandonment of the existing water and sanitary sewer mains located on Henderson Street (Cullen Street to White Settlement Road) that are necessitated by the proposed bridge. Additionally, new water and sanitary sewer mains will be constructed north and south of the bridge in order to maintain water and sewer service to customers who will be affected by the abandonment of the identified water and sanitary sewer mains. The project was advertised for bid on April 28, 2011 and May 5, 2011, in the Fort Worth Star- Telegram. On May 19 , 20 11, the following bids were received : Bidders Bid Amount Time of ComRletion Atkins Brothers* $1 ,190,892.00 180 Calendar Days Conatser Construction TX, LP $1,249,597.00 Gin-Spen , Inc. $2 ,012 ,170.00 *Atkins Brothers has been determined to be non-responsive to the contract specifications due to failure to return the required M/WBE documentation . In addition to the contract amount, $67 ,500.00 (Water: $22,500.00 and Sewer: $45,000 .00) is required for construction staking, project management, material testing , inspection, mapping and as- bu ilt drawings and $49,000 .00 (Water: $24 ,000 .00 and Sewer: $25 ,000.00) is provided for change http://apps .cfwnet.org/council_packet/mc_review.asp?ID=l5611&counci ... Friday, September 23 , 2011 M&CReview P~ge2 of2 ~ . order contingencies . M/WBE-Conatser Con~tru<;tion TX, LP, is in compliance with the City's M/WBE Ordinance by committing to 21 percent M/WBE participation. The City's goal on this project is 21 percent. This project is located in COUNCIL DISTRICTS 2 and 9. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budgets, as appropriated, of the Water Capital Projects Fund and the Sewer Capital Projects Fund. TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 60TRVP1HEND-CONATSER MAP (2).pdf FROM Fund/Account/Centers P265 541200 609170096983 $484,116.00 P275 541200 709170096983 $765,481.00 Fernando Costa (6122) S. Frank Crumb (8207) Liam Conlon (6824) http://apps.cfwnet.org/council_packet/mc_review.asp?ID=l5611&counci ... Friday, September 23, 2011 --- ADDENDUM NO. 2 CITY OF FORT WORTH WATER DEPARTMENT Water and Sanitary Sewer Relocations for the Trinity River Vision -Central City Project and the Trinity Uptown Service Area Phase 1 -Bridge and Channel Relocations Part 1 -Henderson Street Bridge Water and Sanitary Sewer Relocations Woodward St., Henderson St. and White Settlement Rd. City Project No. 00969 Addendum No. 2. Issue Date: May 19, 2011 This addendum forms part of the contract documents referenced a bove and modifies the original Contract Documents . Acknowledge receipt of this addendum by signing a nd att aching it to the Contract Documents (in s ide). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. SPECIFICATIONS • P a rt 4 .1 -Bid Proposal o DELETE the Proposal Addendum No. 1, Page 2R, in its entirety and REPLACE with "Proposal -Addendum No. 2, Page 2R I" as attached. All other provisions of the contract documents, plans and specifications shall remain unchanged . Fa ilure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive . A signed copy of this addendum shall be placed into the Proposal at the time of bid submitta l. Water Department S. Frank Crumb, P.E . Director By: [611 j Tony Sholola, P.E . Engineering Manager (Water Dept.) ADDENDUM NO. 2 ADDENDUM NO; 1 CITY OF FORT WORTH WATER DEPARTMENT Water and Sanitary Sewer Relocations for the Trinity River Vision -Central City Project and the Trinity Uptown Service Area Phase J -Bridge and Channel Relocations Part 1 -Henderson Street Bridge Water and Sanitary Sewer Relocations Woodward St., Henderson St. and White Settlement Rd. City Project No. 00969 Addendum No. 1. Issue Date: May 18, 2011 This addendum form s part of the contract documents referenced above and modifies the original Contract Documents . Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid . CLARIFICATIONS • Pavement Marking -Thermoplastic Pavement Stripping o Section B -Sanitary Sewer Improvements, Pay Item 37, is total quantity for 4 " Thermoplastic Pavement Stripping for both water and sanitary sewer improvements . SPECIFICATIONS • Part 4.1 -Bid Proposal o DELETE the Proposal, Pages I to 15 , in its entirety and REPLACE with "Proposal - Addendum No . I, Pages l R to l 5R" as attached. All other provisions of the contract documents, plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Water Department S. Frank Crumb, P.E . ~ :;•cto To~ >ti~ Tony Sholola, P.E . Engineering Manager (Water Dept.) ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WATER AND SANITARY SEWER RELOCATIONS FOR THE TRINITY RIVER VISION-CENTRAL CITY PROJECT AND THE TRINITY UPTOWN SERVICE AREA PHASE 1 -BRIDGE AND CHANNEL RELOCATIONS PART I HENDERSON STREET BRIDGE WATER & SANITARY SEWER RELOCATIONS (WOODWARD ST., HENDERSON ST. & WHITE SETTLEMENT RD.) Michael J. Moncrief Mayor CITY PROJECT No. 00969 Water No. P265-609170096983 Sewer No. P275-709170096983 APRIL 2011 S . Frank Crumb, P.E . Director, Water Department Doug Wiers ig , Ph .D ., P .E. Tom Higgins Acting City Manager Director, Transportation and Public Works Department PREPARED FOR: The City of Fort Worth 1~--~ STREAM WATER GROUP, INC. \,, ~ 6737 Brentwood Sta ir Road, Su ite 230 · -Fort Worth , Texa s 76112 -Phone : 817-446-4171 @c!'@c\o!J) Texa s Reg istrati on No. F-005488 .......--11n11 Kimley-Horn ........._ _, ~ and Associates, Inc. 801 Ctierry St •• Un it 11. Suite ~50 ft . Wert h. IX 1,1 02 81 J-l35-6511 IX Reqi stro t ioo No. H28 Trinity River Vision WBS No: 2.2.2 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WATER AND SANITARY SEWER RELOCATIONS FOR THE TRINITY RIVER VISION-CENTRAL CITY PROJECT AND THE TRINITY UPTOWN SERVICE AREA PHASE 1-BRIDGE AND CHANNEL RELOCATIONS PART I HENDERSON STREET BRIDGE WATER & SANITARY SEWER RELOCATIONS (WOODWARD ST., HENDERSON ST., & WHITE SETTLEMENT RD.) CITY PROJECT No. 00969 Water No. P265-609170096983 Sewer No. P275-709170096983 CITY OF FORT WORTH TARRANT COUNTY, TEXAS APRIL 2011 Trinity River Vision WBS No: 2.2.2 I hereby state that these Contract Documents for Woodward St., Henderson St., and White Settlement Rd. were prepared under my direct superv ision and that I am a duly Registered Professional Engineer under the laws of the Stat~Vi-oexas. /1 (J ~~ . ~Fr .:::-,._..._-<._ ........ _.f ,., llb #<::, / * ··· .. IS' .'I Carl Dezee, P.E. Kimley-Horn and Associates, Inc. TBPE Reg # F-928 801 Cherry Street, Unit 11 , Suite 950 Fort Worth , TX 76102 Shamsul Arefin , P .E. Stream Water Group, Inc. TBPE Reg # F-005488 6737 Brentwood Stair Rd., Suite 230 Fort Worth, TX 76112 #• l ... * ~ :!.; ·~·~ st··· ................. -·--·-····?, io! CARL T. DeZEE :::; ~ ................... -·-············~ ..... • 8 . ;., ?, .o-. 7685 i ci:-..,J 'I: -9.~ ,;'<.r ~ oA> 'l.!c-s~ .... ~~ Z I[ lr.,.,~s" .. ?;: ... .,. ..,_<:," •th"IOHA\. ~""' '\\'\,°\'\"\."'O,.'-'-""' ~""''''' --t OF 7 '-\ --.. , .·· ..... ..('',t \\ ,-L'\ .··*··.-fr.\ ... , . . " ' ~ .·· · .. t ;'.: . * ,, I*:· ··.* I ; ............................... , I. MO SHAMSUL AREFIN I / .............................. ./ ~ \ 83867 ! J ,~·-. :~~ ,, ···.l.J~r-.c.•Q .. ·· ~ I/ . \ . • '-E;.t,.aoY.. , •I£, \{ss;·-..... ·· @ -e '-,ONAL ~ '\\ , .. , ,,, ' I. \ \ ,,.,., . t\' ---- I / / // I ( \ LE!JEH!2 --Un/I, ~ -n Kimley-Horn and Associates, Inc. -UU/lty R8/ocatlons For The Trinity River VTslon- Central City Project & The Trinity Uptown Service Ar88 WOODWARD STREET (FROM N. HENDERSON ST. TO CALVERT ST.) City Map#: 2042-396, 2048-396 Mapsco #: 62Y Part 1 -Project Location Map ~ STREAM WATER GROUP, INC. \~) ENGINEERS• Pl»INERS • SURVEYORS ~lff\ 6737 ......... ,_a.l...S-HO ~~ ~~~~ TABLE OF CONTENTS 01 -Project Information [gJ 1.1 -Title Page MS-Word [8l 1.2 -Location Maps pdf 02 -Front End Documents 2.1 -Table of Contents MS-Word [8l 2.2 -Notice to Bidders MS-Word [gJ 2.3 -Comprehensive Notice MS-Word to Bidders [8l 2.4 -Special Instructions to pdf Bidders (water-sewer) D 2.5 -Special Instruction to pdf Bidders (paving-drainage) D 2.6 -Detailed Project MS-Word Specifications (no drawings provided) 03 -MWBE Documentation [8l 3.1 -MWBE Special pdf Instructions [8l 3.2-MWBE pdf Subcontractors/Suppliers Utilization Form [8l 3.3 -MWBE Prime Contractor pdf Waiver 0 3.4 -MWBE Good Faith Effort pdf 0 3.5 -MWBE Joint Venture pdf 04 -Bid Package 0 4.1 -Bid Proposal Workbook MS-Word [8J 4.3 -Bid Schedule MS-Excel [8J 4.4 -List of Fittings MS-Excel 0 4.5 -Pre-Qualified Contractor MS-Excel List 05 -General and Special Conditions [gJ 5.1 -Part C General pdf Conditions (wate r -sewer) 0 5.2 -Supplementary pdf Conditions to Part C (water - sewer) [8l 5.3 -Part D -Special MS-Word Conditions (water -sewer) [8l 5.4 -Part DA -Additional MS-Word Special Condition (water - sewer) [8l 5.5 -Part E Specifications pdf D 5.6 -Special Provisions (paving -drainage) [gJ 5. 7 -Wage Rates pdf [gJ 5.8 -Compliance with and pdf Enforcement of Prevailing Wage Rates D 5.9 -Standard Details (water-dwf sewer) D 5.10 -Standard Details dwf (paving-drainage) City of Fort W orth . Texas Table of Co ntents PM O Release Date : 06 .1 0 .2010 Page I of I TABLE OF CONTENTS 06 -Technical Specifications 07 -Contracts, Bonds and Insurance 08 -Appendices 09 -Addenda City of Fort Worth, Texas Table of Contents PMO Re lease Da te: 06 .10.2010 Page 2 of 2 ~ Technical Specs Index ~ 7.1 -Certificate of Insurance ~ 7.2 -Contractor Compliance With Workers' Compensation Law ~ 7.3 -Conflict of Interest Questionnaire [8J 7.4-Performance Bond [8J 7 .5 -Payment Bond [8:1 7.6 -Maintenance Bond [8:1 7.7 -City of Fort Worth Contract D Easements Index [8J Permits Index D Reports Index [8:1 Geotech Index D Pavement Cores Index D Addenda Index MS-Word pdf pdf pdf pdf pdf pdf 02 -Front End Documents - - - 2.1 -Table of Contents [81 2.2 -Notice to Bidders [81 2.3 -Comprehensive Notice to Bidders [81 2.4 -Special Instructions to Bidders (water-sewer) D 2.5 -Special Instruction to Bidders (paving-drainage) D 2.6 -Detailed Project Specifications (no drawings provided) MS-Word MS-Word MS-Word pdf pdf MS-Word SHORT FORM NOTICE TO BIDDERS Sealed proposals for the following: FOR: WATER AND SANITARY SEWER RELOCATIONS FOR THE TRINITY RIVER VISION-CENTRAL CITY PROJECT AND THE TRINITY UPTOWN SERVICE AREA PHASE 1 -BRIDGE AND CHANNEL RELOCATIONS PART I HENDERSON STREET BRIDGE WATER & SANITARY SEWER RELOCATIONS (WOODWARD ST., HENDERSON ST. & WHITE SETTLEMENT RD.) City Project No. 00969 Water Project No. P265-541200-609170096983 Sewer Project No. P275-541200-709170096983 Addressed to : CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until I :30 p.m., Thursday, May 19 1 2011 and then publicly opened and read aloud at 2 :00 p.m. in the Council Chambers. One set of plans and documents for this project may be purchased for a non-refundable cost of Sixty Dollars ($60 .00) per set at the offices ofKimley-Hom and Associates, Inc., 801 Cherry Street, Unit 11, Suite 950, Fort Worth, Texas 76102 . These documents contain additional information for prospective bidders . Plans and Specifications will be available for pick-up on Thursday, April 28, 2011. The major work will consist of the following (All Approximate): SECTION A-WATER IMPROVEMENTS 421 L.F. 12" Water Pipe 573 L.F. 8" Water Pipe 550 L.F. 1" Water Service 125 L.F. 2" Water Service SECTION B -SEWER IMPROVEMENTS 1444 L.F. 8" Sewer Pipe 10 EA Sanitary Manhole All bidders submitting bids are required to be pre-qualified in accordance with the requirements of the Special Instructions to Bidders. For additional information, please contact Liam Conlon, P .E., Project Manager, City ofFort Worth-Water Department at Telephone Number: (817) 392-6824 or by email : Iiam .conlon@ fortworthgov.org , and/or Carl Dezee, P.E., Project Manager, Kimley-Horn and Associates, Inc. at (817) 335-6511 or by email: Carl.Dezee@ Kimley-Hom .com . Advertising Dates: April 28. 2011 May 5,201 l COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: Water And Sanitary Sewer Relocations For The Trinity River Vision-Central City Project And The Trinity Uptown Service Area Phase 1 -Bridge And Channel Relocations PART I HENDERSON STREET BRIDGE WATER & SANITARY SEWER RELOCATIONS (WOODWARD ST., HENDERSON ST. & WHITE SETTLEMENT RD.) Water No. P265-541200-609170096983 Sewer No. P275-541200-709170096983 City Project No. 00969 Addressed to : CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until I :30 p.m ., Thursday, May 19, 2011 and th en publicly opened and read aloud at 2:00 p.m. in the Council Chambers . One set of plans and documents for this project may be purchased for a non-refundable cost of Sixty Dollars ($60.00) per set at the offices of Kimley-Hom and Associates , In c., 80 I Cherry Street, Unit 11 , Suite 950, Fort Worth , Texas 76102. These docum ents contain additional information for prospective bidders . Plans and Specifications will be available for pick-up on Thursday, April 28. 2011. The major work will con s ist of the following (All Approximate): SECTION A-WATER IMPROVEMENTS 421 L.F. 12" Water Pipe 573 L.F. 8" Water Pipe 550 L.F. 1" Water Service 125 L.F. 2" Water Service SECTION B -SEWER IMPROVEMENTS 1444 L.F . 8" Sewer Pipe 10 EA Sanitary Manhole 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 comp ly with Provision 5159a of"Vemon's Annotated Civil Statutes" of the State ofTexas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices . Bid security may be required in accordance with Special Instructions to Bidders. T he City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities . COMPREHENSIVE NOTICE TO BIDDERS No bid may be withdrawn until the expiration ofninety (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 Carl DeZee, P.E., Project Manager, Kimley-Hom and Associates, Inc. at (817) 335-6511. 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. In accordance with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City of Fort Worth contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR W AIYER 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 Water 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 within this document is designed as a package. In order to be considered an acceptable bid , the Contractor is required to submit a bid for the complete proposal. A bid proposal submittal that is received with the proposal incomplete will be rejected as being non-responsive. The Contractor, who submits the bid with the lowest price, will be the apparent successful bidder for the project. Bidders are hereby informed that the Director of the Water Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth. Bidders must be pre-qualified with City of Fort Worth to secure an award of a project. Not being pre-qualified can be grounds for rejection of a bid . For additional information, please contact Liam Conlon, Project Manager, City of Fort Worth -Water Department at Telephone Number: (817) 392-6824 and/or Carl DeZee, P.E., Project Manager, Kimley-Hom and Associates, Inc. at (817) 335-6511. TOM HIGGINS ACTING CITY MANAGER Advertising Dates: April 28, 2011 May 5, 2011 By :~·~~O ~~~ny~~~,~~~~~~ Engineering Manager, Water Department MARTY HENDRIX CITY SECRETARY SPECIAL INSTRUCTIONS TO BIDDERS 1) PREOUALIFICA TION REQUIREMENTS: All contractors submitting bids are require d to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an accepta ble experience r ecord, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids . a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accounta nt holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared , the previous statement shall be updated by proper verification . b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such . e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened , and if inadvertently opened, shall not be considered. g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification . 2 . BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proofrequired herein . 3 . BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7. 09/10/04 4 . WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following : (a) The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code, including the payment ofnot less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents . (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract ; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Right to Audit, under,paragraph L of Section Cl: Supplementary Conditions To Part C -General Conditions, pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 5 . AMBIGUITY: In the case ofambiguity or lack of clearness in stating prices in the Proposal , the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6 . BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 60 I g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located . "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds . The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the bid amount is $25 ,000 .00 or less, the contract amount shall be paid within forty- five (45) calendar days after completion and acceptance by the City. 9 . AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions 09/10/04 2 or privileges of their employment, discriminate against persons because of their age except on the bases of a bona fide occupational qualification , retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements . Contractor warrants it will fully comply with the policy and will defend , indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. I 0. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with AD A's provisions and any other applicable federal, state and local laws concerning disability and will defend , indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM (''with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date . The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts ( other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time ofnot less than three (3) years. 12 . FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a . The contractor will receive full payment (less retainage) from the city for each pay period. 09/10/04 3 b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete . c . The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable . f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable . g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 09/10/04 4 03 -MWBE Documentation ~ 3.1 -MWBE Special pdf Instructions ~ 3.2-MWBE pdf Subcontractors/Suppliers Utilization Form ~ 3.3 -MWBE Prime Contractor pdf Waiver ~ 3.4 -MWBE Good Faith Effort pdf ~ 3.5 -MWBE Joint Venture pdf ..... - - - - FORT WORTH ---. ---• City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25 ,000, the M/WBE oal is not ap licable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid . M/WBE PROJECT GOALS The City's M/WBE goal on this project is __ 2_1 __ % of the total bid (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25 ,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following : 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications . The Offeror shall deliver the MWBE documentation in person to the appropriate employee of the managing department and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated . A faxed copy will not be accepted . 1. Subcontractor Utilization Form, if goal is received by 5 :00 p.m ., five (5) City business days after the bid met or exceeded : openinci 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 cioal : 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 openino 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 subcontractino/suoolier work : opening date, exclusive of the bid openinci 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 ooal. openinci date, exclus ive of the bid opening date . FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BIO BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392-6104. Rev . 11/1 /05 FORT WORTH ---.....,..--- PRIME COMPANY NAME: no.+S-e. r PR JECT NAME: City of Fort Worth Subcontractors/Suppliers Utilization Form ATTACHMENT 1A Page 1 of 4 Check applicable block to describe prime c.:tiOYl I PART I HENDERSON STREET BRIDGE WATER & SANITARY SEWER RELOCATIONS (WOODWA R D ST., H t:NDERSON ST . & WH ITE SETIL CMENT RO .J M/W/DBE NON-M/W/DBE BID DATE D'5 \q ~II City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER City Pro~ct No. 00969 21 % ~ . 4'25 % Wale r Protect No . P265-5'4 1200-609170096983 Sev.ier Pro·ect No . P275-5'4 12D0-709170096983 Identify fill 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 2"d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening with in the Marketplace , that have been dete rmined to be bonafide minority or women bus inesses by the North Central Texas Reg ional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway divis ion . Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized , the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed 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 I fOR T WORTH ~ ATTACHME NT 1A Page 2 of 4 Primes are r e qui re d to id e ntify ALL subcontractors/suppliers , regardless of status; i.e ., M inority , Wome n a nd non-M/WBEs. P lease list M/WBE firms first , use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T Detail Detail Company Name i N T 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 /r"t.l (., .I'-i l"0i y ROB ERT G RA NA DO S TR UC KI NG ~u.\ oq:. $181, s,o.oO 54 12 Ki ngs li nk C i rc le 'Sv1. <pl U.S. Fort Wort h, Texas 76 13 5 v (8 17) 237-3520 I Co re,r-04 e-$q, &,00,oO COWTOWN REDI-M IX )<Q&°, Mix PO Box 162327 Fort Worth, Texas 7616 1 I v V (817) 759-1919 f (8 17)759-1 7 16 I/ -~c,~ $.L/J., 500, (J) HAROSBROTH ERSBORIN( 5 112 M o sso n Road ,/ Fort Worth , Texas 76119 I (817) 572 -6332 TV .:r Y151)eci ;()v) $'-/,I DD, oo MJ PIP ELI NE INS PECTION, INC. ~ L·\Y1e£ P0Box85 1 I ,/ Granbury, TX 76048 -085 1 Me lody Bendewa ld (8 I 7) 946-1 I 26 '°Thr-+o b) .e_ $3/XX>,cP MMG BU ILDI NG& CONST. S ER' IC t S,l LC I --to·, I e., ~ P.O. Box 12 98 R-ey\~, ~ Hurst, TX 7605 3 i/ V (8 17) 51 0-0490 f (8 17) 51 0-049 5 I S~{v\c..L i=:-u ~ c:J>;;i.. 41 OW Cf) S UN COAST RE SOURCES INC. / Teri Bateman I ,/ PO Box 972 32 1 Dallas, Texas 7539 7 V (800)6 77-38 35 x6 55 - Rev. 5/30/0 3 I fORTWORTH -....,.--- ATTACH MENT 1A Page 3 of 4 P rimes a re requi red to identify ALL subcontra ct ors/suppliers , rega rdless of status; i.e .• M inority, Women and no n-M/WBEs. Please list M/WBE fi rms first , use additional sheets if ne ce ssary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D .... Telephone/Fax r B B R 0 B E E C T E A Roadrun ner Traffic Supp ly, In c. ~f'O<tti(__.. 3200 Marq ui ta Drive LOYlf-(OI -$ 1) O{l).ClJ Fort Worth, Texas 76 11 6 './ v'~ ,, fupp) fe_5 ph one: 8 17 -244-0305 ,I' ·~ - ' fax : 8 17-244-48 19 '?; pe I .Pi ~e_. $1,3ao00 RINKER MATERIALS .v r-; -tf iY"ljs + PO B o x 730197 \/o. J .;e~ D allas, Texas 75373 --0 197 I (8 17) 49 1-432 1 ?,~,Pipe... Jft;3, 900, oO HD SU PPLY WATERWORKS, Ltd. ~, '+J-ic4o S d-PO Box 8407 00 I V D allas, T ex as 75284 V Voi Iv-es (817 ) 595 -0 580 Rev . 5/30/03 foRTWORTH ~ r otal Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ $ ATTACHMENT 1A Page 4 of 4 cd) IP 8', 5(:XJ. cl) I ht) c)..oD . 00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 4 3/p 700 .oD I 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 goa l. 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 terformed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements . Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. ~~ N~efTitle (if differe,ro: ../., ($1':J) 534:t'JY?, [Sl'J)5 ?>'1-Y.5$ ~ Telephone and/or Fax Company Name <P.v. 'Bz):J< 15\JL{i I ~C C;t@, (ON:)a;f: SP C UJrrJ E ail Add ess 0511q /~ll Address ~ lt wa..(:th -p( 1 V) \ lq City/State/Zip \ Date I / Rev . 5/30/03 FORT WORTH ......, •. - City of Fort Worth Prime Contractor Waiver Form ATTACHMENT 18 Page 1 of 1 PRIME COMPANY NAME : Check applicable block to describe prime PROJECT NAME: I M,W/DBE I I NON-M/W/DBE PART I HENDERSON STREET BRIDGE WATER & SANITARY SEWER RELOCATIONS (WOODWARD ST., HENDERSON ST. & WHITE SETILU1£.NT RD .t BID DATE City's M/WBE Project Goal : PROJECT NUMBER city Pcoje ct No. 00969 Waler Project No. P265-541200-6091 70096983 21 % Sewe< Pro;ect No. P2 75-5.( 1200-709170096963 If both answers to this form are YES, do not complete ATIACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO , then you must complete ATIACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m., five (5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business . Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business . NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract , the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid . The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements . Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature T~le Contact Name (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev. 5/30103 FORT WORTH "-, . ~ PRIME COMPANY NAME: City of Fort Worth Good Faith Effort Form PART I HENDERSON STREET BRIDGE WATER & SANITARY SEWER RELOCATIONS (WOODW ARD ST, H CNDCR SO N ST. & WHITE SCTILCM[NT RD .) City's M/WBE Project Goal: 21 % PROJECT NUMBER city Project No . 00969 Wauit Project No. P26S-S41200.609 17009698 3 Sewer Project No P27S-54 1200.. 709170096983 ATTACHMENT1C Page 1 of 3 Check applicable block to describe M/W/DBE NON-M/W/DBE If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal, you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2"a tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 05/30/03 A TIACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. ___2{_Yes __ No Date of Listing __Qj__, o2 I / c2D I/ 3 .) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ?<. Yes (If yes, attach MIWBE mail listing to include name of firm and address and a dated copy of letter mailed.) __ No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? ---2{_ Yes (If yes, attach list to include name of M/WBE firm, person contacted, phone number and date and time of contact.) __ No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? 1-_ves __ No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. {Please use additional sheets if necessary, and attach.) Comoanv Name Teleohone Contact Person Scope ,Qf Work Reason for Rejection v\ I ' j fJ {) ( )Lr /J/J.. f) rf)). J 01-l-r /l -'--' . Rev. 05/30/03 ADDITIONAL INFORMATION : ATTACHMENT 1C Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City' M BE nvr .... .,..,.- ut rized Signature Printed ignature ~rnQ... e,es~cieo± Contact Name and Title (if different) Title ~mt s~ < 0.nnsh,u L --\°\ Ov:), X1 Lt' Company Name 8t1J-,t;34-17q3 <?,n-53L/---'-1$ VJ Phone Number Fax Number fo :brx ,sy4:~ ' eJ Q '( ( ~@; Coatl$:£ C. I n«1 ii Addr ss City/State/Zip 05) 1'1 / dQll Date I Rev. 05130/03 May 19 , 2011 City of Fort Worth CONATSER CONSTRUCTION TX, LP P.O. Box 15448 Fort Worth, Texas 76119 (817) 534-1743 fax (817) 534-4556 Disa dvantaged Business Enterprise 1000 Throckmorton Street Fort Worth, Texas 76102 RE: WATER & SANITARY SEWER RELOCATIONS FOR THE TRINITY RIVER VISION -CENTRAL CITY PROJECT AND THE TlUNTIY UPTOWN SERVICE AREA CITY PROJECT NO. 00969 In the City of Fort Worth, Texas Below is a list of responsible Subcontractor/Supplier quotes received on the referenced project. These quotes reflect having a complete bid, insurance, and quoting on or before 5:00 p.m. at least day prior to bid opening. Pipe, Fittings & Valves 1) HD SUPPLY WATERWORKS , Ltd. No M/WBE bids received . 2) Rinker Materials No M/WBE bids received. $163,900 .00 $4,300 .00 817-595-0580 817-491-4321 The above information is strictly confidential and must not be bound to the Contract Documents . May 5, 2011 Conatser Construction TX, LP 'P. 0. Box 15448 Fort Worth, Texas 76119 (817) 534-1743 FAX: (817) 534-4556 Attention: Certified and Approved MBE and WBE Enterprise Companies SIC 00321201 We are soliciting bids from Certified and Approved M .B.E. and W.B .E . Enterprise companies who wish to quote us sub-prices on the following project [s]: WATER AND SANITARY SEWER RELOCATIONS FOR THE TRINITY RIVER VISION -CENTRAL CITY PROJECT AND THE TRINITY UPTOWN SERVICE AREA, PHASE 1 BRIDGE AND CHANNEL RELOCATIONS PART 1 HENDERSON STREET BRIDGE WATER & SANITARY SEWER RELOCATIONS (WOODWARD ST., HENDERSON ST. & WIDTE SETTLEMENT RD.) Water No. P265-609170096983 Sewer No. P275-709170096983 City Project No. 00969 PROJECT BID DATE: May 19, 2011 Specifications and Contract Documents for this project [s] may be obtained at the Office of Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas or can be viewed at Conatser Construction TX., L. P. 5327 Wichita Street, Fort Worth, Texas . All Subcontractors must have a Certificate of Insurance on file with us prior to bid submittal and must be capable of having a Performance , Payment and Maintenance Bond. All Subcontractors will be required to comply with Provision 5159-A of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400 ( Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. All bids must be quoted "One Work Day Prior to Bid Opening", no later than 5:00 PM; otherwise bids will be considered non-responsive. We appreciate your interest in this project and look forward to working with you in the future . If you have any questions or comments regarding the above , please call (817) 534-1743 or fax (817) 534-4556. Bertha Gianulis Controller May 5 , 2011 Conatser Construction TX, LP 'P, 0. Box 15448 Fort Worth, Texas 76119 (817) 534-1743 FAX: (817) 534-4556 Attention: Certified and Approved MBE and WBE Enterprise Companies SIC 00179102 We are soliciting bids from Certified and Approved M .B .E. and W.B .E. Enterprise companies who wish to quote us sub-prices on the following project [s]: WATER AND SANITARY SEWER RELOCATIONS FOR THE TRINITY RIVER VISION -CENTRAL CITY PROJECT AND THE TRINITY UPTOWN SERVICE AREA, PHASE 1 BRIDGE AND CHANNEL RELOCATIONS PART 1 HENDERSON STREET BRIDGE WATER & SANITARY SEWER RELOCATIONS (WOODWARD ST., HENDERSON ST. & WHITE SETTLEMENT RD.) Water No. P265-609170096983 Sewer No. P275-709170096983 City Project No. 00969 PROJECT BID DATE: May 19, 2011 Specifications and Contract Documents for this project [s] may be obtained at the Office of Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas or can be viewed at Conatser Construction TX., L. P . 5327 Wichita Street, Fort Worth, Texas. All Subcontractors must have a Certificate of Insurance on file with us prior to bid submittal and must be capable of having a Performance, Payment and Maintenance Bond. All Subcontractors will be required to comply with Provision 5159-A of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prev ailing wage rates and City Ordinance No. 7278, as amended by City Ordinance N o . 7400 ( Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. All bids must be quoted "One Work Day Prior to Bid Opening", no later than 5:00 PM; otherwise bids will be considered non-responsive. We appreciate your interest in this project and look forward to working with you in the future. If you have any questions or comments regarding the above, please call (817) 534-1743 or fax (817) 534-4556. Bertha Gianulis Controller May 5 , 2011 Conatser Construction TX, LP 'P, 0. Box 15448 Fort Worth, Texas 76119 (817) 534-1743 FAX: (817) 534-4556 Attention: Certified and Approved MBE and WBE Enterprise Companies SIC 00162306 We are soliciting bids from Certified and Approved M.B.E. and W.B.E. Enterprise companies who wish to quote us sub-prices on the following project [s]: WATER AND SANITARY SEWER RELOCATIONS FOR THE TRINITY RIVER VISION -CENTRAL CITY PROJECT AND THE TRINITY UPTOWN SERVICE AREA, PHASE 1 BRIDGE AND CHANNEL RELOCATIONS PART 1 HENDERSON STREET BRIDGE WATER & SANITARY SEWER RELOCATIONS (WOODWARD ST., HENDERSON ST. & WHITE SETTLEMENT RD.) Water No. P265-609170096983 Sewer No. P275-709170096983 City Project No. 00969 PROJECT BID DATE: May 19, 2011 Specifications and Contract Documents for this project [s] may be obtained at the Office of Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas or can be viewed at Conatser Construction TX., L. P . 5327 Wichita Street, Fort Worth, Texas. All Subcontractors must have a Certificate of Insurance on file with us prior to bid submittal and must be capable of having a Performance, Payment and Maintenance Bond. All Subcontractors will be required to comply with Provision 5159-A of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400 ( Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. All bids must be quoted "One Work Day Prior to Bid Opening", no later than 5:00 PM; otherwise bids will be considered non-responsive. We appreciate your interest in this project and look forward to working with you in the future. If you have any questions or comments regarding the above, please call (817) 534-1743 or fax (817) 534-4556. Bertha Gianulis Controller DBE DBE ID# FIRM ADDRESS CITY STATE ZIP PHONE FAX LETTER Ma 5, 2011 00162306 Anglin Environmental, In c. dba AEI 1107 Arwine Court , Suite #100 Eul ess TX 76040 (817)268-1381 (817) 268-1921 y 00162306 820 Environmental, Inc. 3103 C lea r Lake Court Arlington TX 76017 (817) 467-7006 (817) 465-6149 y 00162306 DFW lntrastructure, In c. 4913 Briar Patch La ne Burleson TX 76028 18 887399070 (817) 332-7244 y 00162306 Magnum Manhole & Undergrou nd Co. 3828 Cavali er Drive Garland TX 75042 (214) 687-2293 (972) 276-5318 y 00162306 NTP Plumbing & Utilities Contractor POBOX2110 Fort Worth TX 76104 (817) 909-1475 18774782909 y 00179102 Ram Tool & Supply Company , Inc. 1432 MacArthur Blvd. Ca tTollton TX 75007 (817) 759-1993 (817) 759-2799 y 00321201 All-Tex Pipe & Supply, Inc . 5205 Elliott Reeder Road Haltom C ity TX 76117 (817) 831-3821 (817) 831-2173 y 00321201 Ceco Sales Corporati on 708 N. Main Street Fort Worth TX 76154-0 (817) 429-1866 (817) 332 -5 I 03 y 00321201 LKT & Associates PO BOX 668 Melissa TX 75454 (214) 544-0440 (214) 544-3684 y 00321201 Romar Supply, Inc. 2468 Fabens Road Dallas TX 75229 (214) 357-2020 (214) 357-1398 y 00321201 Winston Water Cooler, LTD. 5014 Mark IV Parkway Fort Worth TX 76106 (817) 624-9090 (817) 624-1747 y 6-May-11 Send Log Status AttachrType PrioName Date Pa ... C.S .Phone Numbe ... Complete Fax Send All-Tex Pipe & Supply, Inc . Thu 5/5/2011 6 :36 PM 2 8178312173 Complete Fa x Send Anglin Environmental , Inc . dba Thu 5/5/2011 6 :38 PM 2 817268192 1 Complete Fax Send B20 Environmental , Inc. Thu 5/5/2011 6 :41 PM 2 8174656149 Complete Fax Send Ceco Sales Corpora tion Thu 5/5/2011 6 :43 PM 2 8173325103 Complete Fax Send Conatser Construction, Inc . te Thu 5/5/2011 6 :45 PM 2 8175344556 Complete Fa x Send LKT & Associates Thu 5/5/2011 6 :47 PM 2 2145443684 Complete Fax Send Magnum Manhole & Undergrou ... Thu 5/5/2011 6 :49 PM 2 9722765318 Complete Fax Send NTP Plumbing & Utilities Contr Thu 5/5/2011 6:50 PM 2 18774782909 Complete Fax Send Ram Tool & Supply Company , Inc Thu 5/5 /2011 6:52 PM 2 8177592799 Complete Fa x Send Romar Supply, Inc . Thu 5/5 /2011 6 :53 PM 2 2143571398 Complete Fax Send Winston Water Cooler, LTD . Thu 5/5/2011 6 :55 PM 2 8176241747 Complete Fax Send DFW lntrastructure , Inc . Thu 5/5/2011 6 :57 PM 2 8173327244 Page 1 Fro m: Bertha Gianulis To: Inc. le Conatser Construction Conatser Construction , TX., LP Tel : 817-534-1743 Fax: 817-534-4556 To : Inc . te Conatser Construction Company : Fax Number : 8175344556 t Subject: ages including cover page : 2 MESSAGE Date : 5/5/2011 Time : 6:45 :18 PM Page 1 of2 FAX C OVE R From : Bertha Gia nulis Company : Conatser Construction Fax Number : (817 ) 534 -4556 Time : 6:36 :44 PM Date : 5/5/2011 We are soliciting bids from Certified and Approved MBE and WBE enterprise companies for projects within the City of Fort Worth , Texas . The following letter outlines the details. Thank You for your interest. WinFax PRO Cover Page From : Bertha Gianulis To : Inc . le Conatse r Construction Dale : 5/5/2011 lime: 6 :45 : 18 PM CONATSER CONSTRUCTION TX .• L.P. May 5, 2011 P. 0. Box 15448 Fort Worth, Texas 76119 (817) 534-1743 (817) 534-4556 Attention: Certified and Approved MBE and \VBE Enterprise Companies We are soliciting bids from Certified and Approved M.B .E. and W.B .E. Enterprise companies who wish to quote us sub-prices on the following project [ s]: WATER AND SANITARY SEWER RELOCATIONS FOR THE TRINITY RIVER VISION -CENTRAL CITY PROJECT AND THE TRINITY UPTOWN SERVICE AREA, PHASE 1 BRIDGE AND CHANNEL REWCATIONS PART 1 HENDERSON STREET BRIDGE WATER & SANITARY SEWER RELOCATIONS (WOODWARD ST., HENDERSON ST. & WIIlTE SETTLEMENT RD.) Water No. P265-609170096983 Sewer No. P275-709170096983 City Project No. 00969 PROJECT BID DATE: May 19, 2011 Specifications and Contract Documents for this project [s] may be obtained at the Office of Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas or can be viewed at Conatser Construction TX ., L.P . 5327 Wichita Street, Fort Worth, Texas . All Subcontractors must have a Certificate of Insurance on file with us prior to bid submittal and must be capable of having a Performance , Payment and Maintenance Bond . All Subcontractors will be required to comply with Provision 5159-A of "Vemon 's Annotated Civil Statutes " of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No . 7278 , as amended by City Ordinance No . 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices . All bids must be quoted "One Work Day Prior to Bid Opening", no later than 5:00 P.M .; otherwise bids will be considered non-responsive . We appreciate your interest in this project and look forward to working with you in the future. If you have any questions or comments regarding the above , please call me at (817) 534-1743 . Our Fax Number is (817) 534-4556. Bertha Gianulis Controller Page 2 of 2 - 04 -Bid Package - - - - - - t:8:1 4.1 -Bid Proposal Workbook t:8:1 4.3 -Bid Schedule t:8:1 4.4 -List of Fittings t:8:1 4.5 -Pre-Qualified Contractor List MS-Excel MS-Excel MS-Excel MS-Excel TO: . l The Purchasing · Department City of Fort Worth, Texas PROPOSAL Fort Worth , Texas Date Here FOR: WATER AND SANITARY SEWER RELOCATIONS FOR THE TRINITY RIVER VISION- CENTRAL CITY PROJECT AND THE TRINITY UPTOWN SERVICE AREA PHASE 1 - BRIDGE AND CHANNEL RELOCATIONS PART I HENDERSON STREET BRIDGE WATER & SANITARY SEWER RELOCATIONS (WOODWARD ST ., HENDERSON ST. & WHITE SETTLEMENT RD .) City Project No .: Water No .: Sewer No .: UNITS/SECTIONS: 00969 P265-541200-609170096983 P275-541200-709170096983 SECTION A -Water Improvements SECTION B-Sanitary Sewer Improvements Pursuant to the foregoing "Notice to Bidders," the undersigned has examined the plans , specifications and the site, understands the amount of work to be done , and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Water Department of the City of Fort Worth. If required by this project, Contractor must be pre-qualified in accordance with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only , and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums , to wit: Total quantities given in the bid proposal may not reflect actual quantities, by represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. Special Note: All contractors_are advised that one contract will be awarded to the lowest combined bid for all Units/Sections. Page 1R of 15R Addendum No. 1 PROPOSAL SECTION A -Water Line Improvements City Project No. 00969; Water Project No. P265-609170096983 Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount Item No. Ouantitv Unit Price in Words Price Bid 1 BJD-00590 140 Linear Pipe-Pressure-12 Inch (Pressure Class Foot 350 DI Water Pipe by Open Cut (All Depths) (Restrained) with Flowable Fill Backfill Per WTR-029M) -Install @ TuOl:hA~d "'°si rO{'t:-~ Dollars $ d1.P()() $ ~~~{Ooo And ~Q Cents Per Unit 2 BID-00121 142 Linear Pipe-Casing-20 Inch (Steel Casing Pipe Foot with 12 inch Pressure Class 350 DI Water Pipe by Other Than Open Cut (All Depths) (Restrained) with Stainless Steel Spacers) -Install @ tr)(ee.. ~LlNQtJld l=°i~~ Dollars $ ?E/).tlJ $ 'fl, 7ct). ()'D And ,JO Cents Per Unit 3 BID-00617 573 Linear Pipe-Pressure-8 Inch (Pressure Class 350 Foot DI Water Pipe by Open Cut (All Depths) (Restrained) with Flowable Fill Backfill Per WTR-029M) -Install @ O~ilY~d~d SDJ.t.abf }::ivL Dollars $ 175°0 $100,o1'15J,C And /\JD Cents • Per Unit 4 BID-00616 38 Linear Pipe-Pressure-6 Inch (Pressure Class 350 Foot DI Water Pipe by Open Cut (All Depths) with Flowable Fill Backfill Per WTR- 029M) -Install @ Dw-Li!uo-:rl ~ Dollars $ lcx:,.Ob $ ~8{;o.oo And tuO Cents Per Unit 5 BID-00121 40 Linear Pipe-Casing-54 Inch (Steel Casing Pipe Foot with Stainless Steel Spacers by Open Cut on Ex . 30" Water Pipe with Flowable Fill Backfill Per WTR-029M) -Install @ c~b-6 i::\u~ ~ Dollars $ ~00 $ ~. C{)() ()0 An NO Cents Per Unit 6 BJD-00685 2 Each Pipe-Tapping Sleeve & 6 Inch G .V.-12 Inch X 6 Inch -Install @ \i)~ (\hQ~ £ii (\d. Dollars $ ~(1DcP And NO Cents $ ~rroOO Per Unit -i Page2R1 of15R Addendum No. 2 PROPOSAL I Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount Item No. Quantity Unit Price in Words Price Bid 7 BID-00696 J Each Pipe-Tapping Sleeve & 8 Inch G.V.-12 Inch X 8 Inch -Install @ t:'i ~ -12... -rho !l c.a o d Dollars 5.a:t:P6 And :ND Cents $ 5,ocorµ $ Per Unit I 8 BID-00637 1 Each Pipe-Tapping Sleeve & 12 Inch G.V.-30 Inch X 12 Inch -Install @ E-{fjht -rhou::a ncl Dollars $ 8a:o.60 Cents $ ~ (XX).oo Ari NO Per Unit ~ -j 9 BID-00749 2 Each Valve-8 Inch-(Resilient Seated) Gate Valve w/Box (Per WTR-002M) -Install @ {)~~l'.niqcl Dollars $) OCl).rP $~ a:o.ob And ·~lQ Cents I ' . Per Unit 10 BID-00745 3 Each Valve-6 Inch-(Resilient Seated) Gate Valve w/Box (Per WTR-002M)-Install @ Ni r-it... l\u Nd f\tcl Dollars $ 9co.tJo $ ;:;) IJ CD otJ And NQ Cents I Per Unit 11 BID-00751 10 Each Valve-Gate (Per Item D-28 -D) -Remove and Salvage @ +ouc Yu.No(.eo Dollars j_ tcl>ozS And NO Cents $ 4{1).00 $ ' Per Unit -J 12 BID-00546 4 Each Fire Hydrant (Per WTR-006) -Install @ =tb<-e-e. -rhouSD ocl Dollars And b..l 0 Cents $ -3 ca:>CD $ I,;), @.0 ~ Per Unit 1 13 BID-00547 9 Each Fire Hydrant (Per Item D-28-C) - Remove and Salvage @ £ \) ,Q_ !J lJ i\JQ ('ecl Dollars $ 5[)DoD $1~~ And tf',.JO Cents Per Unit 14 BID-00548 7 Vertical Fire Hydrant-Barrel & Stem Extension- Foot Install @ o~ Wu.Nd~o Dollars I DO. ()b $ tOD 00 And rtvO Cents $ Per Unit Page 3R of 15R Addendum No . 1 PROPOSAL I Pay CPMS Estimated Unit Name of Pay Item wi t h Unit Bid Amount Item No. Quantity Unit Price in Words Price Bid 15 BID-00550 5 E ach Meter Box-Class A (Per Item D -51 .7) - Insta ll @ Ohi~/.Ju.Nd re.cl Fi 'f::1-:J-Dollars And NQ Cents $ /5{).oo $ -zto.OD Per Unit 16 BID-00553 5 Each Meter Box-Class B (Per Item D-51 . 7) - Install @ /U.)0 H:LJ~d~ i='; f 1-::J_ Dollars $ L. ;;150. b6 And _100 Cents $ ~50.00 Per Unit 17 BID-00709 1 E ach Sample Station (Per Item D-51.11 )- Install @ 1i&nj~ R \/-t W UNdr-ed Dollars And N Cents $ ,J ,5ol)·(;{) ~'5CD6b Per Unit 18 BID-0075 8 550 Linear Water Service-] In ch (Perltem D-51.7)- F oot Install @ }{)(t:.::j. Dollars 40.00 $~caJpc And .NO Cents $ Per Unit , 19 BID-00759 4 Each Water Service-I Inch (Per Item D-51 .7) - Relocate @ F~ve_ W u~d red Dollars And NO Cents $ fJ:XJ .DO $ ~.ccD·oo Per Unit 20 BID-00762 6 Each Water Service-] Inch-Tap to Main (Per Item D-51 . 7) -Install @ Fvu,r Wu.r.Jd(Qd Dollars And NO Cents $ 1/-0o.DO $d Y..to ,0 ~ Per Unit --, 21 BID-00763 125 Linear Water Service-2 Inch (Per Item D-51 . 7) - Foot Install @ s ~ ~)Q k'.) -1:.-... 1 Eive. Dollars ?j.oo ~~3'7506 And /\J 0 Cents $ Per Unit 22 BID-00764 1 Each Water Service-2 Inch (Per Item D -5 l. 7) - Relocate @ D~-rho~nd Dollars $ [ DCIJ·oD And J-.J {_J Cents ~ I Q(){)po Per Unit -:I I Page 4R of 15R Addendum No. 1 PROPOSAL Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount Item No. Quantity Unit Price in Words Price Bid 23 BID-00767 5 Each Water Service-2 Inch-Tap to Main (Per j Item D-51. 7) -Install @ £-@ bt J-l.u.J.Jd(V2.d. Dollars ~.00 An NO Cents $_ $_1_.ctD.0° Per Unit -, 24 BID-00568 3 Ton Pipe Fittings-< Than 16 Inch DI Pipe - Install @ ! 1h ·n~ e... ---r\--ou £,a t1d Dollars $ =3 (X;I). t£) $_ 9/JJ0.6D And NO Cents Per Unit --J 25 BID-00401 3600 Square Driveway (Match Original Depth Per Foot Item D -19) -Replace @ ~-h-t. Dollars '3'.00 Cl) An a@ J..JO Cents $_ $~~~· Per Unit 26 BID-00423 460 Linear Curb & Gutter -Replace @ Foot ~JQnb-....J Dollars And ;JO I Cents $_ :J..O/)D $_ 2JW.Oo Per Unit 27 BID-00528 1900 Square Walk (Per Item D-19)-Replace @ Foot s;x Dollars And t0 D Cents $_ /;;.()() $_ ll, ~C(). U) Per Unit i 28 BID-01227 I Each Walk-ADA Wheelchair Ramp-Replace @ b Af',Q_ mou ~ nd Dollars L [t/)· oo DO And JVO Cents $_ $_ J{.t(), Per Unit I ..j 29 BID-00458 50 Square Pavement-Concrete on 2/27 Concrete Yard Base (Per STR-03 lM)-Install @ SeJe r1-b ~ t='i v-e__ Dollars $_ 3, '1_5D , oi And !VD Cents $_ 75.0° Per Unit 30 BID-01271 630 Linear Pavement-HMAC on 2/27 Concrete Base Foot (Per STR-028M)-Install @ l ~(~~ Dollars 4{).00 $_~d.Dl> {;l b Cents $_ Per Unit 31 BID-00134 100 Square Grass-Hydromulch Seeding (Per Item D- Yard 42) -Install @ r-rh '(();e_ Dollars 3.00 3QO.oo And NO Cents $_ $_ Per Unit Page 5R of 15R Addendum No. 1 PROPOSAL I Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount Item No . Quantity Unit Price in Wo rds Price Bid 32 BID-00367 5 Each Water-Cut & Plug Existing AU Sizes All Depths (At Different Locations Other Than Proposed Water Improvemets) - Abandon @ ~o':11ee:t-J t+u:N:\red Dollars $ I ,5'o0oo $ ]/5W.o0 And NO Cents Per Unit 33 BID-00544 3241 Linear Fill Material-Flowable Fill (In Foot Abandoned Pipe) -Install @ ..--.-leJ-J Do11ars J0 ,oD $ ~ /:1.I 0. r:1-And ,-JO Cents $ Per Unit 34 BID-00841 20 Linear Concrete-Encasement (Per Item D-48) - Foot Install @ -rwer1t:. ~ Dollars 2/C(J.06 And ,-.JQ Cents $ ;){).OD $ Per Unit 35 BID-00372 1042 Linear Trench Safety System 5 Foot Depth (Per Foot Item D -25)-Install @ 1/h ('-Q e.. Dollars .3_DD $ '3.hUo,60 And h.JD Cents $ . Per Unit I 36 BID-00542 1 Each Dehole-Exploratory Excavation (Per Item D-50) -Study @ SJ0 J\ J-/y_NdNJd Dollars y;o.lP (pCO.tJo AndJ:::d.D Cents $ $ Per Unit 37 BID-00768 1 Lump Water Service-2 Inch-Temporary (Per Sum Item 51.8) -Install @ E~n±.=ibouSP ncl Dollars $~ C{X).rJJ $ ~a;voD Cents An NU Per Unit I 38 BID-00145 340 Linear Potentially Petroleum Contaminated Foot Material Handling Per Item DA-37 @ /AN Dollars lD·oo $ ~ l/(J)c/) And NQ Cents $ Per Unit -, 39 BID-00145 266 Cubic Loading, Transportation and Disposal of Yard Contaminated Soil Per Item DA-38 @ fl]) {-h~ Dollars '?f). t;O $ 7/]__<6{). oD And NO Cents $ . Per Unit Page 6R of 1 SR Addendum No . 1 PROPOSAL Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount Item No. Ouantitv Unit Price in Words Price Bid 40 BID-00181 l Lump Traffic Control -Install @ Sum ]2/~~ -ihou5a arl Dollars $~a:orP oO Cents $;:;xJ[EO Per Unit I 41 BID-00100 I Lump Stonn Water Pollution Prevention Plan> Sum Than I Ac SWPPP -Install @ r:7 vf_l-f I tAN I\Qd Dollars ':;Ct/a) '5.C{)D0 And JVO Cents $ $ . Per Unit TOT AL: SECTION A -Water Line Improvements s 4S1 II {p. oD (Transfer 1otal to Summary) Page 7R of 15R Addendum No. 1 PROPOSAL SECTION B -Sanitary Sewer Improvements , City Project No. 00969; Sewer Project No. P275-70917009683 Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount Item No. Ouantitv Unit Price in Words Price Bid 1 BID-00350 675 Linear Pipe-Sewer-8 Inch-PVC SDR26 (by Foot Open Cut (All Depths) and Flowable Fill Backfill Per WTR-029M) -Install @ :rlQ2.u~ t.Y\~ tJible,b~ l=".il~ Dollars $ d'lj.oo $ /qq 1~oo And rJo Cents I Per Unit 2 BTD-00332 558 Linear Pipe-Sewer-8 Inch (Pressure Class 350 Foot DI Sewer Pipe with Protecto 401 lntemal Lining by Open Cut (All Depths) and Flowable Fill Backfill Per WTR-029M) - Install @ -rh'itt. HL1.t-ldt-10 -rer-1 Dollars $ 31000 $1'7~,lBtloo j And b.Ja Cents Per Unit 3 BID-01165 233 Linear Pipe-Casing -16 fnch (Steel Casing Pipe Foot with 8 Inch Class 350 DI Sewer Pipe with Protecto 401 Internal Lining by Other Than Open Cut with Stainless Steel Spacers)-Install @ '1'h(e~ li.11.bl~Nld ~:ftj Dollar~ $ 35'.()() $ ~155?.()0 I . And 11,Jo Cents Per Unit 4 BID-00121 155 Linear Pipe-Casing-16 Inch-Casing-Other Than Foot Open Cut (with Steel Pipe End Cap Protector) -Install @ -(wo WuNdt-.00 h~t~ Dollars $ ol'51).00 $ ~79').0r> And h)Q Cents Per Unit 5 BrD-00121 180 Linear Pipe-Casing-12 Inch-Casing-Other Than Foot Open Cut (with Steel Pipe End Cap Protector) -Install @ !WO :!Jy ).)cl f\td Dollars a200.00 $ 3/o Cl)O. 0 0 And )JQ Cents $ I Per Unit 6 BID-00212 1 Each Manhole-Shallow Std 4 Ft Diam- (Shallow Cone) Per Item D-26 -Install @ ~:c\Y1ousar1d Dollars $ Lf,Doo.o0 $ 4. o_coorJ And NO Cents I Per Unit Page BR of 15R Addendum No. 1 PROPOSAL Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount Item No. Ouantitv Unit Price in Words Price Bid 7 BID-00207 2 Each Manhole-Drop-Std 4 Ft Diam-(to 6 Ft depth) Per Item D-26 -Install @ f=Dr:k~ Fil.!~~ !l~cl red Dollars And .t,JO Cents $i9:0·oD $ 2cco.ot> Per Unit 8 BID-00208 14 Vertical Manhole-Drop-Std 4 Ft Diam -Added Foot Depth (over 6 Ft Depth) Per Item D-26 - Install @ IIDO lJ1 A ~d t-.0 d Dollars $ df)0.00 $~ 9a>OO And t:,..J.12 Cents ij Per Unit 9 BID-00213 7 Each Manhole-Std 4 Ft Diam-(to 6 Ft Depth) Per Item D-26 and Detail SAN-003 - Install @ :rh (-€ e_ lhQld CQ t'1d Dollars $ 3,a:o.oo $~\JQ).00 And hltl Cents Per Unit 10 BID-00214 67 Vertical Manhole-Std 4 Ft Diam-Added Depth Foot (over 6 Ft Depth) Per Item D-26 and Detail SAN-003 -Install @ o.1eJ.\uiJdr-H Se,1~:h1 Ev.e. Dollars $ 115 .00 $ I I, 7;)5°l And ~o Cents Per Unit 11 BID-00198 11 Each Collar-Manhole-32 Inch-Frame & Cover I (Per Item D-26 and Detail SAN-009) - lnstall @ t='i v e.. ~u rJd red Dollars $ ft:O .oo $ '5 '.)C().1)0 And ~O Cents • Per Unit 12 BID-00211 30 Vertical Manhole-Paint & Coating-Interior ' Foot Protective Coating (Per [tern DA-15) - Install @ Ov0.., .\.lu t-tked SeJeY"-\ ~ r.-~Dollars $ 175.oo $ -s:~so.bb And J',J O Cents . Per Unit 13 BID-00217 10 Each Manhole-Vacuum Test Per Item D-35 - Services @ Ql)JQ._ +{ u Nd f'a.d Dollars IW·bO $ l,lWpO And NO Cents $ Per Unit 14 BID-00205 3 Each Manhole Per Item D-28-G -Abandon @ Si K :k\v h\t\ ~eo Dollars And .l~I 0 Cents $ w_oO.OtJ $ I, ~co.(;l} Per Unit Page 9R of 15R Addendum No. 1 PROPOSAL Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount Item No. Quantity Unit Price in Words Price Bid 15 BID-002 06 l Each Manhole Per Item D-2 8-H-Remove @ 'lbrne.. ~u~drecl Dollars And bJO Cents w.oo $ ?JXJ·oo Per Uni t $ I 16 BID-00367 7 Each Sewer-Cut & Plu g Exist in g All Sizes All Depths (At Different Locations Other T Proposed Sewer lmprovemets)- Abandon @ 0 ~£ 1 tlQ!.{S,a y\d Dollars $ 11cm.cP $ J (JD.00 And "-.JD Cents I Per Unit 17 BID-00354 60 Linear Sewer Service-4 Inch PVC (Per Item D- Foot 2 7) -In stall @ fi ~' Dollars -50,DD $ :3(1;[).oD Cents $ Per Unit --, 18 BID-00960 100 Linear Sewer Service-4 Inch (Pressure Class 350 Foot D l Sewer Pipe with Protecto 4 0 l Internal Lining by Open Cut (All Depths) and Flowable Fill Backfill Per WTR-029M) - Install @ OtJt-i.lv~c\ro.d "1'h·, < t-~ Dollars $ 1~_oo $l~XO.oo I And NO Cents Per Unit 19 BID-00355 4 Each Sewer Service-4 Inch Service Tap (Per Item D-27) -Install @ \b(4f lhit:ld ~ Dollars And ND Cents $ 3tJO.DD $ I , :lcn. ov Per Unit j i 20 BID-00356 4 Each Sewer Service-4 lnch-2 Way Clean Out (Per Item D-60 )-Install @ rr;;;D lJi J ,,_,rs\ <a.d Dollars w;,.oo And ihJ !.2 Cents $ c)oo.oo $ Per Unit 21 BID-00616 (70 Linear Sewer Service-6 Inch-PVC C900 -DR 14 Foot (Private Force Service Main) -Insta ll @ £},f!__# Dollars And .1'1 Cents $ 50,00 $~4Vpo Per Unit 22 BID-0042 3 220 Linear Curb & Gutter -Re place @ Foot -rh \ ( t.----1 Dollars And ,r,JO Cents 30,00 00 Per Unit $ $ 4/rJJJ· Page 10R of 15R Addendum No. 1 PROPOSAL Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount Item No. Quantity Unit Price in Words Price Bid 23 BID-00401 500 Square Driveway (Match Original Depth Per Foot Item D-19) -Replace @ EJ&b-b Dollars $5.00 Cents $ $-!:/:. [tl)Pl> , A NQ Per U nit 1 24 BID-00528 80 Square Walk (Per Item D-19) -Replace @ Foot Six Dollars And NV Cents UJPD ':}_91). ol> Per Unit $ $ 25 BID-00544 2398 Linear F ill Material-Flowabl.e Fill (In Foot Abandoned Pipe) -In stall @ t,. h-t Dollars An~ "-lQ Cents $ <3.DD $ ic11)~ I)!) . Per Unit 26 BID-00201 1446 Linear Inspection-Post Construction Cleaning & Foot TV (Per Item D -37)-Study @ -rh<et_ Dollars 3.00 $ ,!://;_ 3<?.()t And "10 Cents $ Per Unit 27 BID-00202 2398 Linear Inspection-Preconstruction Cleaning & Foot TV (Per Item D-34)-Study @ -n;(Q€.. Dollars 3,50 oD And h±:bJ Cents $ $i 1 393. Per Unit ' 28 BID -00372 1306 Linear Trench Safety System 5 Foot Depth (Per Foot Item D-25)-[nstall @ -Four Dol lars 4.00 $ l:) 1 ~y.OC And ~0 Cents $ Per Unit 29 BID-00458 58 Square Pavement-Concrete on 2/27 Concrete Yard Base (Per STR-031 M) -Install @ '=>f'vP(li .... , r:-,~ Dollars ,5.00 $1 ?a>-0() And NO Cents $ Per Unit 30 BID-0 1271 1405 Linear Pavement-HMAC on 2/27 Concrete Base Foot (Per STR-028M) -Install @ -yO(_£:}_ Dollars 40.oO (JO And ,AJO Cents $ $5~d00· Per Unit 31 BID-00134 100 Square Grass-Hydromulch Seeding (Per Ite m D - Yard 42) -Install @ ih-<ee_. Dollars ~.oD 2.p).00 And .A)/} Cents $ $ Per Unit Pag e 1 1 R of 15R Addendum No . 1 PROPOSAL Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount Item No. Quantity Unit Price in Words Price Bid 32 BID-004 33 104 Each Pavement Marking-Lane Markers Type 11-AA-4 -Install @ -lerJ Dollars And .NO Cents $ JD .DD $ I IY/0.00 Per Unit , I 33 BJD-00434 8 Each Pavement Marking-Lane Markers Type II-CR-4 -In stall @ /eAI Dollars 10.00 g/).oo And ;JO C~nts $ $ Per Unit 34 BID-0043 5 8 Each Pavement Marking-Lane Marke rs Type W-4 -Install @ TeN Dollars 10/JO <ij)/JO And }JI) Cents $ $ I Per Unit 35 BJD-00436 312 Each Pavement Marking-Lane Markers Type Y -4 -Install @ s;l Dollar s (p_DD $ I ~7J.. {)D And /'JO Cents $ Per Unit r I 36 BID-00438 24 Linear Pavement Mark ing-Stop Bar-White-18 Foot Inch -Install @ h±_-Jee,-..1 Dollars '3/LJ.ov And ,-J iJ Cents $ ,s.oo $ Per Unit 37 BID-00440 600 Linear Pavement Marking-Themoplastic Foot Pavement Striping -Install @ ~~~ Dollars (o_Db $ ~~bl) And f'JO Cents $ Per Unit 38 BID-00841 40 Linear Concrete-Encasement (Per ltem D-4 8)- Foot Install @ lt.Ll?. n::! ~ Dollars 'rPJ.~D And Cent~ $ ;)Q.00 $ Per Unit 39 BID-00542 2 Each Dehole-Exploratory Excavation (Per Item D-50) -Study @ s;x ~UNd(8-d Dollars (dX).{X) I J.W,CfJ And l.212 Cents $ $ Per Unit I 40 BID-00145 180 Linear Potentially Petroleum Contaminated Foot Material Handling Per Item DA-37 @ ~ Dollars 1offl 00 And .NQ Cents $ $11~' Per Unit A ' ' ' . . ,---IUUIII 1,iv. I Page 12R of 15R PROPOSAL Pay CPMS Estimated Unit Name of Pay Item with Unit Bid Amount Item No. Ouantitv Unit Price in Words Price Bid 41 BID-00145 140 Cubic Loading, Transportation and Disposal of Yard Contaminated Soil Per Item DA-38 @ 1wen:::!~ Dollars d.0.(j) $,.,J '1/DoO And NO Cents $ Per Unit I 42 BID-00181 1 Lump Traffic Control -Install @ Sum £i~hl~~N lhOLtSO. nd Dollars $ l3;ClOCP $ ) (S Clt).00 Ancl ND Cents ; Per Unit I 43 BID-00100 1 Lump Storm Water Pollution Prevention Plan> Sum Than l Ac SWPPP -lnstall @ r; ~ .}.} !.l :N cl ~r1 Dollars EPJoD And ,.,,1 o Cents $ f5o0.D0 $ ,_· Per Unit TOTAL: SECTION B -Sanitary Sewer Improvements $ / &5, ~gJ. oD (Transfer Total to Summary) Page 13R of 15R Addendum No. 1 BID SUMMARY SECTION A -Water Improvements SECTION B -Sanitary Sewer Improvements TOTAL BID $ ~ 8 L/ J II lo · 0 0 $ J(p~,t.j<is/.oD oo s /, ~ J-{9 , tcftti. Page 14R of 15R Addendum No. 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 Port 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 C ity 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 180 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Check One Box and complete, as applicable) D The principal place of business of our company is in the State of ____ _ a. Nonresident bidders in the State of __ , our principal place of business , are required to be __ percent lower than 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: IMcinitial) Addendum No. 2: ~ __ ((initial) Addendum No. 3: __ (initial) Addendum No. 4: __ (initial) Addendum No. 5 : __ (initial) Addendum No. 6: __ (initial) itl . J e«'{ ~M:S.ev--,\?ce:;ider1-t Company: ~r,odse I"" Gms-:b:V,..t;! i&--\ TX I LP Address: f. 0. Bn~ {C:>448 t°o{~C0~, -n<,1,~1.-'\ Telephone: {<&Q ) 5 3 Y -• '143 Date: o 5 / 1 q / cto 11 Page 15R of 15R Addendum No. 1 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located . The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications . The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section 8. A. Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State), our principal place of business, are not required to underbid resident bidders. 8. Our principal place of business or corporate offices are in the State of Texas. ~ BIDDER: Ct,M,t~ C'.cnsft.,.,t;on TxLP Company Address City/State/Zip By: _ __.8 .... r....,e~t:E-.L.H&.Z""'~~_....1·0...a....:S'---___ _ (Please ~nt) Signature: ~ Title : _ __..U'-",·--c ..... e_-...... Pr'-Jt ..... s .... i J. .... e..._1\,._..y ____ _ (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION MATERIAL SUPPLIER INFORMATION FORM-12-inch and Smaller Water Pipe PVC PIPE The PVC pipe and valve supplier information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted. I-/. IJ ~s s-/ec Name of Manufacturer Type of Pipe Home Office Address of Manufacturer /)ti-I( t1J Location of plant in which pipe and fittings are to be manufactured DUCTILE IRON PIPE The DUCTILE IRON PIPE and valve supplier information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted . v 5 life .45 S/ec. Name of Manufacturer Type of Pipe A l. Home Office Address of Manufacturer b1r111uv /l~/t1 / (/L_ Location of plant in which pipe and fittings fre to be manufactured LIST OF DUCTILE IRON ADD OR SUBTRACT FOR THE FOLLOWING INCLUDING INSTALLATION QTY SIZE OF FITTING TYPE OF FITTING 2 8-inch x 6-inch Tee 2 12-inch x 6-inch Tee 1 12-inch x 8-inch Tee 1 12-inch x 12-inch Tee 1 8-inch 45° Bend 2 8-inch 90 ° Bend 1 8-inch MJ Cleaning Wye 1 12-inch MJ Cleaning Wye 1 8-inch Plug 2 12-inch Plug FITTINGS DUCTILE IRON FITTINGS WT PER TOTAL FITTING WEIGHT COST (lb) (lb) ·" 3 00 ttJO 12.tJo- l.ft>O _RpO 16 ()/) v.;:, lfoo 't oO 300 v- ,oo s-oo JfJ()() "-: .;,oD :1 () (:) coov- ,:/() 0 to tJ /200- lf I:) 0 lf vO !ltJOr;;_, c-o o t.,oO /()()0 ~ I () 0 JO 0 z"o v• 2 O 0 zoo wou:. TOTALS 0 $0 .00 Total Weight= 0 lbs or 0 Tons Contractor shall fill in blanks for "Wt per Fitting", "Total Weight" and "Cost" as a part of the bid. Contractor is responsible for correct quanity total of all fittings and specials. 05 -General and Special Conditions rzl 5.1 -Part C General pdf Conditions (water -sewer) rzl 5.2 -Supplementary pdf Conditions to Part C (water - sewer) 181 5.3 -Part D -Special MS-Word Conditions (water -sewer) rzl 5.4 -Part DA -Additional MS-Word Special Condition (water - sewer) rzl 5.5 -Part E Specifications pdf D 5.6 -Special Provisions (paving -drainage) rzl 5.7 -Wage Rates pdf ~ 5.8 -Compliance with and pdf Enforcement of Prevailing Wage Rates D 5.9 -Standard Details (water-dwf sewer) D 5.10 -Standard Details dwf (paving-drainage) - - - - Cl-1 Cl-1.1 Cl-1.2 Cl-1.3 Cl-1.4 Cl-1.5 Cl-1.6 Cl-1.7 Cl-1.8 Cl-1.9 Cl-1.10 Cl-1.11 Cl-1.12 Cl-1.13 Cl-1.14 Cl-1.15 Cl-1.16 Cl-1.17 Cl-1.18 Cl-1.19 Cl-1.20 Cl-1.21 Cl -1.22 Cl-1.23 Cl-1.24 Cl-1.25 Cl-1.26 Cl-1.27 Cl-1.28 Cl-1.29 Cl-1.30 Cl-1.31 Cl-1.32 PART C -GENERAL CONDITIONS TABLE OF CONTENTS OCTOBER 19, 2009 TABLE OF CONTENTS DEFINITIONS Cl-1 (1) Definition of Terms Cl-1 (1) Contract Documents Cl-I (2) Notice to Bidders Cl-1 (2) Propo sal Cl-1 (2) Bidder Cl-1 (2) General Conditions Cl-1 (2) Special Conditions Cl-1 (2) Specifications Cl-1 (2) Bonds Cl-1 (2) Contract Cl-1 (3) Plans Cl-1 (3) City Cl-1 (3) City Council Cl-I (3) Mayor Cl-I (3) City Manager Cl-1 (3) City Attorney Cl-1 (3) Director of Public Works Cl-I (3) Director, City Water Department Cl-I (3) Engineer Cl-1 (3) Contractor Cl-1 (3) Sureties Cl -1 (4) The Work or Project Cl-1 (4) Working Day Cl-1 (4) Calendar Days Cl -1 (4) Legal Holidays Cl-1 (4) Abbreviations Cl-1 (4) Change Order Cl -I (5) Paved Streets and Alleys Cl-1 (5) Unpaved Streets or Alleys Cl-I (6) City Street Cl-1 (6) Roadway Cl-1 (6) Gravel Street Cl-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.l C2-2 .2 C2-2.3 C2-2.4 Proposal Form Interpretation of Quantities Examination of Contract Documents and Site of Project Submitting of Proposal (1) C2-2 (1) C2-2 (1) C2-2 (2) C2-2 (2) ~ ~ C2-2.5 Rejection of Proposals C2-2 (3) C2-2.6 Bid Security C2-2 (3) C2-2.7 Delivery of Proposal C2-2 (3) C2-2.8 Withdrawing Proposals C2-2 (3) C2-2 .9 Telegraphic Modifications of Proposals C2-2 (3) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2.ll Irregular Proposals C2-2 (4) t 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 "t 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 l 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) CS-5 CONTROL OF WORK AND MATERIALS CS-5.1 Authority of Engineer C5-5 (1) CS-5.2 Conformity with Plans C5 -5 (1) CS-5 .3 Coordination of Contract Documents C5-5 (1) CS-5.4 Cooperation of Contractor C5-5 (2) CS-5 .5 Emergency and/or Rectification Work ,' C5-5 (2) C5-5.6 Field Office CS-5 (3) CS-5 .7 Construction Stakes C5-5 (3) (2) C5-5.8 C5-5.9 CS-5.10 C5-5.ll CS-5.12 C5-5.13 CS-5.14 C5-5.15 CS-5.16 CS-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.I5 C6-6.16 C6-6.17 C6-6.18 C6-6.19 C6-6.20 C6-6.21 C7-7 C7-7 .1 C7-7 .2 C7-7.3 C7-7.4 C7-7.5 C7-7.6 C7-7.7 C7-7.8 Authority and Duties of City Inspector C5-5 (3) Inspection C5-5 (4) Removal of Defective and Unauthorized Work C5-5 (4) Substitute Materials or Equipment C5-5 (4) Samples and Tests of Materials C5-5 (5) Storage of Materials C5-5 (5) Existing Structures and Utilities C5-5 (5) Interruption of Service C5-5 (6) Mutual Responsibility of Contractors C5-5 (7) Clean-Up C5-5 (7) Final Inspection CS -5 (8) LEGAL RELATIONS AND PUBLIC RESPONSIBILITY Laws to be Observed C6-6 (1) Permits and Licenses C6-6 (1) Patented Devices, Materials, and Processes C6-6 (1) Sanitary Provisions C6-6 (1) Public Safety and Convenience C6-6 (2) Privileges f Contractor in Streets, Alleys, C6-6 (3) and Right-of-Way Railway Crossings C6-6 (3) Barricades, 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 Utilities, Etc. C6-6 (8) Temporary Sewer and Drain Connections C6-6 (8) Arrangement and Charges for Water Furnished by the City C6-6 (9) Use of a Section or Portion of the Work Contractor's Responsibility for the Work No Waiver of Legal Rights Personal Liability of Public Officials State Sales Tax PROSECUTION AND PROGRESS Suble~ting Assignment of Contract Prosecution of The Work Limitation of Operations Character of Workmen and Equipment Work Schedule Time of Commencement and Completion Extension of Time Completion (3) C6-6 (9) C6-6 (9) C6-6 (9) C6-6 (10) C6-6 (10) C7-7 (1) C7~7 (1) C7-7 (1) C7-7 (2) C7-7 (2) C7-7 (3) C7-7 (3) C7 -7 (3) . ' ! < : ~ ~~~ . .,,, C7-7.9 Delays ,. C7-7 (4) C7-7 .10 Time of Completion ~ C7-7 (4) C7-7.ll Suspension by Court Order I*: 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) ..,, . C • " C8 -8 MEASUREMENTANDPAYMENT ,. 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) l. 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.I1 Subsidiary Work C8-8 (4) C8-8.12 Miscellaneous Placement of Material C8-8 (4) C8-8 .I3 Record Documents C8-8 (4) .~ ~. r ., PART C -GENERAL CONDIDONS Cl-I DEFINIDONS SECTION Cl-I DEFINITIONS "' Cl-1.1 DEFINIDONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained on the General Contract Documents and the Special Contract Documents . a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and Include the following Items .... b. PART A -NOTICE TO BIDDERS (Sample) White PART B-PROPOSAL (Sample) White PART C -GENERAL CONDITIONS (CITY) Canary Yell ow (Developer) Brown PART D -SPECIAL CONDITIONS Green PART E -SPECIFICATIONS El-White E2-Golden Rod EZA-White PERMITS/EASEMENTS Blue PART F -BONDS (Sample) White PART G -CONTRACT (Sample) White SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A -NOTICE TO BIDDERS (Advertisement) same as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E-SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G-CONTRACT PARTH-PLANS (Usually bound separately) Cl-1 (1) .:~ .f' .. ,• \ '- ., . ' ' .,, ,_ (, • f t Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or · furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. Cl-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done , together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. Cl-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. Cl-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, lhe 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 CONDIDONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions . When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. Cl-1.8 SPECIFICATIONS : The Specifications is that section or part of the Contract Documents which set forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed an useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. Cl-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following : a. b. C. d. C2-2.6) Performance Bond (see paragraph C3-3.7) Payment Bond (see paragraph C3-3.7) Maintenance Bond (see paragraph C3-3.7) Proposal or Bid Security (see Special Instructions to Bidders, Part A and Cl-1 (2) .• f '.;_ ,, Cl-1.10 CONTRACT: The Contract is .a formal signed agreement between the owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents . Cl-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project, including· such profiles , typical cross-sections, layout diagrams , working drawings , preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from the other parts of the Contract Documents, but they are part of the Contract Documents just as though they were bound therein. Cl-1.12 CITY : The City of Fort Worth, Texas, a municipal corporation , authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties . Responsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. C 1-1 .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 . C 1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth , Texas , or his duly authorized representative . Cl-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City of Fort Worth, Te_xas, referred to in the charter as · the City Engineer, or his duly authorized representative. Cl-1.18 DIRECTOR. CITY WATER DEPARTMENT: The officially appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. Cl-1.19 ENGINEER: The Director of Public Works , the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents , acting within the scope of the particular duties entrusted to them. Cl-1.20 CONTRACTOR: The person, person's, partnership, company, firm , association, or corporation, entering into a contract with the Owner for the execution of work, acting Cl-1 (3) 1 . ' . . , " , 7 . directly or through a duly authorized ·representative. A sub-contractor is a person, firm, corporation, supplying labor and materials or only labor, for the work at the site of the project. . Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. Cl-1.22 · THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and. serviceable project. Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6 Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. Cl-1.25: LEGAL HOLIDAYS : Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: 1. New Year's day January 1 \. 2. M.L. King, Jr. Birthday Third Monday in January ~ .. 3. Memorial Day Last Monday in May 4. Independence Day July4 5. Labor Day First Monday in September 6. Thanksgiving Day Fourth Thursday in November 7. Thanksgiving Friday Forth Friday in November 8. Christmas Day December25 9. Such other days in lieu of holidays as • < the City Council may determine 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-I (5) ' ' Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined for "Paved Streets and Alleys." Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way lines as the street is dedicated. Cl-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') back of the curb lines or four ('4) feet back of the average edge of pavement where no curb exists. Cl-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. SECTION C -GENERAL CONDIDONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2 .1 PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status; This statement must be current and no more than one ( 1) year old. In the case that bidding date falls within the time a new statement is being prepared, the . previous statement shall be updated by proper verification. Liquid assets in the amount of ten (10) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2 (1) ,, ,, r I t C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract .Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the Owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Bidders are required, prior to filing of proposal, to reaci and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations , tests, boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations , and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shallbe 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) ·j '\ I, ., 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 fig ures, additions not called for, conditional or . uncalled for alternate bids, erasures, or f' egularities of any kind, or contain unbalanced value of any items. Proposal tendered o delivered after the official time designated for receipt of proposal shall be returned to e Bidder unopened. C2-2.6 BID SECURITY : No proposal will be considered unless it is accompanied by a "Proposal Security" of the c~aracter 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 requi ~ed time execute a formal contract and furnish the required performance and other bondJ. The bid security of the three lowest bidders will be retained until the contract is awarde1 or other disposition is made thereof. The bid security of all other bidders may be returner promptly after the canvass of bids . C2-2.7 DELIVERY OF Pk OPOSAL: 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 lace of business as set forth in the "Notice to Bidders ." It is the Bidder's sole responsibi ity 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 actJ ally delivered . Each proposal shall be in a sealed envelope plainly marker with the wort! "PROPOSAL," and the name or description of the project as designated in the "Notic~ to Bidders." The envelope shall be addressed to the City . Manager, City Hall, Fort W or h, Texas . C2-2 .8 WITHDRA WIN d PROPOSALS: Proposals actually filed with the City Manager _cann~t be withdraf n p?or t? _the time set for openi~g proposals . A request ~or non-consideration must be iade m wntmg, addressed to the City Manager, and filed with him prior to the time set fo ~ opening of proposals. After all proposals not requested for non-consideration are open r 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 MO IFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegraphic f Ornmunication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied . th~t a written . ap d duly au~enticated co~firma_tion of such telegrap?ic commurucatlon over the si ~ature of the bidder was mailed pnor to the proposal openmg time. If such confirmation i~ not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2 (3) ' f ' , ' 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 1 • 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 CONDIDONS C3 -3 AW ARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS : C3-3.l CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of the unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the ward of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as may be considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of any books , records , or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner fora period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS : The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site , and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened . C3-3 (1) C 3-3.5 AW ARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if award is made, will be to the lowest and best responsive bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids , after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less . than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance (?f the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. 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. 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 56th Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under diese 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. ~ach 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) .. " •. r I ·,:; C 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 BEGINNJNG 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. .,_ b. C. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's Compensation Insurance on all of his employees · to be engaged in work on the project under this contract, and for all. sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. COMPREHENSNE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. ADDITTONAL 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 ill excavation are performed adjacent to same). 4. Damage to underground utilities for $500,000. 5. Builder's risk (where above-ground structures are involved). 6. Contractual Liability (covers all indemnification requirements of Contract). 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 companies with whom the Contractor's insurance and C3-3 (5) performance, payment, maintenance and all such other bonds are written, shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth. Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, and claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth- Dallas area. The name of the agent, or agents shall be set forth on all such bonds and certificates of insurance . C3-3.l2 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 CONDITIONS C4-4 SCOPE OF WORK C4-4 .l INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as proyided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project . C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda . All such "Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as · altered, increased or decreased at the unit prices. Such increased or . decreased quantity shall not be more than twenty-five (25) percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits not shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents . Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to overall quantities of.sanitary sewer pipe. in each pipe size, but not to the various depth categories. C4-4 (1) "· C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4 .5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved · additions thereto ; provided however, that before any extra work is begun a "Change order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a . Unit bid price previously approved. b . An agreed lump sum. c. The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and ( 4) actual cost of insurance, bonds , and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10 percent of the actual cost of such extra work. The fixed fee is not to include any additional profit to . the Contractor for rental of equipment owner by him and used for extra work. The fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in (1), (2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting Parties . No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written , appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. C4-4 (2) ,J f Should a difference arise as to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon said Extra Work. · The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "Extra Work" whether or not initiated by a "Change Order'' shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4.6 CONSTRUCTION SCHEDULE: Before commencing any work under this contract, the · CONTRACTOR shall submit to the OWNER a draft detailed baseline construction schedule that meets the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: Primavera (Version 6.1 or later or approved by OWNER) Primavera Contractor (Version 6.1 or later or approved by OWNER) ~· Primavera SureTrak (Version 3.x or later or approved by OWNER) Microsoft Project (Version 2003/2007 or later or approved by OWNER) ":. It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules. A qualified Project Scheduler would have the following minimum capabilities and experience. a . Experience preparing and maintaining detailed schedules, as well as 1 year of experience using approved scheduling software systems as defined in this specification. b. Knowledge of Critical Path Method of scheduling and · the ability to analyze schedules to determine duration, resource allocation , and logic issues. C4-4 (3) . . ~ c. Understanding of construction work processes to the extent that a logical critical path method · schedule can be developed, maintained, and progressed that accurately represents the scope of work performed. · C4-4.6(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop, submit and review the draft detailed baseline construction schedule with the OWNER to demonstrate the CONTRACTOR's understanding of the contract requirements and approach for performing the work. The CONTRACTOR will prepare the final detailed baseline construction schedule based on OWNER comments, if any. The CONTRACTOR's first (1st) payment application will only be processed after the detailed baseline construction schedule has been submitted by the CONTRACTOR and accepted by the OWNER. The following guidelines shall be adhered to in preparing the baseline construction schedule. a. Milestone dates and final project completion dates shall be developed to conform to the time constraints, sequencing requirements, and completion time. b. The construction progress shall be divided into activities with time durations no greater than 20 work days. Fabrication, delivery and submittal activities are exceptions to this guideline. c. Activity durations shall be in work days and normal holidays and weather conditions over the · duration of the contract shall be accounted for within the duration of each activity. d. The critical path shall be clearly shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the late start date using CPM . Float time is a shared and expiring resource and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall be divided · into general activities as indicated in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to achieve sub-activities of no greater than 20 days duration . The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein. For each general activity, the construction schedule shall identify all trades or subcontracts applicable to the project whose work is represented by activities that follow the guidelines of this section. For each of the trades or subcontracts applicable to the project, the construction schedule shall indicate the following: procurement, construction, pre-acceptance activities, and C4-4 (4) " events in their logical sequence for equipment and materials. Include applicable activities and milestones such as : 1. Milestone for formal Notice to Proceed 2. Milestone for Final Completion or other completion dates specified in the contract documents 3. Preparation and transmittal of submittals 4. Submittal review periods 5 . Shop fabrication and delivery 6. Erection and installation 7. Transmittal of manufacturer's operation and maintenance instructions 8. Installed equipment and material testing 9. Owner's operator instructions (if applicable) 10 . Final inspection I L Operational testing . C4-4.6(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with C4-4.6 and C4-4.7 and the OWNER's Schedule Guidance Document inclusive. As the Work progresses, the ·CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. The updated schedule submittal shall also include a concise narrative report that highlights the following, if appropriate and applicable : • • • • • • Changes in the critical path, Expected schedule changes, Potential delays, Opportunities to expedite the schedule, Coordination issues the OWNER should be aware of or can assist with, Other schedule-related issues that the CONTRACTOR wishes to communicate to the OWNER. a. The CONTRACTOR's monthly progress payment applications will not be accepted and processed for payment without monthly schedule updates, submitted in the time and manner required by this specification and the Schedule Guidance Document, and which accurately reflects the allowable costs due under the Contract Documents and is accepted by the OWNER. b. Only one schedule update will be required per month in accordance with the Schedule Guidance Document and this specification. c . Failure to maintain the Schedule in an accepted status may result in the OWNER withholding payment to the CONTRACTOR until the schedule is accepted. C4-4 (5) ! . ' ·-. C-4-4.6(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR shall take such action as necessary to improve his progress. 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 determin~tion by the OWNER that the CONTRACTOR is failing to execute the Work with due diligence as will ensure completion within the time specified in the Contract. C4-4.7 SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract documents. The requirements for each Tier are described below. CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document provided in the Contract Documents. TIER 3 COST LOADING SPECIAL INSTRUCTIONS: 1. At a minimum, each Activity Breakdown Structure (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements. TIER 4 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 3 requirements, and additionally the following: 2. Work (Schedule of Values Pay Items using the OWNER's standard items) shall be loaded into the scheduling software 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) '. ''i. ., ' > PART C -GENERAL CONDIDONS 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 dedsion 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 arty requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specification, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the C5-5 (1) \ •>, < • • , > '. Contract Documents, and the owner shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents . In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer . In the event of a conflict in drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project at all times, one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project' a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives . Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas, and shall be subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing . The Contractor shall provide all facilities to enable the Engineer and his inspector to . examine and inspect the workmanship and materials entering into the work. C5-5 .5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or a working-day basis . Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions , or correction necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the C5-5 (2) '·· " .,, . .. ,. i'. j Y. ' , discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not shoe just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather proof, so that documents will not be damaged by the elements. C5-5.7 CONTRUCTION STAKES: The City , through its Engineer, will furnish the Contractor with all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice . These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5 .8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used -or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements . Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can .be referred to and decided by the Engineer . The City Inspector will not, however, be authorized to revoke , alter, enlarge, or release any requirement of these . Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary tot he requirement s of the C5 -5 (3) C ' Contract Documents. The City Inspector will in no case act as superintendent or foreman or perform any other duties for the Conti:actor, 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 SUBSTITIITE 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. C5-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless other wise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents . Tests and sampling of materials, unless otherwise specified, will be made in accordance with the . latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new materials . . C5-5.13 STORAGEOFMATERIALS: 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. C5-5.14 EXISTING STRUCTURES AND UTil..ITIES: The location and dimensions shown on the plans relative to the existing · utilities are based on the best information available. Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and 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. CS -5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in · advance, shall be required to: 1. Notify the Water Department's Distribution Division as to . location, time, and schedule of service interruption. 2. Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob. The tag shall be durable in composition, and in large bold letters shall say: C5-5 (6) ' . b. "NOTICE" Due to Utility hnprovement in your neighborhood, your (water) (sewer) service will be interrupted on ____ _ between the hours of and ___ _ This inconvenience will be as short as possible. Thank You, Contractor Address Phone Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate. C5-5 .16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall suffer loss or damage of the work, the Contractor agrees to settle with such other 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. ' . C5-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and . waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5 (7) C5-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that a Final lrispection be made. Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing -of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. . ' , . ;_ ,•. ,{ ' ,' \ '; l C5-5 (8) '' ·' ' ,' PART C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED:The Contractor shall at all times observe and comply with all Federal and State Laws and Ci_ty ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea or misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation , or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost arising from patents, trademarks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such trade-mark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by ... . C6-6(1) .., ' ' .. , , ' the Contractor. All such facilities shall be kept in a clean and sanitary condition , free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to the property contiguous tot he work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic , except during actual trenching or pipe installation operations, at all driveway crossings . Such provisions may include bridging, placement · or crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer, If diversion of traffic is approved by the Engineer at any location, the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. · The materials excavated and the construction materials such as pipe used in construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work or materials furnished by the Owner or by the City shall be deducted from the monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any street, streets , or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. C6-6(2) .. " , " 'r' ~ .. &. • .. + .t < < . ~' . ' . ' ' ' ' •, ' . < , • ' .. 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 ~l 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 pennitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but. no more than is necessary to avoid delay in the construction operations . Excavated and waste materials shall be piled or staked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks, the work shall be carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work. Where the railroad tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of peifonning the work and take · all precautions for the safety of property and the public. Negotiations with the railway companies for the pennits 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 6701 d 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 sign~, 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 no t meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re- installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor will be held responsible foe all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them . Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs , fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents , will be paid to the Contractor for the Work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES. DROP WEIGHT. ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in advance of the use of any C6-6(4) / activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Conditions Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. C6-6.10 WORK WITHIN EASEMENTS : Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to, all tress, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements , to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the work. The Contractor shall notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work.· Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to prnperty 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) .... ,. 'it .. ,: ' Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers, agents, servants, and employees for property damage or loss, and/or personal injuries, including death, to any and all person of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers, agents, employees, contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees : of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory tot he Director that: 1. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within · the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the C6-6(7) "· Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6 .13 CONTRACTOR'S CLAIM: FOR DAMAGES: . Should the Contractor claim compensation foe any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25th day of the month succeeding that in which ant such damage is claimed to have been sustained, the Contractor shall file with the Engineer an ·itemized statement of the details and the amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required , the Contractor's claim for compensation shall be waived, and he shall not be .entitled to payment on account of such damages. C6-6 .14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES; ETC.: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered .with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to the property that may be necessary by the performance of this Contract. C6-6.15 TEMPORARY SEWER AND DRA1N CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or divisions. The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6(8) ' .. C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-1 :2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be made at the regular established rates. When meters are not used, the charges, if any, will be as prescribed by the City ordinance, or where no ordinances applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written notice of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or deficient operations on the part of the Contractor, shall be performed by the Contractor at his expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make .good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6. l 9 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents . C6-6(9) ... ,, .., . " " ' .,, ' ' •• '< C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are agents and representatives of the City, C6-6.21 STATE SALES TAX : On a contract awarded by the City of Fort Worth,· and organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owner improvement in a street right-of-way or other easement which has been dedicated to the public and the City · of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. Texas Limited Sales , Excise, and Use Tax Act permits and information can be obtained from : Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX C6-6(10) . ; '' , PART C -GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: ~, C7-7.l SUBLEITING: The Contractor shall perform with his own organization, and with the assistance of workmen under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced on the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject tot he same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent or other designated representatives . C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. · If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any states, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall be submitted a table of estimated amOU!}tS 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 th_e summary dismissal of any person or persons employed by the Contractor in or about or on the work who , in the opinion of the Owner, shall misconduct himself or to be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and _ operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work . Workmen or adjacent property will result from its use. · C7-7(2) " .. "".,_ ;>,~' :r.,?: ~-~ 1 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. b. A request to work on a specific Saturday, Sunday or Legal ·Holiday must be made to the Engineer no later that the preceding Thursday. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in Cl-1.24 and the Contractor may work as he so desires. C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized. C7-7 .8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval . In adjusting the contract time for completion of work, consideration will be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, embargoes , or delays of sub-contractors due to such causes . ' '' ~ t, ,, 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 increa sed 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 Coundl: 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 hann to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult to calculate due to lack of accurate information, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible . C7-7 .12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unsuitable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of the work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7 -7.8 EXTENSION OF THETIME OF COMPLETION, and should it be C7-7(5) ' ' " determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C?-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the president of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months , the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigations, the owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, than if the Owner cannot after reasonable effort assist the Contractor . in . procuring and making available the necessary labor, materials, and equipment within thirty days , the Contractor my request the owner to terminate the contract and the owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include. · But not be limited to the payment for all work executed but not anticipated profits on work which has not been performed. C7~7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF THE CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled by the City Council for any good and sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation : a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. b. Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C?-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. g. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. 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. 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. 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. 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) . • f , ' . . ,.,. .. / ~ . b~ , -, ,( \ ~ ;.<· \. ~-... '1' .;, •, '· f In case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such work thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials; plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. Th~ Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the performance of the work by the Owner. C7-7.15 FULFILLMENT OF CONTRACT:The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7 .16 TERMINATION FOR..CONYENIENCE 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. NO_TICE 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) .. : I" , "' /( . -( 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. 2. 3~ Stop work under the contract on . the date and to the extent specified in the notice of termination; place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by notice of termination; transfer title to the Owner and deliver in the mariner, at the times, and to the extent, if any, directed by the Engineer: a. the fabricated or unfabricated parts, work in progress, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of the termination; and b. The completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. 5 . complete performance of such work as shall not have been terminated by the notice of termination; and 6. Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of C7 -7(9) ,, which has been directed or authorized by Engineer, Not later than 15 days thereafter, the owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored , within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C . TERMINATION CLAIM : Within 60 days after the notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. D. AMOUNTS: Subject to the prov1S1ons of Item C7-7 .l(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not · terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount . No amount shall be due for lost or anticipated profits> Nothing in C7-7.16(E) hereafter, prescribing the amount to be paid to the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7.16(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 .. R 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) ~ I 2. any claim which the Owner may have against the Contractor in connection with this contract; and 3. the agreed price for, or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or sold; pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; noting contained herein, however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. NO LIMITATION OF RIGHTS: Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7 .14 hereof entitled "SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT" or any other right which the Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. ) . C7-7(11) PART C -GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8.l MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United 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, surf ace, 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 RET AINA GE: 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 insta:lled (such payment will be allowed on a basis of 85% of the net invoice value thereof). The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that partial estimates from month to month will be approximate only, all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not, in any respect, be ta:ken as an admission of the Owner of the amount of work done or of its quantity of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents . The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this Contract. .. C8-8(2) C8-8.6 WITHHOLDING PAYMENT: · Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as outlines in paragraph C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are subject · to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A. all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, B. that the wage scale established by the City Council in the City of Fort Worth has been paid, and C. that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of said City relating to or connected with the Contract. C8-8(3) ,:, The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents . It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereof approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the Contract Documents, approved modifications thereof, and all alterations thereof. CS-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship . The Contractor shall remedy any defects or damages in the work and pay for any damage to the other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. C8-8 .l 1 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal , shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work . which fall in the category of subsidiary work. CS-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the Project. 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) ,, r- n,,:-• • 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. ) r ,, < '· C8-8(5) ·'~ SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B . C8-8.5 PARTIAL ESTIMATES AND 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 l 0th 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 C3-3.11 of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. D . C3-3.ll INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg. I ( •, { E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following : F. G . 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 iniurv, 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 iniurv or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 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. C3-3.1 l INSURANCE : Page C3-3 (7): Add subparagraph "h. ADDITIONAL Revised 10/24/02 Pg.2 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. £ 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 . 1. Contractor's liability shall .not be limited to the specified amounts of insurance required herein. Revised 10/24/02 Pg. 3 ( . ' ., , ' m. Upon the request of City, Contractor shall provide complete copies of all insurance policies requrred by these contract documents. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page CS-8(1) is deleted inits 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 tem1S 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. C&-8.10 GENERAL GUARANTY: Delete C&-8 .10, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness . Revised 10/24/02 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: 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: Revised 10/24/02 Pg.5 L. In order for a surety to be acceptable to the 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 C3-3.11 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". RIGHT TO AUDIT: Part C -General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. ( c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: 1. 50 copies and under -10 cents per page Revised 10/24/02 Pg.6 2, More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter M. SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations . The contractor's attention is directed to paragraph C6-6 .10 work within easements, page C6-6(4), part C -General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N . Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 0. 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. 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 entir.ety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation ( other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3)years. Revised 10/24/02 Pg. 7 P . Revised 10/24/02 Pg. 8 PART D -SPECIAL CONDITIONS D-1 GENERAL ............................................................................................................................ 3 D-2 COORDINATION MEETING ................................................................................................ 5 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ...................... 5 D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ...................................... 7 D-5 CROSSING OF EXISTING UTILITIES ................................................................................. 7 D-6 EXISTING UTILITIES AND IMPROVEMENTS .................................................................... 8 D-7 CONSTRUCTION TRAFFIC OVER PIPELINES .................................................................. 8 D-8 TRAFFIC CONTROL ........................................................................................................... 9 D-9 DETOURS ......................................................................................................................... 10 D-10 EXAMINATION OF SITE ............................................................................................... 10 D-11 ZONING COMPLIANCE ................................................................................................. 10 D-12 WATER FOR CONSTRUCTION .................................................................................... 1 O D-13 WASTE MATERIAL ....................................................................................................... 10 D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ........................................................ 10 D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES .............................. 11 D-16 BID QUANTITIES .......................................................................................................... 11 D-17 CUTTING OF CONCRETE ............................................................................................ 11 D-18 PROJECT DESIGNATION SIGN ................................................................................... 11 D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ........................................ 12 D-20 MISCELLANEOUS PLACEMENT OF MATERIAL. ......................................................... 12 D-21 CRUSHED LIMESTONE BACKFILL .............................................................................. 12 0-22 2:27 CONCRETE ........................................................................................................... 13 D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ........................................... 13 D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS .............. 14 D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .................. 15 D-26 SANITARY SEWER MANHOLES .................................................................................. 16 D-27 SANITARY SEWER SERVICES .................................................................................... 19 D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES .................. 20 D-29 DETECTABLE WARNING TAPES ................................................................................. 23 D-30 PIPE CLEANING ............................................................................................................ 23 0-31 DISPOSAL OF SPOILJFILL MATERIAL ......................................................................... 23 D-32 MECHANICS AND MATERIALMEN'S LIEN ................................................................... 23 D-33 SUBSTITUTIONS .......................................................................................................... 23 D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER. .............. 24 D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................ 27 D-36 BYPASS PUMPING ....................................................................................................... 28 D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 28 D-38 SAMPLES AND QUALITY CONTROL TESTING ........................................................... 30 D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................................................................. 31 D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES .......................... 32 D-41 PROTECTION OF TREES, PLANTS AND SOIL ........................................................... 32 D-42 SITE RESTORATION .................................................................................................... 32 D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................ 33 D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ............................................... 33 D-45 CONFINED SPACE ENTRY PROGRAM ....................................................................... 38 D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION .............................. 39 D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ........................ 39 D-48 CONCRETE ENCASEMENT OF SEWER PIPE ........................................................... .40 D-49 CLAY DAM ..................................................................................................................... 40 02/09/2010 SC-1 - PART D -SPECIAL CONDITIONS 0-50 EXPLORATORY EXCAVATION (D-HOLE) ................................................................... .40 0-51 INSTALLATION OF WATER FACILITIES ..................................................................... .4( 51.1 Polyvinyl Chloride (PVC) Water Pipe ........................................................................... 40 51.2 Blocking ....................................................................................................................... 41 51.3 Type of Casing Pipe ..................................................................................................... 41 51.4 Tie-lns .......................................................................................................................... 41 51.5 Connection of Existing Mains ...................................................................................... .41 51.6 Valve Cut-Ins ............................................................................................................... 42 51.7 Water Services ............................................................................................................ 42 51.8 2-lnch Temporary Service Line .................................................................................... 44 51.9 Purging and Sterilization of Water Lines ...................................................................... 45 51.10 Work Near Pressure Plane Boundaries ....................................................................... 45 51.11 Water Sample Station .................................................................................................. 46 51.12 Ductile Iron and Gray Iron Fittings ................................................................................ 46 0-52 SPRINKLING FOR DUST CONTROL. .......................................................................... .47 0-53 OEWATERING .............................................................................................................. 47 0-54 TRENCH EXCAVATION ON DEEP TRENCHES .......................................................... .47 0-55 TREE PRUNING ............................................................................................................ 47 0-56 TREE REMOVAL ........................................................................................................... 48 D-57 TEST HOLES ................................................................................................................. 48 D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ......................................................................................................................... 49 D-59 TRAFFIC BUTTONS ...................................................................................................... 49 0-60 SANITARY SEWER SERVICE CLEANOUTS ................................................................ 50 0-61 TEMPORARY PAVEMENT REPAIR .............................................................................. 51 0-62 CONSTRUCTION STAKES ........................................................................................... 50 D-63 EASEMENTS AND PERMITS ........................................................................................ 50 D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING .................................................. 51 D-65 WAGE RATES .................... : ......................................................................................... 51 D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ...................................... 53 D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) ............................................................................................................................. 53 D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS ...................................................................................................... 55 D-69 ADDITIONAL SUBMITIALS FOR CONTRACT AWARD ................................................... 56 D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION ....................................................... 56 D-71 AIR POLLUTION WATCH DAYS ....................................................................................... 57 0-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ............................................ 57 02/09/2010 SC-2 - PART D -SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -Genera l Conditions and Part C 1 - Supplementary Conditions lo Part C of the Contract Anything contained in this Part D that is addit ive 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 Cond itions of the Contract and this Part D , Part D shall control. FOR: PROJECT DESCRIPTION PART I -HENDERSON STREET BRIDGE WATER & SANITARY SEWER RELOCATIONS (WOODWARD ST ., HENDERSON ST . & WHITE SETTLEMENT RD .) FORT WORTH , TEXAS CITY PROJECT NO . 00969 WATER PROJECT NO . P265-609170096983 SEWER PROJECT NO. P275-709170096983 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2 . Contract Documents 3 . Special Conditions The following Special Conditions shall be applicable to this project under the provisions stated above . The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes . Subject to modifications as herein contained , the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control , performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all . Any Contractor perform ing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project , where applicable, may also be governed by the two following published specifications , except as modified by these Special Provisions : 0 210 912 010 SC-3 PART D -SPECIAL CONDITIONS 1. S TANDARD SPECI FICATION S FOR ST RE ET AND STORM DRAIN CON S TRUCTION CITY OF FORT WORTH 2. STANDARD S PECIFICATION S FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS Any con f lict betwee n th es e contr a ct docume nt s a nd th e above 2 publications shall be re s olved in favor of the s e contract docum e nts . A copy of either of th es e specifications may be purchased at the office of the Transportation and Public Works Director. 1000 Throckmorton Street, 2nd Floor, Municipal Build ing, 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 a~plicable published specifications in either of these documents may be followed at the discretion or' the Cdntractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A . DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered . The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102 . B . WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager. and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C . TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication a t 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 auth entica ted confirmation of such telegraphic communication over the signature of the bidder w as mailed prior to the proposal opening time . If such confirmation is not received within forty-e ight (48) ho urs after the propo sal o p ening time, no further con s ideration will be give n to th e prop osa l. -------·---·--- SC-'1 - - PART D -SPECIAL CONDITIONS 0-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule . The contractor shall be present at all meetings . 0-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83 , or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project , for the duration of the project. ,. 2. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406 .096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets . B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 02/09/2010 SC-5 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 o\ 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 o coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and 02/09/2010 SC-6 - - - - PART D -SPECIAL CONDITIONS 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project , that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J . The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population . The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D-5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be 02/09/2010 SC-7 PART D -SPECIAL CONDITIONS constructed of ductile iron pipe . The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile lro1 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 applicab le utility company) for the support, protection and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. It is understood that the Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed construction . The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed . NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the ne, 02/09/2010 SC-8 - - - - PART D -SPECIAL CONDITIONS line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. 0-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. Unless otherwise included as part of the Construction documents, the Contractor shall submit a traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer (P.E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770) at or before the preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals" on the City's Buzzsaw website. Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the timeframe mutually established in the 'Notice to Proceed' issued the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 817-392-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." The lump sum pay item for traffic control shall cover design and / or installation, and maintenance of the traffic control plan. 02/09/2010 SC-9 PART D -SPECIAL CONDITIONS D-9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal . D-11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D-12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. 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-10 - - - PART D -SPECIAL CONDITIONS of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth shall give final acceptance of the completed project work. D· 15 SAFETY RESTRICTIONS· WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines , notification shall be given the power company (ONCOR) who will erect temporary mechanical barriers, de- energize the lines, or ra ise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCOR, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the ONCOR company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D-16 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D-17 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be sutisidiary to the unit cost of the respective item . D-18 PROJECT DESIGNATION SIGN 02/09/2010 SC-11 PART D -SPECIAL CONDITIONS Project signs are required at all locations. It shall be in accordance with the attached Figure 30 {dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the. exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted . Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be 1 '-0" by 2'-0" in size . The information box shall have the following information: For Questions on this Project Call: {817) 392-8306 M-F 7:30 am to 4:30 p.m . or {817) 392-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width , between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502. Payment for cutting , backfill , concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D-20 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D· 21 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 -Materials and Division 2 Item 208.3 -Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. 02/09/2010 SC-12 .... - - - PART D -SPECIAL CONDITIONS Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents. D-22 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures STR-028,STR-029 and STR-031refer to using 2:27 Concrete as base repair. Since this call-out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W . shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein . 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom . The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test 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-13 PART D -SPECIAL CONDITIONS • Less than 10% passing the #200 sieve • P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following : Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M . D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted a: described above must be within +-4% of its optimum moisture content. The City, at its own expense, will perform trench compaction tests per A.S.T.M . standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures STR-028 through STR-031. The results of the street cores that were conducted on the project streets, to determine HMAC depths on existing streets, are provided in these specifications and contract documents. 02/0912010 SC-14 liiill - - PART D -SPECIAL CONDITIONS All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date. A permit must be obtained from the Construction Services Section by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Construction Services section will inspect the paving repair after construction. This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Construction Services section. D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM {COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen ( 15) feet. 2 . BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels. 02/09/2010 SC-15 PART D -SPECIAL CONDITIONS 3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. D· 26 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes wil be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per COFW Standard Detail SAN-009. 2. DELETED 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entirf' area regarded near the manhole. 02/09/2010 SC-16 - PART D -SPECIAL CONDITIONS Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be PAMREX, or approved equal , with 30-inch clear opening. Covers shall set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 100-year floodplain and areas specifically designated on the plans . 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less . All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED . 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46- 450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness . 9. MANHOLE JOINT SEALING : All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength . The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT : Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench . After removal of the protective wrapper, the joint sealant shall be kept clean . Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 02/09/2010 SC-17 PART D • SPECIAL CONDITIONS 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings. Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced. Grade rings that are constructed of brick, block materials other than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed . In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a flat top section shall be installed . Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre formed gasket material. Position the butt joint of each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas , castings shall be installed by using a straight edge not less than ten (10) feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface . The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation . 3. EXPOSED EXTERIOR SURFACES : All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling . C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to , joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. 02/0912010 SC-18 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 required as shown on the plans , and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps . The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15 . D. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap . The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles , tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps . E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. If the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de-holing at the building clean -out) the elevations 02/09/2010 SC-19 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) percen minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re-route. All applicable sewer mains, laterals and affected service lines that are installed without pre-construction de-holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. If the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted. All re-routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings . The fitting shall be a urethane or neoprene coupling A.S.T.M. C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service line . The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services o 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-20 PART D -SPECIAL CONDITIONS A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1 .5 Salvaging of Materials. The concrete vault shall be demolished in place to a point not less than 18 inches below final grade . The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials . The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean washed sand of clean , suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item -Abandon Existing Sewer Manhole . 02/09/2010 SC-21 PART D -SPECIAL CONDITIONS H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting the structure disconnected . The complete manhole, including top or cone section, all full barrel diameter section, and base section shall be removed. The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price of the pipe, unless separate trenching is required . J. REMOVAL OF EXISTING PIPE : Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard . C. PAYMENT: Payment for all work and material involved in salvaging , abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location . Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires : separate trench). L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item I. 02/0912010 SC-22 PART D -SPECIAL CONDITIONS D-29 DETECTABLE WARNING TAPES Detectable underground utility warn ing tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2% pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows : Type of Utility Color Code Water Safety Blue Sewer Safety Green Legends Caution! Buried Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe . Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). 0-30 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation . A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. D-31 DISPOSAL OF SPOIUFILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the City of Fort Worth's Flood Plain Administrator (" Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodpla in 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 . 0-32 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-23 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 Contracto has received written permission of the Engineer to make a substitution for the material, which has been specified . Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal ", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal , and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications. D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction , ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured-in-place pipe, fold and form pipe, slip-line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location . Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television . Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed fo r easy and safe operation . The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed , is used, special precautions to prevent flooding of the sewers and public or private property shall be taken . The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible . 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high- velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, i will be assumed that a major blockage exists, and the cleaning effort shall be abandoned. 02/09/2010 SC-24 PART D -SPECIAL CONDITIONS When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System , the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand , rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned . Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells , or damage pumping equipment, shall not be permitted . 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES , CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES . 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection . Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100% humidity conditions . The camera , television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection . B. EXECUTION: 1. TELEVISION INSPECTION : The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute . Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good commun ications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed . Accuracy 02/09/2010 SC-25 PART D -SPECIAL CONDITIONS of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. 2. DOCUMENTATION : Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection . and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made . Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised . The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readil: 02/09/2010 SC-26 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 thatall of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES A . GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes . B. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing. The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole . The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations . A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM 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 Oto 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. SC-27 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. ACCEPT ANGE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time. Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pump ing, required to complete the test as specified herein. D-36 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line. D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television . Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and othe components of the video system shall be capable of producing picture quality to the 02/0912010 SC-28 PART D -SPECIAL CONDITIONS satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device . Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device , and the accuracy shall be satisfactory to the Eng ineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing of the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the plans. A copy of these television logs will be supplied to the City. 3. PHOTOGRAPHS : Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such 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 02/09/2010 SC-29 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 Contracto1 upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS : The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis . The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item -Post-Construction Television Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D-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-30 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 DISTURBED AREAS LESS THAN 1 ACRE) A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. 8. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right- of -way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 2. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 3. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 4. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 5. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 02/09/2010 SC-31 PART D -SPECIAL CONDITIONS 6 . The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work . D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-41 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored after completion of the work , to a condition equal to or better than prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treate1 as soon as possible with a tree wound dressing . By ordinance. the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys. This permit can be obtained by calling the Forestry Office at 817-392-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D-42 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0 .1) of a foot. 02/09/2010 SC-32 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 MCity of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be 02/0912010 SC-33 PART D -SPECIAL CONDITIONS watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. CONSTRUCTION METHODS : After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass . a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings , shall be opened on areas to be sodded. In all furrows , sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding . At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas . The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped . The entire sodded area shall be rolled and tamped to form a thoroughly compac solid mass . Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil , shall, upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place . When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. 3. SEEDING DESCRIPTION : "Seeding" will consist of preparing ground , providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications . MATERIALS: 02/09/2010 SC-34 PART D -SPECIAL CONDITIONS a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination : Common Name Purity Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Dates Feb 1 to May 1 Mixture for Clay or Tight Soils (Eastern Sections) Bermudagrass 40 Buffalograss 60 (Western Sections) Buffalograss 80 Bermudagrass 20 Total: 100 Total: 100 Table, 120.2.(2)b Mixture for Sandy Soils (All Sections) Bermudagrass 60 Buffalograss 40 Total : · 100 TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates (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-35 PART D -SPECIAL CONDITIONS b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun . BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section D- 45, Construction Methods, is not applicable since no seed bed preparation is required . DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods , seed shall be raked or harrowed into the soil to a depth of approximately one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the "Cultipacker'' type . All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed . Tht. 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-36 PART D -SPECIAL CONDITIONS RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration . • Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: If hydro mulch seed ing is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes . 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION : "Fertilizer" w ill consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20- 0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid , and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area ~pecified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition . Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place . 02/09/2010 SC-37 PART D -SPECIAL CONDITIONS Acceptable material for "Sodding " will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work . Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping ; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications . The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding . 0-45 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction. All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces ". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. 02/09/2010 SC-38 PART D -SPECIAL CONDITIONS D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 7. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. 8. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. 10. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 11 . Final inspection shall be in conformance with general condition item ucs-5.18 Final Inspection" of PART C -GENERAL CONDITIONS. D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering. 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.I. pipe shall be utilized. 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 02/09/2010 SC-39 PART D -SPECIAL CONDITIONS 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipE. installation shall be pressure grouted. D-48 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D-49 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete . Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. D-50 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only a locations denoted on the plans or as directed by the engineer. Contractor shall submit a report o. findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. 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-40 PART D -SPECIAL CONDITIONS 51.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting . No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve . 51.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 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 making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe . 51.5 Connection of Existing Mains The Contractor shall determine the exact location , elevation , configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration , and or angulation of existing lines between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction . Where it is required to shut down existing mains in order to make proposed connections . such down time shall be coordinated with the 02/09/2010 SC-41 PART D -SPECIAL CONDITIONS Engineer, and all efforts shall be made to keep this down time to a minimum. In case of shutting down an existing main, the Contractor shall notify the City Project Manager, Construction Services, Phone 817-392-8306, at least 48-hours prior to the required shut down time. The Contractor's attention is directed to Paragraph CS-5.15 INTERRUPTION OF SERVICE, Page CS-5(5), PART C -GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS . The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 51.6 Valve Cut-Ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for work such as backfill, bedding, fittings , blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items. 51.7 Water Services The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches. All materials used shall be as specified in the Material Standards (E1-17 & E1-18) contained in the General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade . All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required , and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section CS-5.15 INTERRUPTION OF SERVICE. 02/09/2010 SC-42 PART D -SPECIAL CONDITIONS All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop. Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 1. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 2. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line. When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation . All other costs will be included in other appropriate bid item(s). This item will also be used to pay for all service meter and meter box relocations as required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. 02/09/2010 SC-43 PART D -SPECIAL CONDITIONS 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box . Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E1-18A-Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings shall be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 1. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). 51.8 2-lnch Temporary Service Line A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shall be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service . A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter fitting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 3/4-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2" temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime {HTH) prior to installation. The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon restoring permanent service, the Contractor shall re-install the meters at the correct location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. 02/09/2010 SC-44 PART D -SPECIAL CONDITIONS The temporary service layout shall have a minimum available flow rate of 5 GPM at a dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. When the temporary service is required for more than one location the 2-inch temporary service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next successive project location. Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all service connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations. After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters w ill be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. 51.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein . The City will provide all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM . The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system . Should a sanitary sewer not be available , chlorinated water shall be "de-chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. 51.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken to ensure all "pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 02/09/2010 SC-45 PART D -SPECIAL CONDITIONS 51.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 51.12 Ductile Iron and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings: E2-7 .11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed. All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E 1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed. 02/09/2010 SC-46 PART D -SPECIAL CONDITIONS D-52 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. 0-53 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D-54 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench .the same day of excavation. No extra payment shall be allowed for this special condition. D-55 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1 . Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel "r = Bar stakes, 6 feet long. 4. Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 6. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 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. 02/0912010 SC-47 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, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed. D-57 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. 02/09/2010 SC-48 PART D -SPECIAL CONDITIONS D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, City Project No (CPN)., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information: Name of the project, City Project Number, the date of the 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. 0-59 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 the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. 02/09/2010 SC-49 PART D -SPECIAL CONDITIONS D-60 SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways, streets, sidewalks, etc. whenever possible. When it is not possible, the cleanout stack and cap shall be cast iron. Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts. D-61 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item. The contractor shall be responsible for maintaining the temporary pavement until the paving contractor has mobilized . The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement. D-62 CONSTRUCTION ST AKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. D-63 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right-of-entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines o 02/0912010 SC-50 PART D -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 permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing, understanding and complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in ra ilroad/agency right-of-way. For railroad permits, any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, including payment for flagmen, shall be included in the lump sum pay bid item for "Associated Costs for Construction within Railroad/ Agency Right-of-way". No additional compensation shall be allowed on this pay item. 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 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. 0-65 WAGE RATES Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these c9ntract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. 02/09/2010 SC-51 PART D -SPECIAL CONDITIONS This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City rece ives the information , as to whether good cause exists to believe that the violation occurred . The City shall notify in writing the con tractor or subcontractor and any affected worker of its initial determination . Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258 , the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation . Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., 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 initia l determination pursuant to paragraph (c} above . If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years follow ing the date of acceptance of the work, maintain records that show (i} the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii} the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection . Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code . Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . Subcontractor Compliance . The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a} through (g} above . (Wage rates are attached at the end of this section.} (Attached} 02/09/2010 SC-52 PART D -SPECIAL CONDITIONS D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category II, non-friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61 .150. A NESHAP notification must be filed with the Texas Department of Health . The notification must be filed at least ten days prior to removal of the material. If it remains in its non -friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. The Environmental Protection Agency (EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. D-67 STORM WATER POLLUTION PREVENTION {FOR DISTURBED AREAS GREATER THAN 1 ACRE} PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an Moperator" by state regulations and is required to obtain a permit. Information concerning the 02/09/2010 SC-53 PART D -SPECIAL CONDITIONS permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs . The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction 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 eros ion 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-54 - PART D -SPECIAL CONDITIONS LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to , silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor 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-55 PART D -SPECIAL CONDITIONS D-69 ADDITIONAL SUBMITIALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such add itional information as the City, in sole discretion may require , including but not limited to manpower and equipment records, information about key personnel to be ass igned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame . Based upon the City 's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council . D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable : The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken : 1. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . 2. The Project Manager and the Directors of 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. 02109/2010 SC-56 - PART D -SPECIAL CONDITIONS D-71 AIR POLLUTION WATCH DAYS The Contracto.r shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m . if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment bums Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS Contractor is required to secure a Street Use Permit, issued by the City of Fort Worth Transportation and Public Works Permit Center (817-392-6594) prior to any work in public right of way. Permit will not be issued without a traffic control plan sealed and signed by a registered professional engineer licensed to practice in the State of Texas. Failure to acquire the proper permit and permission may result in a fine of $500/day to the contractor performing the work. Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract cost and no additional compensation shall be made. END OF PART D-SPECIAL CONDITIONS 02/09/2010 SC-57 PART D -SPECIAL CONDITIONS {To be printed on Contractor's Letterhead) Date : CPN No .: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON WATER AND/ OR SEWER LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT< TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL OV09/2010 SC-58 - 0.2/0912010 PART D -SPECIAL CONDITIONS Da: ____ _ DOINO.XDX Projecl llulle: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON-------- BETWEEN THE HOURS OF _______ AND _____ _ IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT _________ ~--=--=------ (CONTRACTORS S.UPERINTENDENT) (fELEPHONE NUMBER) OR MR. ___________ AT _________ _ (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. fflANKYOU, ------------JCONTRACTOR SC-59 F ~ r. n' h y, r:: Cl. T A H e A .~ fu N e s H A ~ f., 1,, PART D -SPECIAL CONDITIONS TEXAS DEPARTMENT OF HEALTH -T D H NOTE: CIRCLE ITEMS TifAT ARE AMEHDED DEMOLITION / RENOVATION NOTIFICATION FORM NOTIFICATIONI ________ _ 1) Abalement Contrector: _________________ TDH u;ense Humbor.'-c::.,.----- Addles.s : City. State: Zip: Office Phone Number: ob Site PhOn.e Number. ------Site Supervisor: ___________ TDH Ucense Number: ____________ _ Site &Jpen,ll(lr: TDH license Number..___,"""""',,,_~--=-...,....-------Tralned On-Site NESHAP lndlvldual .... • ____________ Certification Date._· ------- Demolition Conlractor.. _________ ..,. __ Office Phone Numbe Adrke$a;, _____________ ...;Clty: ________ -_:Slate--::::.:.::_-21p-:::::::: 2) Proj ect Col\$Ullant orOperator.._ _____________ TOH License Number.~----- Maillng Addrass: ___ ---=-----=------=-=--=--..,.,......,..----------Clty:, ________ Slate:. ___ Zip._· ____ .Office Phone Number:_-. _____ _ 3) Facllltyo.vnet:. _____________________________ _ Attention :..,..,.. _______________________________ _ Mailing Address· City: ------~Sta~t-e:---~~~p-.-----,,,Ov«lef--:Phone:,,--~N~um---,ber~(-,-)------- -Noto: Tiut lnvol'4t for Ille notlficatfon fH will be Mnt to tti. awn« of die bulkllng and Ille 1111111111 acldMss for the Invoice wlll be obtained from the lnfonn1t1on Chit la p,ovimd In Chia NC:11on. 4) Oescr!ptlon or Faciity Name: _______ _,,,---------,,.,.-------.,,,,.-----Phy&ical Addr'l,$s:_...,..,,__ _______ County: Clty: ______ Zlp :. ___ _ Fadllly Phone Numbe Facilty Contact Person: ____________ _ Desefljllion of Area.lR.oom Number.. _____ __, __________________ _ Prior Use: ____________ _...;Fulure Use:. _______________ _ Age of Buildlng/Faclllt~ ____ .Siz8 : _____ N\lmber of Aoora: _____ School (K • 12): a YES a NO a 5) Type of Work: O Demolition a Renovation (Abatement) a Annual ConaaUdatad T Work will be during ; 0 Oay D Evening D Night O PhasGO Prefect ' d Desct1)11on olwork schedula:. __________________________ _ ~ ,\'. 1:1 i: :i y I\ 0 r J d' ~ n 1 c, a x E s 6) I& 11\la a Public Bulldlng? 0 YES D NO Fedwal FaclUty? DYES O NO lndus1rial Sita? 0 YES D NO NESHAP-Only Faclllly? D YES D NO IS Bull'dtnglFacllity Occupied? Cl YES a NO 7) Notifialtlon Typo CHECK ONLY ONE o Original (10 Worktng Days) a Cancellation a Amendment o Emeruenc:y/Ordered tf lhls Is an amandm8f'II, whic;h amendment number Is this?_ (Enclose copy of orfglnal and/« last amendment) If en emergenq,, who did you talk wltl'I at TOH? Emergeney#:. _____ _ Date and Hour of Effletgancy (HHIMMIDOJYY) __ · ------ OaGCriptlon of tt,e 5Udden, unexpected event and explanation of l\ow lhe event caused unsafe conditiooa er Would cause equipment damage (computats, machinery, etc'----------------------- 8) Description or procedins to be fol lowed In lhe event tnat IM'l9X!MCtad asbestos i& found or Pf911ioU$1y non-friable asbestos material bocomes c:tumblad. pulvenzed, or reduoed to powder:-------------- · I 9) Wee an Aebfftos survey perfonned? a YES a NO Dal8: I I TOH Inspector License No·.__ ___ _ G Anslytical Method: 0 PLM O TEM O A&swned TOH LabOrato,y license No: ~---,.,-~ N (For TAHPA (public buicf.ig) profecte : an 11esumption rmJSt be made by• TOH Ucansed Inspector) · i · 10) Oesc:rlption of p~nned demoation or tanO\/'ation work, type of material, and me1hod(s) to be used . ._· ------ .l r ---------------- ~ f · < 02/09/2010 11) Oesaiption of wo,k pnir.:tic:e8 end englneeoog oon1rols to be used lo prevetll eml1110na of aabn1oa et the demolltlonlrenovaffon :. ________________ --'------------ ...... 1. -a. SC-60 - - - - - - - - PART D -SPECIAL CONDITIONS 12) ALL applicable II ems In ~ fOlll)WJng table muat be completed ; IF NO ASBESTOS PRESENT CHECK HERE 0 Pipes Sur1ace Arer/1 RACM lo be remowd RACM NOT remowd I non-rriable removed I non-friable removed Interior ca1 ll non-friable removed Exterior Cate II non-fr1abre removed Ca II non.frl!lble HOT removed RACM Off.Feclr,ty component 13) Waste Transpor1er Name: ------,,,-,---------lDH Lieense Number.-----Address: __________ Ctty: _____ ___,----State: ___ Zip: ___ _ Contact Person: Phone Number: ~~------- 14) Waste Disposal Site Name:. _______ ,,..,.....----------------.,,,,----- AddreN·---,---,--------....... ----City: ________ Stele: ___ 2%l: ---- Tetephone: TNRCC Permit Number:------- 15) For structurally unsound facllllles, attach a copy of CklmOlitian order and identify Govemmental Official below: Name: Registration No:------------Tllle',__ _______________ __ Date of order (MMIDO/VY) I Dlile order lo begin (MMJOD/VY) _ _,___, __ 16) Scheduled Oates of Asbesl0$ Abatement (MM/00/YY) Start __ _,_I _ _,I'---Complete: _ _.I _ _._( 17) Scheduled Datea Demolfllon/RenOY8tion (MMmD/YY} S1art: Complete: __ ~'-~'---- ~ Note: If the atut data on lhts nolfflc:atlon can not i,. met. Ch, TDH Rt$1ioMI Of" Loc;af Progr.1111 office Must be contac:tad by phone prior to th• 1wi data. Failure to do ao Is a vlolatlon In acconlanco to TAHF'A. SOc:tlon 299.11. I hereby cer1ify tt,at all Information I have pro\llded Is co,rect, comr,~te. a...d true to the b9frt of rny knowledge . I acknowledge that I am responsible for all asi:,&ets or the notification form, inclucfing, but not limiting, content and submission dates. The maximum penally is $10,000 per day per \lloleUon. (S1gna1ute or Bulldlng Owner/ Operator 0< Oelegeted Consultant/Conlraclot) MAIL TO: (Prtnted Pwne) (Date) ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DMSION TEXAS DEPARTMENT OF HEAL TH PO BOX 143538 AUSTIN, TX 78714-3538 PH: ~12.a34-8&oo, 1 ~00-6n-5648 (Telephone) (Fax Number) "Faxu •re not tH:Ceptad* Form APB#S, d~ted <1T/29/02. Replaces TDH form dalMJ 01lt3I01. For assist.Mes in comp/filing kirm. ~ 1-800-572-5548 ~-----------------·--··-·--·----·---·· .. ·- 02/0912010 SC-61 PART D -SPECIAL CONDITIONS 02/09/2010 SC-62 -------PART D -SPECIAL CONDITIONS ,..··-·-·-···· ---· -----·· .. .,..._. ---------------, I , ! l ' I .1' ~ <:_. Classifications Air Tool Operator Aschalt Raker AsDtlalt Shovmr AsDhalt Dis1ributor n..-atnr AsDhal\ PaYino M~ ~ Ba1Cllina Plant Weigher Broom or 5-,,_ Oner.tor Bulldozer Openitor Caroenb!r IRnunh \ Concrea Finish«-Pavi~ Coner.a Fnstier -Slructun!s Concrete Pavina C,.tw.n Mach. Oner. Concrete p-., Finishir>a Mach. nn-. Concrew PIIYina Joint Sealer Oper. Concrete p-... Saw o....-. Concrete Pr.ring SprNder Oper. Concrete Rubber Cnne, 0-.shel. Backhoe, Derrictt. OragiM.Shovel Elec:trician IFlaool!r Form Builder-Struclns Form Setter-Pa.Ying & C4irbs Foundation Drill On.rater, C<awler Mounll!d Foundation Dri1 0.-ator, Truck Mounted Front End Loader Laborer-Common Laborer-Utiity Mec:hanic I Milina Ml!Ct*le Operator, FIIM! Grade Mixer n.-rator Mator Greder Openllor {rlllt! Grade) Motor G(-adef o-. RDtX1h ONr Painler. S1Ncturff Pnement Mart:inA Machine °"'-. pji,e L___,-Roller; Steel Wheel Planl-Mix PAIYtHMf'lts Rohr. Steel Wheel Other Aatwheel or Tamoina Roler, Pneumric. Self-Prooeled -ReinJart,lno Steel Setter (P mna l R. SIN! Setler ,.,H Source is AOC of T exes (Hwy. Hvy. utilitin lndU51rial Bna,ch) www.acces~ 02/09/2010 ··--···. tH -$10.0I! $13JIO $8.80 $13.gg $12.78 $14.15 ~.88 $13.22 $12.80 $12.85 $13.27 $12.00 $13.03 $12.50 $13.~ $14.50 $10.!11 $14.12 $18.12 $8.43 $11.03 $11.83 $13.07 $1G.30 $12.02 ~.18 $10.0!! S1G.97 $11.83 $11.~ $15.211 $14.50 $13.17 $10.04 $11.04 $11.28 $10.92 $11.D7 $14.SG $1G.:zg SC-63 Classifications Rts ........ So-aper Openitor $11.42 5eMcer $12.32 Slip Form Mec:hine -rator $12.33 S.-.de( Box 0Defa1Dr $10.92 Trac:lor <11>«111ar, Crawler T"""' $12.00 Traclar operator. Pneumatic $12.91 Tr.wlinn Mixer nn.rator $12.03 Trudi Driver-Single Axle (Light) $10.91 Trudi Driver-Sinale Axle IHeawl $11.47 Trudi Driver-Tandem Am Semi-Trailer $11.75 Trudi Driver-I $14.93 Truck Driwr-Transit Mix Sf2.08 W11QCX1 Oril. Boring Mac:hiM. Post Hole Oriler $14.00 W•ldar $13.57 Work Zone Barricade Servicer $10.0Q - - - DA-2 DA-3 DA-4 DA-5 DA-6 DA-7 DA-8 DA-9 DA-10 DA-11 DA-12 DA-13 DA-14 DA-15 DA-16 DA-17 DA-18 DA-19 DA-20 DA-21 DA-22 DA-23 DA-24 DA-25 DA-26 DA-27 DA-28 DA-29 DA-30 DA-31 DA-32 DA-33 DA-34 DA-35 DA-36 DA-37 DA-38 DA-39 DA-40 DA-41 DA-42 DA-43 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS PIPELINE REHABILITATION CURED-IN-PLACE PIPE (Omitted) .................... 4 PIPE ENLARGEMENT SYSTEM (Omitted) .............................................................. 4 FOLD AND FORM PIPE (Omitted) ............................................................................. 4 SLIPLINING (Omitted) .................................................................................................. 4 PIPE INSTALLED BY OTHER THAN OPEN CUT .................................................. 4 TYPE OF CASING PIPE ............................................................................................... 7 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR (Omitted) ..................... 8 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ........ 8 MANHOLE REHABILITATION (Omitted) .............................................................. 10 SURFACE PREPARATION FOR MANHOLE REHABILITATION (Omitted) .. 10 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM (Omitted) ........................................................................................................................ 10 INTERIOR MANHOLE COATING-QUADEX SYSTEM (Omitted) ................... 10 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM ............................ 10 INTERIOR MANHOLE COATING -RA VEN LINING SYSTEM ........................ 13 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER (Omitted) .......................................................................................................... 16 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ........................... 16 RIGID FIBERGLASS MANHOLE LINERS (Omitted) ........................................... 16 PVC LINED CONCRETE WALL RECONSTRUCTION (Omitted) ..................... 16 PRESSURE GROUTING (Omitted) ........................................................................... 16 VACUUM TESTING OF REHABILITATED MANHOLES (Omitted) ................. 16 FIBERGLASS MANHOLES (Omitted) ...................................................................... 16 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ......... 16 REPLACEMENT OF CONCRETE CURB AND GUTTER .................................... 17 REPLACEMENT OF 6" CONCRETE DRIVEWAYS ............................................. 17 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE ..................................... 17 GRADED CRUSHED STONES ................................................................................... 18 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE (Omitted) .................................. 18 BUTT JOINTS-MILLED (Omitted) ......................................................................... 18 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) (Omitted) ............................ 18 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER (Omitted) ................. 18 NEW 7" CONCRETE VALLEY GUTTER (Omitted) .............................................. 18 NEW 4" STANDARD WHEELCHAIR RAMP (Omitted) ....................................... 18 8" PAVEMENT POL VERIZATION (Omitted) ......................................................... 19 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (Omitted) .......................................................................................................... : .............................. 19 RAISED PAVEMENT MARKERS (Omitted) ........................................................... 19 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. 19 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL ......................................................................................................................................... 23 ROCK RIPRAP-GROUT-FILTER FABRIC (Omitted} ....................................... 24 CONCRETE RIPRAP (Omitted) ................................................................................. 24 CONCRETE CYLINDER PIPE AND FITTINGS (Omitted) ................................... 24 CONCRETE PIPE FITTINGS AND SPECIALS (Omitted) .................................... 24 UNCLASSIFIED STREET EXCAVATION (Omitted) ............................................. 24 ASC-1 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-44 6" PERFORATED PIPE SUBDRAIN (Omitted) ....................................................... 24 DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS .............................................. 24 DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION (Omitted) ....................... 24 DA-47 PAVEMENT REPAIR IN PARKING AREA (Omitted) ........................................... 24 DA-48 EASEMENTS AND PERMITS .................................................................................... 24 DA-49 HIGHWAY REQUIREMENTS ................................................................................... 25 DA-50 CONCRETE ENCASEMENT ...................................................................................... 25 DA-51 CONNECTION TO EXISTING STRUCTURES ....................................................... 25 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (Omitted) ..... 25 DA-53 OPEN FIRE LINE INSTALLATIONS (Omitted) ..................................................... 25 DA-54 WATER SAMPLE STATION ...................................................................................... 25 DA-55 CURB ON CONCRETE PAVEMENT ........................................................................ 26 DA-56 SHOP DRAWINGS (Omitted) ..................................................................................... 26 DA-57 COST BREAKDOWN (Omitted) ................................................................................. 26 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY (Omitted) ....... 26 DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP (Omitted) .............................................. 26 DA-60 ASPHALT DRIVEWAY REPAIR (Omitted) ............................................................. 26 DA-61 TOP SOIL ....................................................................................................................... 26 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ..... 27 DA-63 BID QUANTITIES ........................................................................................................ 27 DA-64 WORK IN HIGHWAY RIG-HT OF WAY ................................................................. 27 DA-65 CRUSHED LIMESTONE (FLEX-BASE) .................................................................. 27 DA-66 OPTION TO RENEW (Omitted) ................................................................................. 27 DA-67 NON-EXCLUSIVE CONTRACT (Omitted) .............................................................. 27 DA-68 CONCRETE VALLEY GUTTER (Omitted) ............................................................. 28 DA-69 TRAFFIC BUTTONS .................................................................................................... 28 DA-70 PAVEMENT STRIPING .............................................................................................. 28 DA-71 H.M.A.C. TESTING· PROCEDURES ......................................................................... 28 DA-72 SPECIFICATION. REFERENCES .............................................................................. 28 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX (Omitted) ....................................... 29 DA-74 RESILIENT-SEATED GATE VALVES ..................................................................... 29 DA-75 EMERGENCY SITUATION, JOB MOVE-IN (Omitted) ......................................... 29 DA-76 1 Yi" & 2" COPPER SERVICES .................................................................................. 29 DA-77 SCOPE OF WORK (UTIL. CUT) (Omitted) .............................................................. 29 DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) (Omitted) .............................. 29 DA-79 CONTRACT TIME (UTIL. CUT) (Omitted) ............................................................. 29 DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (Omitted) ..... 29 DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (Omitted) ........................ 29 DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (Omitted) ................................................ 29 DA-83 PAVING REPAIR EDGES (UTIL. CUT) (Omitted) ................................................. 29 DA-84 TRENCH BACKFILL (UTIL. CUT) (Omitted) ......................................................... 30 DA-85 CLEAN-UP (UTIL. CUT) (Omitted) ........................................................................... 30 DA-86 PROPERTY ACCESS (UTIL. CUT) (Omitted) ......................................................... 30 DA-87 SUBMISSION OF BIDS (UTIL. CUT) (Omitted) ...................................................... 30 DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (Omitted) ....................... 30 101231oe ASC-2 - DA-89 DA-90 DA-91 DA-92 DA-93 DA-94 DA-95 DA-96 DA-97 DA-98 DA-99 DA-100 DA-101 DA-102 DA-103 DA-104 DA-105 DA-106 DA-107 DA-108 DA-109 DA-110 DA-111 DA-112 DA-113 DA-114 DA-115 DA-116 DA-117 DA-118 DA-120 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) (Omitted) 30 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (Omitted) ...................................... 30 ADJUST WATER VAL VE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (Omitted) ........................................................................................................................ 30 MAINTENANCE BOND (UTIL. CUT) (Omitted) .................................................... 30 BRICK PAVEMENT (UTIL. CUT) (Omitted) ........................................................... 30 LIME STABILIZED SUBGRADE (UTIL. CUT) (Omitted) .................................... 30 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (Omitted) ............................. 30 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) (Omitted) ............... 30 "QUICK-SET" CONCRETE (UTIL. CUT) (Omitted) ............................................. 30 UTILITY ADJUSTMENT (UTIL. CUT) (Omitted) .................................................. 30 ST AND ARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (Omitted) ............................................................................................................. 30 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (Omitted) ....... 30 CONCRETE CURB AND GUTTER (UTIL. CUT) (Omitted) ............................. 30 PAYMENT (UTIL. CUT) (Omitted) ....................................................................... 30 DEHOLES (MISC. EXT.) ......................................................................................... 30 CONSTRUCTION LIMITATIONS (MISC. EXT.) (Omitted) ............................. 31 PRESSURE CLEANING AND TESTING (MISC. EXT.) (Omitted) .................. 31 BID QUANTITIES (MISC. EXT.) (Omitted) ......................................................... 31 LIFE OF CONTRACT (MISC. EXT.) (Omitted) .................................................. 31 FLOW ABLE FILL (MISC. EXT.) ........................................................................... 31 BRICK PAVEMENT REPAIR (MISC. REPL.) (Omitted) .................................. 32 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (Omitted) ······································································································································ 32 WORK ORDER COMPLETION TIME (MISC. REPL.) (Omitted) ................... 32 MOVE IN CHARGES (MISC. REPL.) (Omitted) ................................................. 32 PROJECT SIGNS (MISC. REPL.) (Omitted) ........................................................ 32 LIQUIDATED DAMAGES (MISC. REPL.) (Omitted) ........................................ 32 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (Omitted) .................... 32 FIELD OFFICE (Omitted) ....................................................................................... 32 TRAFFIC CONTROL PLAN ................................................................................... 32 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS (Omitted) .................................................................................................................... 32 ABANDON EXISTING PIPE LINE ........................................................................ 32 ASC-3 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-1 AW ARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (Omitted) DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (Omitted) DA-3 PIPE ENLARGEMENT SYSTEM (Omitted) DA-4 FOLD AND FORM PIPE (Omitted) DA-5 SLIPLINING (Omitted) DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. Furnish materials and necessary accessories, with strengths, thickness, coatings , and fittings indicated, specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications . 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation, or railroad company. as applicable. B. MATERIALS: 1. Casing Pipe : Cas ing pipe shall be steel conforming to ANSI B36 .10 and the following: 2. a. Field Strength : 35 ,000 psi minimum . b. Wall thickness: 0.312 in. minimum (0.5 for railroad crossings). c. Diameter: As shown on the drawings {minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS D1 .1. Carrier Pipe in Casing : Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents . 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 4. Grout: Grout shall be Portland Cement grout of min . 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu . ft. of fine sand with sufficient water added to provide a free flowing thick slurry. C. EXECUTION 1012J10B ASC-4 - - - 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS 1. Where sewer pipe is required to be installed under railroad embankments or under highways, streets or other facilities in other than open cut, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be removed from the site. 2. Pits and Trenches : a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it , such work shall be sheeted securely and braced in a manner to prevent earth from caving in . b. The location of the pit shall meet the approval of the Engineer. c . The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed. 3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place. a. The boring shall proceed from a pit provided for the boring equipment and workmen. The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored . Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Ex.cavated 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 bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. C. Allowable variation from the line and grade shall be as specified under paragraph A .2 . All voids between bore and outside of casing shall be pressure grouted. ASC-5 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS 4. Installation of Carrier Pipe in Casing : a. Sanitary sewer pipe located within the encasement pipe shall be supported by "skids· or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells . b. All skids shall be treated with a wood preservative. Sk ids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified. c. The Contractor shall prevent over-belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. d. At all bored, jacked . or tunneled installations, the annular space between the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe. The backfill material will not be required unless specified on the plans and specified by the Engineer. e. Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the Engineer. 5. Boring and Jacking Ductile Iron Pipe without Casing Pipe: a. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe. b. When a casing pipe is not designated on the drawings, the contractor shall provide a casing pipe if necessary to achieve line and grade. Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. c. Bore and jack in accordance with paragraph C.3. above. d. Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe shall be pressure grouted. 6. Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans, a tunneling method may be used. with the approval of the Engineer or railroad/highway officials. a. When tunneling is permitted, the lining of the tunnel shall be of sufficient strength of support the overburden. The Contractor shall submit the proposed liner method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State ASC-6 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe, complete in place . Such measurement will be made between the ends of the pipe along the central axis as installed . The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans . The furnishing of all materials, pipe , liner materials required for installation, for all preparation, hauling and installing of same. and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal . Payment shall not include pavement replacement, which if required, shall be paid separately. DA-7 TYPE OF CASING PIPE 1. WATER: The casing pipe for open cut and bored or tunneled section shall be A WW A C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E l-15, El-5 and E l-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects . The steel casing pipe shall be supplied as follows : A. For the inside and outside of casing pipe , coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. B. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch . Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems, Inc., or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the manufacturer. 2. SEWER: Boring used on thi s project shall be in accordance with the material standard El-15 and Construction standard E2-l 5 as per F ig. 110 of the General Contract Documents . . 3. PAYMENT: 10/23108 ASC-7 PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR (Omitted) DA-9 PROTECflVE MANHOLE COATING FOR CORROSION PROTECTION A. GENERAL: 1. Scope: This section governs all work, materials and testing required for the application of interior protective coating. Structures designated to received interior coating are listed on the construction drawings. The structures are to be coated, including interior wall, top and bench surfaces . Protective coating for corrosion protection shall meet the requirements of this Specification (and items DA-14 and DA-15) and the Manufacturers recommendations and specifications. 2. Description: The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of protective coating of structures in accordance with manufacturer's recommendations . 3. Manufacturer's Recommendations: Materials and procedures utilized for the lining process shall be in strict accordance with manufacturer's recommendations. 4. Corrosion Protection: Corrosion protection may be required on all structures where high turbulence or high H2S content is expected. B. MATERIALS: 10/23/08 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-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement (If required for leveling or filling): The specialty cement-based coating material shall be either Quadex QM-1 s as manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4 . Material Identification: The protective coating material sprayed onto the surface of the structure shall be a urethane or epoxy resin system formulated for the application to a sanitary sewer environment. The spray system shall exhibit the minimum physical properties as follows: Property Tensile Strength Flexural Stress Standard ASTM D-638 ASTM D-790 ASC-8 Long Term Value 5,000 psi 10.000 psi - PART DA -ADDITIONAL SPECIAL CONDITIONS Flexural Modulus ASTM 0-790 550,000 psi 5. Mixing and Handling: Mixing and Handling of specialty cement material and protective coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the spray coating operations and coating installations. C. EXECUTION: 10/23108 1. General: Protective coating shall not be installed until the structure is complete and in place. 2. Preliminary Repairs: a. All foreign materials shall be removed from the interior of the structure using high pressure water spray (3500 psi to 4000 psi at spray tip). b. All unsealed lifting holes, unsealed step holes, and voids larger than approximately one-half (1/2) inch in thickness shall be filled with patching compound as recommended by the material supplier for this application. c. After all repairs have been completed, remove all loose material. 3. Protective Coating: a. The protective coating shall be applied to the structure from the bottom of the frame to the bench, down to the top of the trough. The top of the structure shall also be coated. b. The protective coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1) 2) 3) 4) The surface shall be thoroughly cleaned of all foreign materials and matter. Place covers over the invert to prevent extraneous material from entering the sewers. If required for filling or leveling, apply specialty cement product to provide a smooth surface for the coasting material. 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 ASC-9 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 0-36 -VACUUM TESTING OF SANITARY SEWER MANHOLES. 0. MEASUREMENT ANO PAYMENT: Payment shall be based on the Contract Unit Price Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and material testing required to complete the work. Pressure grouting, if necessary to stop active infiltration prior to application of the protective coating, shall be included in the above unit price . Grouting of the pipe seals, bench and trough, and lower portion of a particular structure, if required by the Engineer, shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION. DA-10 MANHOLE REHABILITATION (Omitted) DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (Omitted) DA-12 INTERIOR MANHOLE COATING-MICROSILICATE MORTAR SYSTEM (Omitted) DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM (Omitted) DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM A. GENERAL 10/23/08 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, OA-16 or DA-17. 2. Description 3. 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. Manufacturer's Recommendations ASC-10 - .... PART DA· ADDITIONAL SPECIAL CONDITIONS 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. MATERIALS 10/23108 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. 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 fonnulated for the application to a sanitary sewer environment. The spray system shall exhibit the physical properties as follows: Property Tensile Strength Flexural Stress Flexural Modulus 5. Mixing and Handling Standard ASTM 0-638 ASTM D-790 ASTM 0-790 Long Tenn Value 5,000 psi 10,000 psi 550,000 psi Mixing and handling of specialty cement material and interior coating material, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to ASC-11 PART DA -ADDITIONAL SPECIAL CONDITIONS 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 10/23/08 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. 1 ) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray (minimum 3500 psi at spray tip), cleaning with muriatic acid, degreaser, or other solvents as needed in order to remove any film or residue on the surface. 2) Place covers over the invert to prevent extraneous material from entering the sewers. 3) Apply a minimum of one-half (1/2) inch specialty cement product (Quadex QM-1s or Reliner MSP) smooth surface for the urethane coating material. 4) Spray the urethane onto the manhole wall and bench/trough with a minimum thickness of 125 mils (0.125 inches). Thickness to be verifiable through the use of methods acceptable to the Engineer. 5) Coat trough area with specialty cement product (Quadex QM·1s or Reliner MSP). 1. Testing of Rehabilitated Manholes a. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section OA- 21. ASC-12 PART DA -ADDITIONAL SPECIAL CONDITIONS D. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot, measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision , materials , equipment and material testing required to complete the work. Grouting, if necessary, shall be included in the above unit price . Grouting of the pipe seals, bench and trough, and lower portion of a particular manhole, if required by Manhole Rehab ilitation 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. Interior manhole coating shall meet the requirements of this Section, or of Section DA-12, DA-13, DA-14, DA-16 or DA-17. 2. Description The Contractor shall be responsible for the furnishing of all labor, superv1s1on, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturer's Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4. Manholes Manholes to be coated are of brick, block, or concrete construction. All manholes shall have a minimum of one-half (1/2) specialty cement-based coating material (Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original interior surface. B. MATERIALS 1. Scope This section governs the materials required for completion of interior coating of manholes. 2. Interior Coating 10123108 ASC-13 PART DA -ADDITIONAL SPECIAL CONDITIONS Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 100% solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining systems and designated as Raven 405. 3. Specialty Cement The specialty cement-based coating material shall be either Quadex QM-1s as manufactured by Quadex. Inc. or Reliner MSP as manufactured by Standard Cement Materials. 4. Material Identification Contractors will completely identify the types of grout, mortar, sealant, and/or root control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance. These grouting materials shall be compatible with Raven 405 interior coating. The contractor shall be responsible for getting approval from Raven Lining systems and/or the grout manufacturers for the use of these grouting materials. 5. Mixing and Handling Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Coating shall be performed only by certified applicators approved by the manufacturers. C. EXECUTION 10/23/08 1. General Manhole coating shall not be performed until sealing of manhole from frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacemenVrepairs are complete. 2. Temperatures Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. 3. Interior Manhole Coating a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule. The interior coating shall be applied to the manhole from the bottom of the manhole frame to the bench/trough, including the bench/trough. ASC-14 D. - 10/23108 PART DA -ADDITIONAL SPECIAL CONDITIONS b. The interior coating shall be installed in accordance with the manufacturer's recommendations and the following procedure. 1 ) The surface preparation shall comply with the requirements of Section DA-11, SURFACE PREPARATION FOR MANHOLE RESTORATION . 2) Apply a minimum of one-half (1/2) inch specialty cement-based product (Quadex QM-1 s or Reliner MSP) smooth surface for the urethane coating material. 3) The surface prior to application may be damp but shall not have noticeable free water droplets seeping or running water. Material shall be spray applied per manufacturer's recommendations with a minimum thickness of 125 mils (0.125 inch). 4) After the walls are coated, the wooden bench covers shall be removed and the bench sprayed to the same average and minimum thickness as required for the walls. 5) The final application shall have a minimum of three (3) hours cure time or be set hard to the touch, before being subjected to active flow. 6) No applications shall be made to frozen surfaces or if freezing is expected to occur in side the manhole within 24 hours after application. 4. Testing of Rehabilitated Manholes a. After the epoxy liner has set (hard to touch), all visible pinholes shall be repaired . Repairs shall be made by lightly abrading the surface and brushing the lining material over the area. All blisters and evidence of uneven cover shall be repaired according to the manufacturer's recommendations. Spot check of coating thickness may be made by Owner's Representative, and the contractor shall repair these areas as required, at no additional cost to the Owner. b. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DA- 21 -VACUUM TESTING OF REHABILITATED MANHOLES. MEASUREMENT AND PAYMENT Payment shall be based on the Contract Unit Price per vertical foot. measured from the bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment all testing necessary to complete the work. Payment for grouting of pipe seals, bench and ASC-15 PART DA -ADDITIONAL SPECIAL CONDITIONS trough and manhole walls shall be based on the Contract Unit Price for each manhole actually grouted. DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER (Omitted) DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM 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 (Omitted) DA-22 FIBERGLASS MANHOLES (Omitted) DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES The contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before the resurfacing process commences for a particular street. The contractor shall attempt to include the Construction Engineer (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum of two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the contractors responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day) the contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: 10/23108 Company Fort Worth Water Dept. ATMOS Gas TXU Electric SWBT Charter Communications Fort Worth Transportation and Public Works For other facilities ASC-16 Telephone Number 817-392-8296 1-866-332-8667 1-800-242-9113 1-800-395-0440 817-246-5538 817 -392-6594 1-800-DIG-TESS PART DA -ADDITIONAL SPECIAL CONDITIONS Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M .A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation by the Construction Engineer. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER These provisions require the contractor to remove all failed existing curb and gutter, as designated by the Construction Engineer, and replace with standard concrete curb and gutter, laydown curb and gutter, or in like kind , as governed by the standard City Specifications, Item No. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S4 . Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the Standard Specifications . Contractor shall saw cut the curb and gutter and pavement prior to removal. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day haul-off of the removed material to a suitable dump site. The street void shall be filled with H.M.A.C . "Type D" mix as per specification No. 300 "Asphalts, Oils and Emulsions", Item No. 304 "Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City densities and top soil as per specification item No . 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb . Existing improvements within the parkway such as water meters, sprinkler system, etc. damaged during construction shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of demolition to date of completion . If the contractor fails to complete the work within fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS This item shall include the removal and replacement of existing concrete driveways, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. The unit price bid per square yard shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work. DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE 10123/08 ASC-17 PART DA -ADDITIONAL SPECIAL CONDITIONS The contractor shall remove all existing deformed H.M .A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure . The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut. or other similar means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated . As a part of the excavation process, all unsatisfactory base material shall be removed, if requ ired, to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Engineer will select the necessary depth . The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with "Type D" surface mix. This item will always be used even if no base improvements are required. The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 6". Before the patch layers are applied , any loose material, mud and/or water shall be removed . A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos. 300 ·Asphalts, Oils, and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No . 208 "Flexible Base·. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE (Omitted} DA-29 BUTT JOINTS -MILLED (Omitted) DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX} (Omitted} DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER (Omitted} DA-32 NEW 7" CONCRETE VALLEY GUTTER (Omitted) DA-33 NEW 4" STANDARD WHEELCHAIR RAMP (Omitted} 10/23108 ASC-18 - - PART DA -ADDITIONAL SPECIAL CONDITIONS DA-34 8" PAVEMENT PULVERIZATION (Omitted) DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) (Omitted) DA-36 RAISED PAVEMENT MARKERS (Omitted) DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING A. GENERAL: 10123/08 Where known by the design engineer, the locations of potentially petroleum contaminated material (soil) that may be encountered during excavation and/or construction activities will be shown on the plans. For all locations where material is excavated and suspected of being contaminated with petroleum products, whether known or not. these special conditions are to be followed. The contractor is also to follow all applicable Federal. State and Local regulations when handling known or suspect contaminated materials (soils). 1. WORK INCLUDED a. Excavation, stockpiling and testing of Potentially Petroleum Contaminated Material. b. Removal, testing, and disposal of petroleum contaminated groundwater. c. Obtaining and paying for required permits. d. Hiring of qualified environmental professional consultant(s). Contractor will be required to submit the environmental consultant's experience and qualifications to the City prior to beginning work in areas of Potentially Petroleum Contaminated Material. e. Hiring of qualified environmental sampling professionals that will collect and submit samples to the applicable City of Fort Worth testing laboratory. The City of Fort Worth's Department of Environmental Management for coordination of laboratory testing. 2. REFERENCES a. All applicable OSHA regulatory requirements. b. All applicable Environmental Protection Agency (EPA) regulatory requirements. c. All applicable State of Texas regulatory requirements. d. All applicable City of Fort Worth (City) regulatory requirements. e. All applicable NIOSH standards. f. All applicable TNRCC requirements. 3. SUBMITI ALS ASC-19 PART DA -ADDITIONAL SPECIAL CONDITIONS a. The contractor shall prepare and submit to the City's Department of Environmental Management, Senior Specialist in Compliance, plans for handling Potentially Petroleum Contaminated Material (PPCM) not less than 30 days prior to commencing excavation. b. The Contractor shall take necessary precautions while performing this project. Contractor shall not commence PPCM work (1) Contractor's submittal for dealing with PPCM is reviewed by the City and (2) the plans (i.e .• drawing and description) for discharging any treated liquid into the storm sewer or sanitary sewer are reviewed by the City (3) and acceptable stockpile area is identified by the Contractor. c. Contractor shall submit the name of his proposed qualified environmental professional consultant(s) and proposed PPCM Handling Plan to the City. The PPCM Handling Plan shall include the detailed sequence of construction including proposed excavation and handling methods, proposed carriers for contaminated materials, waste disposal site, and a list of any permits that may be required for PPCM handling or contaminated materials disposal. The above data must be compiled and arranged in a format that is acceptable to the Texas Natural Resource Conservation Commission (TNRCC). d. Contractor shall submit actual limits of PPCM excavation, as prepared by his qualified environmental consultant(s) and testing lab. e. Contractor shall submit for review the proposed carrier pipe material to be used with the actual limits of PPCM excavation, including pipe gasket and carrier pipe coating or liner. B. PRODUCTS : 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: 10/23/08 1. POTENTIALLY PETROLEUM CONTAMINATED AREAS a. Areas suspected of having petroleum contaminated material (soils) are shown in on the engineering drawings. b. In areas other than those noted on the plans and where potentially petroleum contaminated materials are either detected or suspected, the City of Fort Worth and the Engineer should be notified immediately and the work should proceed in accordance with 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 . ASC-20 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS b. When a petroleum odor is encountered during excavation or when there is visual evidence of potentially petroleum contam inated soil , the Contractor shall notify the Engineer without delay. c. The Contractor shall have retained the services of an environmenta l 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 PIO or FIO tested soil sample will be considered potentially petroleum contaminated . The soul sample should be a recent sample from the excavation face. The sample should be stored in a laboratory supplied glass jar with a teflon gasket lined lid . The City of Fort Worth Department of Environmental Management will be notified prior to all sample collection and submittal to the current testing laboratory identified by the City. The PIO or FID tests should be performed in a confined location. Soils producing a reading of less than 20 ppm above ambient will not be considered potentially petroleum contaminated. The PIO or FID shall be calibrated according to manufactures instructions. d. Water encountered during excavation or dewatering shall be considered to be potentially contaminated if there is a visible sheen, a hydrocarbon odor, adjacent soil that appears visually to be contaminated by hydrocarbons or at any time the Contractor has reason to believe that hydrocarbon contamination may have occurred. The Contractor shall immediately notify the City and the TNRCC whenever contaminated water is encountered . a. The Contractor shall contact the City whenever contamination from any source is suspected . 3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS) a. Contractor shall coordinate with the City to determine a suitable location for the stockpiling of contaminated soil. The following procedure shall be followed in preparing the chosen site: 1. Provide a diked enclosure large enough to hold all material and prevent runoff. 2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the existing soil. 3. At the end of each work day, Contractor shall completely cover stockpile with 20 mil plastic. During the day, the Contractor shall keep the stockpile covered, as necessary, to prevent release of contaminated materials due to rain or wind. 4. Sampling and evaluation of materials will be performed at the Contractor's expense. (The City of Fort Worth will provide laboratory services) b. PPCS shall be handled, tested , observing all standard chain-of-custody procedures and sampling preservation and analyses shall conform to published and recognized standards. c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort Worth Department of Environmental Management. ASC-21 10/23/08 PART DA -ADDITIONAL SPECIAL CONDITIONS d. Contaminated soil identified by test results will be disposed of according to DA-36, Loading, Transportation. and Disposal of Contaminated Soll. e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as backfill material, if the soils also meet the Type C or B backfill classifications. 4. HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW) a. Water pumped from the excavation or from dewatering activities that has an oily sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially petroleum contaminated. b. PPCW shall be handled, tested, and discharged in accordance with the TNRCC's appropriate state regulation. PPCW shall be tested no later than 15 days prior to extraction. PPCW shall, if necessary, be treated in an appropriately sized oiVwater separator. air stripper or GAC canisters. Contractor shall have his testing laboratory determine that the oiVwater separator treated discharge is within the limits established by the TNRCC's regulations before being allowed to discharge (discharge to sanitary sewer). Contractor shall be responsible for furnishing the effluent test reports to the City. c. Alternatively, the Contractor may dispose of contaminated water, after appropriate pretreatment, into the sanitary sewer collection system. It shall be the responsibility of the Contractor to obtain the necessary permit(s) and to perform all testing required by the City of Fort Worth Pretreatment Services Division. d. All treated water shall be discharged Into a Contractor supplied Frac Tank, sampled, and analyzed before discharge into the sewer system. e. The product that is recovered shall be disposed of in accordance with all applicable regulations. Any phase separate product recovered from the oiVwater separator and air stripper shall be transported in accordance with Department of Transportation rules and regulations for flammable products. When transporting product for disposal, transportation shall also be performed by a licensed carrier. The Contractor is responsible for proper manifesting of the material from the site to the waste disposal facility. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. 5. HANDLING VAPOR CONCENTRATIONS a. In order to maintain safe working conditions, the vapor concentrations should not exceed 20 percent of the Lower Explosive Limit (LEL). During construction, measures should be taken to maintain LEL levels below 20 percent in all working areas. b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a LEU02 meter should continuously operate in the working area. The CGI should be properly calibrated and should have an alarm that sounds if 20 percent LEL is ASC-22 - - PART DA -ADDITIONAL SPECIAL CONDITIONS reached. Monitoring data from the GCI should be recorded periodically to determine if ventilation or other methods are effective. In the event local health and safety agencies require more stringent monitoring, the local regulations must be implemented. D. MEASUREMENT AND PAYMENT: Payment for handling PPCS, PPCW and Vapor Concentrations, obtaining and paying for any permits required, hiring the services of a qualified professional environmental consultant(s), environmental issues, stockpiling and all issues included and incidental to this section will . be full compensation for all labor, equipment. materials, and supervision. Measurement and Payment for this section will be per linear foot of trench excavated where the excavated material is handled as a contaminated material. No separate payment will be made for handling of contaminated water, vapor concentrations, sampling, stockpiling, etc. DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL A. GENERAL: This item has been established for the loading, transportation and disposal of contaminated soils in a State of Texas approved disposal site (landfill) to handle special wastes (petroleum contaminated soils). A bid item has been established in the proposal for the proper loading, transportation and disposal of the material to a designated site and the quantity established is the engineers best estimate of the quantity that may be removed. This quantity may vary depending upon actual conditions and testing results. The unit price bid will not be increased regardless of the actual amount of material disposed and may be decreased if a larger volume of material, than that listed in the bid proposal, results in a unit cost reduction for disposal. B. WASTE MANIFESTS: Any and all non-hazardous liquid and petroleum substance waste removed from the site of generation and transported for treatment and/or disposal must be accompanied by a waste shipment record/manifest detailing required generator, transported, destination and waste description information. These results may not be uniform throughout the entire site. For all petroleum substance waste, the waste shipment record utilized shall be the TNRCC PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). The Contractor shall be responsible for obtaining, originating and maintaining manifests in accordance with federal and state laws. The Contractor shall sign the manifests forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount of waste removed from the site and received by the treatment/disposal facility. The Contractor shall immediately resolve any manifest discrepancies. Completed Manifests shall be returned to the City Department of Environmental Management within 90 days of shipment. C. MEASUREMENT AND PAYMENT: 10123108 ASC-23 PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for this item shall be made per in place cubic yard of contaminated soils that are loaded, transported and disposed of in an approved special disposal site. No separate payment will be made for loading, transportation and disposal of contaminated ground waters collected; these costs considered subsidiary to DA-37, POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be included in the Contractor's bid submittal and approved by the City of Fort Worth Department of Environmental Management prior to contract award . Contractor shall be responsible for all landfill costs, including, but not limited to landfill fees, transportation costs and landfill operator requested analytical testing and waste characterization. DA-39 ROCK RIPRAP • GROUT· FILTER FABRIC (Omitted) DA-40 CONCRETE RIPRAP (Omitted) DA-41 CONCRETE CYLINDER PIPE AND FITTINGS (Omitted) DA-42 CONCRETE PIPE FITTINGS AND SPECIALS (Omitted) DA-43 UNCLASSIFIED STREET EXCAVATION (Omitted) DA-44 6" PERFORATED PIPE SUBDRAIN (Omitted) DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS This item shall include the removal and replacement of existing concrete sidewalk due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item see Item No. 104 "Removing Old Concrete·, and Item No. 504 "Concrete Sidewalk and Driveways". The unit price bid per square yard shall be full compensation for all labor, material, equipment. supplies , and incidentals necessary to complete the removal and replacement work. DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION (Omitted) DA-47 PAVEMENT REPAIR IN PARKING AREA (Omitted) DA-48 EASEMENTS AND PERMITS Easements and pennits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits. both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and pennit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and pennits. Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access Is required by the 10/23/08 ASC-24 - - - PART DA -ADDITIONAL SPECIAL CONDITIONS Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners Involved for the use of additional property required. No additional payment will be allowed for this item. DA-49 HIGHWAY REQUIREMENTS The Texas Department of Transportation requirements pertaining to the construction of this project are enclosed herein and made part of these specifications. DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E ( 1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E 1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket. RAM-Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (Omitted) DA-53 OPEN FIRE LINE INSTALLATIONS (Omitted) DA-54 WATER SAMPLE STATION GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge: however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 10/23108 ASC-25 PART DA -ADDITIONAL SPECIAL CONDITIONS Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for the water main. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. DA-55 CURB ON CONCRETE PAVEMENT Standard Specification Item 502 shall apply except as herein modified . INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three thousand (3,000) pounds per square inch at twenty-eight (28) days . The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this Project under the appropriate bid item and shall be in compliance with Public Works Department standard requirement Item 502. DA-56 SHOP DRAWINGS (Omitted) DA-57 COST BREAKDOWN (Omitted) DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY (Omitted) DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP (Omitted) DA-60 ASPHALT DRIVEWAY REPAIR (Omitted) DA-61 TOP SOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. 10/23108 ASC-26 PART DA -ADDITIONAL SPECIAL CONDITIONS DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT This item shall include raising or lowering an existing meter box to the parkway grade specified No payment will be made for adjusting existing boxes which are within 0 .001 feet of specified parkway grade. The unit price bid shall be full and sufficient payment for all labor, equipment and materials used in the adjustment of the meter box. DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision , this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I be used on an "emergency" basis only. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $200,000 (see Options to Renew) shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed . It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all change orders. DA-64 WORK IN HIGHWAY RIGHT OF WAY When the Engineer directs the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein . All work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation and Item E2-29.1 "Construction Within Highway Right-of-Way" of the General Contract Documents and Specifications, effective July 1, 1978, as amended. DA-65 CRUSHED LIMESTONE (FLEX-BASE) Crushed limestone required for use as a flexible base material shall conform to Specification Item No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation and Public Works Department. DA-66 OPTION TO RENEW (Omitted) DA-67 NON-EXCLUSIVE CONTRACT (Omitted) 10/23/08 ASC-27 PART DA-ADDITIONAL SPECIAL CONDITIONS DA-68 CONCRETE VALLEY GUTTER (Omitted) DA-69 TRAFFIC BUTTONS The Contractor shall supply all materials and labor necessary to install traffic buttons of the same type as were previously installed at locations designated by the Engineer. The buttons to be supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed with a Type Ill Epoxy. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced to match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equal. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B " and "O" 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 "O" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and for Type "D" asphalt will be 91 o/o of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established , densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B " and "O" asphalt. Densities on type "B" must be done before Type "D· asphalt is applied . Cores to determine thickness of Type "B" asphalt must be taken before Type "D· asphalt is applied . Upon completion of the application of Type "D· asphalt additional cores must be taken to determine the applied thickness. DA-72 SPECIFICATION REFERENCES 10/23/08 ASC-28 -PART DA -ADDITIONAL SPECIAL CONDITIONS When reference is made in these specifications to a particular ASTM , AWWA, ANSI or other specification , it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVE AND BOX (Omitted) DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the exception of size requirements in sections E-26.1. All resilient-seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. DA-75 EMERGENCY SITUATION, JOB MOVE-IN (Omitted) DA-76 11/z" & 2" COPPER SERVICES The following is an addendum to E1-17, Copper Water Service Lines and Copper Alloy Couplings: All fittings used for 1 Y:i" and 2" water services lines shall be compression fittings of the type produced with an internal "gripper ring " as manufactured by the Ford Meter Box Co., Inc., Mueller Company, or approved equal. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically designed for this purpose in order to provide a clean, square cut. The use of hacksaws or any other type of cutter will not be allowed . Prior to installing the compression fittings, the copper tubing will be made round by the use of a "rounding tube" specifically made for that purpose. Payment for all work and materials associated with 1 Y:i " and 2" copper services shall be included in the price of the appropriate bid item . DA-77 SCOPE OF WORK (UTIL. cun (Omitted) DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) (Omitted) DA-79 CONTRACT TIME (UTIL. CUT) (Omitted) DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (Omitted) DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (Omitted) DA-82 LIQUIDATED DAMAGES (UTIL. cun (Omitted) DA-83 PAVING REPAIR EDGES (UTIL. CUT) (Omitted) 10123108 ASC-29 PART DA -ADDITIONAL SPECIAL CONDITIONS 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) (Omitted) DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) (Omitted) DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. cun (Omitted) DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (Omitted) DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. cun (Omitted) DA-92 MAINTENANCE BOND (UTIL. cun (Omitted) DA-93 BRICK PAVEMENT (UTIL. CUT) (Omitted) DA-94 LIME STABILIZED SUBGRADE {UTIL. CUT) (Omitted) DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (Omitted) DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) (Omitted) DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (Omitted) DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (Omitted) DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (Omitted) DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR {UTIL. CUT) (Omitted) DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (Omitted) DA-102 PAYMENT (UTIL. CUT) (Omitted) DA-103 DEHOLES (MISC. EXT.) The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order together with a sketch. The location and dimensions shown on the plans relative to other existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities. It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the dehole process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all services 10/23108 ASC-30 PART DA -ADDITIONAL SPECIAL CONDITIONS encountered. Any damage to utilities resulting from the Contractor's operations, shall be restored at his expense. Payment for work such as backfill and all other associated appurtenants required . shall be included in the price of the appropriate bid item. DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (Omitted) DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) (Omitted) DA-106 BID QUANTITIES (MISC. EXT.) (Omitted) DA-107 LIFE OF CONTRACT (MISC. EXT.) (Omitted) DA-108 FLOWABLE FILL (MISC. EXT.) 1. Description: The flowable fill material shall be delivered to the site, free flowing and self-leveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting. The flowable fill material shall have an in place density of not less than 95 and not more than 115 lbs./cu. ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels. The height of free fall of the flowable fill shall not exceed four ( 4) feet. 2. Material Specifications: Flowable fill shall consist of: a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as necessary). b. Aggregates meeting ASTM C-33 c. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm Drain Construction Item 406 d. Flyash, Class C or F, meeting ASTM C-618 e. Admixtures 10/23108 1. Mineral admixtures will be pozzolanic 2. Chemical admixtures shall be in liquid or powder form used in standard ready-mix concrete products unless specifically designed for flowable fill. Permissible types of admixtures are: a. High air generators, as manufactured by Grace Construction Products or approved equal, which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength. b. Air entraining admixtures conforming to ASTM C-260. c. High range water reducers conforming to ASTM C-494 Type F or G . d. Accelerating admixtures conforming to ASTM C-494, Type C. 1. Non-chloride, non-corrosive accelerators used where metals are present in concrete or embedded members. ASC-31 PART DA -ADDITIONAL SPECIAL CONDITIONS 2 . Calcium chloride DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) (Omitted) DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (Omitted) DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) (Omitted) DA-112 MOVE IN CHARGES (MISC. REPL.) (Omitted) DA-113 PROJECT SIGNS {MISC. REPL.) (Omitted) DA-114 LIQUIDATED DAMAGES (MISC. REPL.) (Omitted) DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) (Omitted) DA-116 FIELD OFFICE (Omitted) DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan. A traffic control plan has been prepared and is included in the project plans. All other requirements of 0-8 shall apply. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS (Omitted) DA-119 DA-120 CATHODIC PROTECTION SYSTEM (Omitted) ABANDON EXISTING PIPE LINE This item shall consist of filling existing water or sanitary sewer pipe to be abandoned with flowable fill as designated in the construction plans. Flowable fill material shall be in accordance with DA-108 as well as any requirements of the Union Pacific Railroad Company or the U.S. Army Corps of Engineers , Fort Worth District (CESWF). Payment for this item shall be per linear foot of pipe filled with flowable fill. This cost shall include all labor, material , and equipment associated with filling existing water or sanitary sewer pipe with flowable fill. 10/23108 ASC-32 i,- '. ·- SECTION E SPECIFICATIONS JANUARY l, 1978 All materials, construction methods and procedures used in this project shall conform to Sections El, E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications , together with any additional material specification(s), construction(s) or later revision(s). (See revisions listed on this sheet). Sections El, E2 and E2A of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX El MATERIAL SPECIFICATIONS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20 , 1981 , follow : El-2 .4 Backfill: (Correct minimum compaction requirement to 95% Procter density and correct P .I. values as follows :) c. Additional backfill requirements when approved for use in streets : 1. Type B Backfill ( c) Maximum plastic index (PI) shall be 8 2. Type C Backfill (a) Material meeting requirements and having a PI of 8 or less shall be considered as suitable for compaction by wetting (b) Material, meeting requirement and having a PI of 9 or more shall be considered for use only with mechanical compaction E2-2 . l 1 Trench Backfill : (Correct minimum compaction requirement wherever it appears, in this section to 95 % Procter density except for paragraph a .I. wh ere the "95 % modified Procter density" shall remain unchanged). EI00-4 WATERTIGHT MANHOLE INSERTS. SECTION El 00 -MATERIAL SPECIFICATIONS MATERIAL STANDARD EI00-4 JANUARY 1, 1978 (ADDED 5/13/90) E 100-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketoo manhole inserts in the . Fort Worth sanitary sewer collection system . El 00-4.2 MATERIALS AND DESIGN: a. The manhole insert shall be of corrosion-proof high density polyethelene that meets or exceoos the requirements of ASTM D1248, Category 5, Type III . b. The minimum thickness of the manhole insert shall be 1/8". c. The manhole insert shall have a gasket that provides positive seal in wet or dry c o n d i t i o n s . The g ask e t sh a 11 be m ad e o f c l o s e d c e 11 neoprene rubber and meet the requirement of ASTM D 1056, or equal. d. The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum 1 wide woven polypropalene or nylon webbing, with the ends treated to prevent unravelling. Stainless steel hardware shall be used to securely attach strap to the insert. e. The manhole insert shall have one or more vent holes or valves to release gasses and allow water inflow at a rate no greater than IO gallons per 24 hours. EI00-4 .3 INSTALLATION: a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert on the rim . b. The manhole insert shall be fully seated around the manhole frame rim to retard water from seeping between the cover and the manhole frame rim . ElOO (1) City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 7/8/2008 DA TE: 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 . DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in that locality . ':ach year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of luilders 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 Offjce_b_y_;_ Originating Department Head: Additional Information Contact: FROM Fund/Account/Centers Fernando Costa (8476) A. Douglas Rademaker (6157) Eric Bundy (7598) HEAVY & ffiGHWA Y CONSTRUCTION PREY AILING WAGE RA TES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator Electrician Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Mach ine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough O iler Painter, Structures Pavement Marking Mach ine Operator Pipe layer Reinforcing Steel Setter, Paving Reinforcin g Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/famping Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver Lowboy-Float Truck Driver, Single Axle, Heavy Truck Driver S ingle Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill, Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Serv icer $10.06 $13 .99 $12 .78 $11.01 $ 8.80 $14 .15 $ 9 .88 $13 .22 $12 .80 $12.85 $13 .27 $12.00 $13 .63 $12.50 $13.56 $14 .50 $10.61 $14.12 $18 .12 $ 8.43 $11.63 $ I 1.83 $13 .67 $16 .30 $12.62 $ 9 .18 $10 .65 $16 .97 $11.83 $11.58 $15 .20 $14 .50 $14 .98 $13.1 7 $10 .04 $11.04 $14 .86 $16 .2 9 $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 I $14 .00 $13 .5 7 $10 .09 Classificati on AC Mechanic AC Mechanic Helper Acoustical CeilinQ Mechanic Bricklayer/ Stone Mason Brlcklaver/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drvwall Mechanic Drywall Helper Drywall Taper I Drywall Taper Heloer Electrician (Journeyman) Electrician Helper Electron ic Technici an Electronic Technician Helper Floor Laver (Resilient) Floor Layer Helper Glazier Glazier Heloer Insulator ,_____ Insu l ator Heloer Laborer Common Laborer Skllled Lather Painter Painter Helper P1pefltter Pipefitter Helper Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY Hrly Rate Classificati on $21.69 Plumber $12.00 Plumber Helper $15.24 Reinforcim1 Steel Setter $19.12 Roofer $10.10 Roofer Helper $16.23 Sheet Metal Worker $11.91 Sheet Metal Worker Helper $13.49 Sorinkter Svstem Installer $13.12 Sorinkler Svstem Installer Helper $14.62 Steel Worker Structural $10 .91 Concrete Pumo Crane, Clamsheel, Backhoe, Derrick, D'Une $13.00 Shovel $9.00 Forklift $20.20 Front End Loader $14.43 Truck Driver $19 .86 Welder $12.00 Welder Helper $20.00 $13.00 $18 .0 0 $13.00 $14.78 $11.25 $10.27 $13 .1 8 $16.10 $14.83 $8.00 $18 .85 $12.83 $17 .25 $12 .25 Hrly Rate $20 .43 $14 .90 $10 .00 $14.00 $10.00 $16 . 96 $12 .31 $18 .00 $9 .00 $17.43 $20.50 $17.76 $12.63 $10 .50 $14.91 $16.06 $9.75 Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to pay Prevailing Wage Rates . The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents . This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. (c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023 , Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31 51 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 o n an arbitrator before the 11th day after the date that arbitration is required, a di s trict court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration . The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. ( e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. (t) Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code . (g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above . 06 -Technical Specifications [8J Technical Specs Index [8J 03 34 13_Controll Low Strength Material _CLSM [8J 33 01 30_Sewer and Manhole Testing [8J 33 01 31_Closed Circuit Television (CCTV) Inspection [8J 33 04 30_Temporary Water Service [8J 33 04 40_Cleaning and Acceptance Testing of Water MainS [8J 33 05 10_Utility Trench Excavation Embedment and Backfill [8J 33 05 13_Frame Cover and Grade Rings [8J 33 05 20_Auger Boring [8J 33 05 22_Steel Casing Pipe [8J 33 05 24_ Installation of Carrier Pipe in Casing [8J 33 05 26_Utility Markers-Locators [8J 33 05 30_Exploratory Excavation for Existing Utilities [8J 33 1110_Ductile Iron Pipe [8J 33 11 11 _Ductile Iron Fittings [8J 33 11 12_Polyvinyl Chloride (PVC) Pressure Pipe [8J 33 12 10_Water Services 1-inch to 2-lnch [8J 33 12 20_Resilient Seated Gate Valve [8J 33 12 25_Connection to Existing Water Mains [8J 33 12 40_Dry-Barrel Fire Hydrants [8J 33 12 SO_ Water Sample Stations [8J 33 31 20_Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe [8J 33 31 50_Sanitary Sewer Service Connections and Line [8J 33 39 20_Precast Concrete Manholes [8J Protecto 401 Interior Lining Note : The order of precedence in case of conflicts or discrepancies between various parts of the Specifications and Contract Documents subject to the ruling of the engineer shall generally , but not necessarily , be controlled by the Technic al Specifications . 03 34 13 -I CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page I of6 1 SECTION 03 34 13 2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A . Section includes: Controlled low strength material (CLSM) for use in the following: 6 1. Flowable backfill. 7 1.2 PRICE AND PAYMENT PROCEDURES 8 A. Measurement and Payment: 9 1. Concrete is a subsidiary to structure or items being placed. 10 1.3 REFERENCES 11 A ASTM International (ASTM): 12 1. C 31 -Standard Practice for Making and Curing Concrete Test Specimens in the 13 Field. 14 2. C 33 -Standard Specification for Concrete Aggregates. 15 3 . C 39 -Standard Test Method for Compressive Strength of Cylindrical Concrete 16 Specimens. 17 4 . C 143 -Standard Test Method for Slump of Hydraulic Cement Concrete. 18 5. C 172 -Standard Practice for Sampling freshly Mixed Concrete . 19 6. C 231 -Standard Test Method for Air Content of Freshly Mixed Concrete by the 20 Pressure Method. 21 7. C 260 -Standard Specification for Air-Entraining Admixtures for Concrete. 22 8 . C 618 -Standard Specification for Coal Fly Ash and Raw or Calcined Natural Poz- 23 zolan for Use in Concrete. 24 9. C 1064 -Standard Test Method for Temperature of Freshly Mixed Hydraulic- 25 Cement Concrete 26 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED) 27 1.5 SUB MITT ALS 28 A Provide submittals in accordance with DA-56. 29 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or fa- 30 brication for specials. 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Product data. 33 B. Sieve analysis: Submit sieve analyses of fine and coarse aggregates being used . Resub- 34 mit at any time there is a significant change in grading of materials . 35 l . Mix: Submit full details , including mix design calculations for mix proposed for 36 use. 37 C. Trial batch test data : 38 l . Submit data for each test cylinder. C ITY OF FORT WORTH STA N DARD C ONSTRUC TION SPECIFIC ATION DOCUMENTS Re vi sed 4 /5/20 I I Pa rt I -Hen derso n Stree t Brid ge Water and Sanita ry Sewer Re location s C ity Proj ec t # 00969 03 34 13 -2 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 2 of6 2. Submit data that identifies mix and slump for each test cylinder. 2 1.7 CLOSEOUT SUBMITTALS [NOT USED) 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 4 1.9 QUALITY ASSURANCE [NOT USED) 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED) 6 1.11 FIELD CONDITIONS (NOT USED] 7 1.12 WARRANTY [NOT USED) 8 PART 2-PRODUCTS 9 2.1 OWNER-FURNISHED OR OWNER-SUPPLIEDPRODUCTS {NOT USED) 10 2.2 PRODUCT TYPES AND MATERIALS 11 A. MATERIALS 12 1. Portland cement: Type II low alkali portland cement 13 2. Fly ash: Class F fly ash in accordance with ASTM C 618 . 14 3 . Water 15 4 . Admixture: Air entraining admixture in accordance with ASTM C 260. 16 5 . Fine aggregate: Concrete sand (does not need to be in accordance with 17 ASTM C 33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, 18 and no plastic fines shall be present. 19 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. 20 B . MIXES 21 1. Performance requirements : 22 a . Total calculated air content: Not less than 8.0 percent or greater than 23 12.0 percent. 24 b . Minimum unconfined compressive strength: Not less than 50 pounds per square 25 inch measured at 28 days . 26 c . Maximum unconfined compressive strength : Not greater than 150 pounds per 27 square inch measured at 28 days. Limit the long-term strength (90 days) to 200 28 psi such that material could be re-excavated with conventional excavation 29 equipment in the future if necessary. 30 d . Wet density: No greater than 132 p o unds per cubic foot. 31 e. Color: No coloration required unless noted . Submit dye or other coloration 32 means for approval. 33 2. Suggested design mix : 34 C . Absolute Volume Material Weight Specific Gravity Cubic Foot Cement 30 pounds 3 .15 0 .15 Fly Ash 300 pounds 2.30 2.09 C ITY OF FORT WORTH STANDARD CONST RU CT ION SPECIFICATION DOCUMENTS Revis.xi 4/5/20 11 Pa n I -Hend erson Street Bridge Water a nd Sanitary Sewer Re locat ions City Project # 00969 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 2.3 2.4 2.5 03 34 13 -3 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Material Weight Specific Gravity Water pounds 1.00 Coarse Aggregate 1,465 pounds 2 .68 Fine Aggregate 1,465 pounds 2.68 Admixture 4-6 ounces - TOTAL 3,543 pounds - ASSEMBLY ORF ABRICA TION TOLERANCES [NOT USED) ACCESS O RIES [NOT USED) SOURCE Q UALITY CONTROL A Trial batch: Page 3 o f6 A bso lute Vol ume C ubic Foot 4 .54 8.76 8.76 2.70 27 .00 I. After mix design has been accepted by Engineer, have trial batch of the accepted mix design prepared by testing laboratory acceptable to Engineer. 2. Prepare trial batches using specified cementitious materials and aggregates pro- posed to be used for the Work. 3 . Prepare trial batch with sufficient quantity to determine slump, workability, consis- tency, and to provide sufficient test cylinders . B . Test cylinders : 1. Prepare test cylinders in accordance with ASTM C 31 with the following excep- tions: a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix . b . Do not rod the concrete mix . c . Strike off the excess material. 2. Place test cylinders in a moist curing room . Exercise caution in moving and trans- porting the cylinders since they are fragile and will withstand only minimal bump- ing, banging, or jolting without damage . 3 . Do not remove the test cylinder from mold until the cylinder is to be capped and tested. 4 . The test cylinders may be capped with standard sulfur compound or neoprene pads : a . Perform the capping carefully to prevent premature fractures. b . Use neoprene pads a minimum of l/2 inch thick , and 1/2 inch larger in diameter than the test cylinders. c . Do not perform initial compression test until the cylinders reach a minimum age of 3 days. C . Compression test 8 test cylinders : Test 4 test cylinders at 3 days and 4 at 28 days in ac- cordance with ASTM C 39 except as modified herein : I . The compression strength of the 4 test cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength , but not exceed maxi- mum compression strength . CITY OF FORT WORTH Pa rt I -Hen derson Street Bri d ge Water a nd Sanitary Sewer Re locatio ns C ity Project # 00969 STANDARD C ONSTRUCTION SPEC IFI C ATION DOCUMENTS Revised 4/5/20 I I 033413-4 CONTROLLED LOW STRENGTH MATERIAL (C LSM) Page4 of 6 1 D. If the trial batch tests do not meet the Specifications for strength or density, revise and 2 resubmit the mix design, and prepare additional trial batch and tests. Repeat until an ac- 3 ceptable trial batch is produced that meets the Specifications. 4 1. All the trial batches and acceptability of materials shall be paid by the 5 CONTRACTOR. 6 2. After acceptance, do not change the mix design without submitting a new mix de- 7 sign, trial batches, and test information. 8 E. Determine slump in accordance with ASTM C 143 with the following exceptions: 9 1. Do not rod the concrete material. 10 2 . Place material in slump cone in one semi-continuous filling operation, slightly 11 overfill, tap lightly, strike off, and then measure and record slump. 12 PART 3-EXECUTION 13 3.1 INSTALLERS [NOT USED) 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED) 16 3.4 INSTALLATION 17 A. Place controlled low strength material by any method which preserves the quality of the 18 material in terms of compressive strength and density: 19 l . Limit lift heights of CLSM placed against structures and other facilities that could 20 be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift 21 height indicated on the Drawings . Do not place another lift of CLSM until the last 22 lift of CLSM has set and gained sufficient strength to prevent lateral load due to the 23 weight of the next lift ofCLSM. 24 2. The basic requirement for placement equipment and placement methods is the 25 maintenance of its fluid properties. 26 3 . Transport and place material so that it flows easily around, beneath, or through 27 walls, pipes, conduits, or other structures . 28 4 . Use a slump of the placed material greater than 9 inches , and sufficient to allow the 29 material to flow freely during placement: 30 a. After trial batch testing and acceptance , maintain slump developed during test- 31 ing during construction at all times within plus or minus I inch. 32 5 . Use a slump, consistency, workability , flow characteristics, and pumpability (where 33 required) such that when placed , the material is self-compacting, self-densifying , 34 and has sufficient plasticity that compaction or mechanical vibration is not required . 35 6. When using as embedment for pipe take appropriate measures to ens ure lin e a nd 36 grade of pipe. 37 3.5 REPAIR [NOT USED] 38 3.6 RE-INSTALLATION [NOT USED] 39 3.7 FIELD QUALITY CONTROL 40 A . General: CITY OF FORT WORTH ST AN D ARD CONSTRU CTION S PEC !FICA TION DOCUMENTS Revised 4/5/2011 Pan I · Hend erson Street Bridg~ Water a nd Sanitary Sewer Relocati ons C ity Project II 00969 033413-5 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of6 1 1. Make provisions for and furnish all material for the test specimens, and provide 2 manual assistance to assist the Engineer in preparing said specimens . 3 2. Be responsible for the care of and providing curing condition for the test specimens. 4 B . Tests by the City: 5 I. During the progress of construction, the City will have tests made to determine 6 whether the controlled low strength material, as being produced, complies with the 7 requirements specified hereinbefore. Test cylinders will be made and delivered to 8 the laboratory by the Engineer and the testing expense will be borne by the City. 9 2 . Test cylinders: l O a. Prepare test cylinders in accordance with ASTM C 31 with the following ex- 11 ceptions: 12 l) Fill the concrete test cylinders to overflowing and tap sides lightly to settle 13 the mix. 14 2) Do not rod the concrete mix . 15 3) Strike off the excess material. 16 b . Place the cylinders in a safe location away from the construction activities . 17 Keep the cylinders moist by covering with wet burlap, or equivalent. Do not 18 sprinkle water directly on the cylinders. 19 c. After 2 days, place the cylinders in a protective container for transport to the la - 20 boratory for testing. The concrete test cylinders are fragile and shall be handled 21 carefully. The container may be a box with a Styrofoam or similar lining that 22 will limit the jarring and bumping of the cylinders . 23 d . Place test cylinders in a moist curing room. Exercise caution in moving and 24 transporting the cylinders since they are fragile and will withstand only minim- 25 al bumping, banging, or jolting without damage. 26 e . Do not remove the test cylinder from mold until the cylinder is to be capped 27 and tested . 28 f. The test cylinders may be capped with standard sulfur compound or neoprene 29 pads: 30 I) Perform the capping carefully to prevent premature fractures . 31 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in di- 32 ameter than the test cylinders. 33 3) Do not perform initial compression test until the cylinders reach a mini- 34 mum age of 3 days . 35 3. The number of cylinder specimens taken each day shall be determined by the In- 36 spector. 37 a . Test I cylinder at 3 days and 2 at 28 days in accordance with ASTM C 39 ex- 38 cept as modified herein . 39 b . The compression strength of the cylinders tested at 28 days shall be equal to or 40 greater than the minimum required compression strength , but not exceed max- 41 imum compression strength. 42 4. The City will test the air content of the controlled low strength material. Test will 43 be made immediately after discharge from the mixer in accordance with 44 ASTM C 231 . 45 5 . Test the slump of controlled low strength material using a slump cone in accor- 46 dance with ASTM C 143 with the following exceptions : 47 a. Do not rod the concrete material. 48 b . Place material in slump cone in one semi-continuous filling operation, slightly 49 overfill, tap lightly , strike off, and then measure and record slump . C ITY OF FORT WORTH STANDARD CO NS TRUCTIO N SPEC IFIC ATION DOCUM ENTS Rev ised 4/5/2 0 I I Part I -Henderson Str ee t Bri dge Water and Sanitary Sewer Relocati o ns C it y Projec t # 00969 033413-6 CONTROLLED LOW STRENGTH MATERIAL (CLSM ) Page 6 of6 1 2 6 . If compressive strength of test cylinders does not meet requirements, make correc- tions to the mix design to meet the requirements of this specification . 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED) 5 3.10 CLEANING [NOT USED) 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED) 9 3.14 ATTACHMENTS (NOT USED) 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE [20 IO May 20] 12 CITY OF FORT WORTH Part I -Henderson Street Brid ge Water and Sani ta1y Sewer Re locati ons STANDARD CONSTRUCTIO N SPECIFICATION DOCUMENTS City Proj ec t # 00969 Revi sed 4/5/20 I I 33 01 30 - 1 SEWER AND MANHOLE TESTING Page 1 of 5 SECTION 33 01 30 2 SEWER AND MANHOLE TESTING 3 PARTl -GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 l. Testing for sanitary sewer pipe and manholes prior to placing in service 7 a . Low Pressure Air Test and Deflection (Mandrel) Test 8 1) Excludes pipe with flow 9 2) Hydrostatic Testing is not allowed. 10 b . Vacuum Testing for sanitary sewer manholes 11 2. Before any newly constructed sanitary sewer pipe and manholes are placed into 12 service it shall be cleaned and tested. 13 3. Pipe testing will include low pressure air test and deflection (mandrel) test for 36- 14 inch pipe and smaller. 15 4 . Hydrostatic testing is not allowed. 16 5 . Manhole testing will include vacuum test. l 7 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 l. Pipe Testing 20 a . Measurement 21 1) This Item is considered subsidiary to the sanitary sewer main (pipe) 22 completed in place. 23 b . Payment 24 1) The work performed and the materials furnishing in accordance with this 25 Item are subsidiary to the unit price bid per linear foot of sanitary sewer 26 main (pipe) complete in place, and no other compensation will be allowed . 27 2 . Manhole Testing 28 a . Measurement 29 1) Measurement for testing manholes shall be per each vacuum test. 30 b . Payment 3 1 1) The work performed and the materials furnished in accordance with this 32 Item shall be paid for at the unit price bid per each vacuum test completed . 33 c . The price bid shall include: 34 I) Mobilization 35 2) Plugs 36 3) Clean-up 37 1.3 REFERENCES (NOT USED) 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED) 39 1.5 SUBMITT ALS 40 A. Submittals s ha ll be in accordance with DA-56. C ITY OF FORT WORTH ST ANDA RD CONSTR UCT IO N SPEC IFI CATIO N DOCUMENTS Revised 4/5/20 I I Part I -Hen derson Street Bridge Wat er a nd Sanitary Sewer Re location s C ity Proj ect # 00969 330130-2 SEWER AND MANHOLE TESTING Page 2 of 5 B . All submittals shall be approved by the Engineer or the City prior to delivery . 2 1.6 ACTION SUBMITIALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITIALS 4 A. Test and Evaluation Reports 5 1. All test reports generated during testing (pass and fail) 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 7 1.9 QUALITY ASSURANCE 8 A. Certifications 9 1. Mandrel Equipment IO a . If requested by City, provide Quality As surance certifica tion that the equipment 11 used has been designed and manufactured in accordance to the required 12 specifications. 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED) 14 l.ll FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 -PRODUCTS [NOT USED] 17 PART 3-EXECUTION 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USEDJ 20 3.3 PREPARATION 21 A. Low Pressure Air Test (Pipe) 22 I. C lean the sewer main before te sting, as outlined in thi s Specification. 23 2. Plug ends of all branches , laterals , tees, wyes , and stub to be included in test. 24 B . Deflection (mandrel) test (Pipe) 25 1. Perform as last work item before final inspection. 26 2. Clean the sewer main and inspect for offset and obstruction prior to testing . 27 3 . Materials 28 a. Mandrel used for deflection test 29 I) Use of an uncertified mandrel or a mandrel altered or modified after 30 certification will invalidate the deflection te st. 31 2) Mandrel requirements 32 a) Odd number of leg s with 9 legs minimum 33 b) E ffective length not les s than its nomina l diameter 34 c) Fabricated of rigid and nonadjustable steel 35 d) Fitted with pulling rings and each end C IT Y O F FO RT WO RTH Pa rt I -Henderson Stree1 Bridge Water and Sanitary Sewer Reloc a ti ons ST AN DARD CO NSTRUC TI ON S PEC lflC A T ION DOC UM EN T S C ity Projcc1 # 00969 Revi sed 4/5/20 I I 33 01 30 - 3 SEWER AND MANHOLE TESTING Page 3 of 5 e) Stamped or engraved on some segment other than a runner indicating 2 the following: 3 ( 1) Pipe material specification 4 (2) Nominal size 5 (3) Mandrel outside diameter (OD) 6 t) Mandrel diameter 95 percent of inside diameter (ID) of pipe 7 C. Vacuum test (Manhole) 8 1. Plug lifting holes and exterior joints. 9 2. Plug pipes and stubouts entering the manhole. IO 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum 11 is drawn . 12 4. Plug pipes with drop connections beyond drop. 13 5. Place test head inside the frame at the top of the manhole . 14 3.4 INSTALLATION 15 A. Low pressure air test (Pipe) 16 l . Install plug with inlet tap . 17 2. Connect air hose to inlet tap and a portable air control source. 18 3 . After the stabilization period (3.5 psig minimum pressure) start the stop watch . 19 4 . Determine time in seconds that is required for the internal air pressure to reach 2 .5 20 psig . Minimum permissible pressure holding time per diameter per length of pipe 21 is computed from the following equation: 22 23 24 25 Where: T = (0 .0850*D*K) Q 26 T = shortest time, seconds, allowed for air pressure to drop to 1.0 ps ig 27 K = 0 .0004 l 9*D*L, but not less than 1.0 28 D = nominal pipe diameter, inches 29 L = length of pipe being tested (by pipe size), feet 30 Q = 0 .0015 , cubic feet per minute per square foot of internal surface 31 5 . UNI-B-6 , Table 1 provides required time for given lengths of pipe for sizes 4-inch 32 through 60-inch based on the equation above . 33 6 . Stop test if no pressure loss has occurred during the first 25 percent of the 34 calculated testin g time . 35 B . Deflection (mandrel) test (Pipe) 36 l . For pipe 36 inches and sma ller the mandrel is pulled through the pipe b y ha nd to 37 ensure that maximum allowable deflection is not exceeded . 38 2. M a ximum pe rcent d e flection by pipe si ze is as follows: 39 Nominal Pipe Si ze Inches Perce nt De flection Allowed 12 and smaller 5 .0 15 through 30 4 .0 C ITY OF FORT WORTH Part I -Hend erson Street Bridge Wate r and Sanitary Sewer Re locations STAN DAR D CONSTR UCT IO N SPEC IFI CATION DOCUMENTS C ity Projec t # 00969 Revised 4 /5/20 I I 3301 30 -4 SEWER AND MANHOLE TESTING Pa ge 4 o f 5 Greater than 30 3.0 2 C . Vacuum test (Manhole) 3 1. Draw a vacuum of 10 inches of mercury and tum off the pump . 4 2. With the valve closed, read the level vacuum level after the required test time. 5 3 . Minimum time required for vacuum drop of 1 inch of mercury is as follows : 6 Depth of 4-foot Dia 5-foot Dia 6-foot Dia Manhole, feet Seconds Seconds Seconds 8 20 26 33 10 25 33 41 12 30 39 49 14 35 45 57 16 40 52 67 18 40 59 73 ** T=5 T=6 .5 T=8 7 ** For manholes over 18 feet de e p, add "T" seconds as shown for each respective 8 diameter for each 2 feet of addit ional depth of manhole to the time shown for 18 foot 9 depth . (Example : A 30 foot deep, 4-foot diameter. Total test time would be 70 1 O seconds . 40+6(5)=70 seconds) 11 12 4 . Manhole vacuum levels observed to drop greater than 1 inch of mercury will ha ve 13 failed the test. 14 3.5 REPAffi / RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD QUALITY CONTROL 17 A. Non-Conforming Work 18 1. Low pressure air test 19 a . Should the air te st fail, find and repair le a k(s) and retest. 20 2. De flection (ma ndrel) te st (Pipe) 21 a. Should the mandre l fa il to pa ss, the pipe is cons idered overd e flect e d . 22 b . Uncove r ove rde flec te d pip e . Rei nsta ll if not dam aged . 23 c. If damaged , rem o ve a nd re pla ce . 24 3 . Vac uum test (Manhole) 25 a. Should the vacuum tes t fa il , rep air s uspect area a nd rete st. 26 1) Externa l repairs re qu ired for le aks a t pipe co nn ection to manho le . 27 2) Lea ks within th e manh o le structure may be rep a ired internally o r 28 externall y . C ITY OF FO RT WORTH Pa n l -Henderson Street Bri dge Wa ter and Sani tary Sewer Re locati ons ST AN DARD CONSTRU CTI ON S P EC IFICATI ON DO C UMEN T S C it y Proj ec t # 00969 Revised 4/5/20 11 3.8 SYSTEM STARTUP (NOT USED) 2 3.9 ADJUSTING (NOT USED] 3 3.10 CLEANING (NOT USED] 4 3.11 CLOSEOUT ACTIVITIES (NOT USED] 5 3.12 PROTECTION (NOT USED] 6 3.13 MAINTENANCE (NOT USED] 7 3.14 AITACHMENTS (NOT USED) 8 END OF SECTION 9 Revi s ion Log 330130-5 SEWER AND MAN HOLE TESTING Page 5 of 5 DATE NAME SUMMARY OF CHANGE [201 0 JAN 06) 10 C ITY OF FORT WORTH Part I -Hend erso n Street Brid ge Water a nd San it ary Sew er Re loca ti o ns STANDARD CON STR UC TIO N S PECIFICATIO N DOCUMENTS City Projec t # 00969 Revised 4/5/20 I I 33 01 31 - I CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page I of5 I SECTION 33 01 31 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of 7 water, sanitary sewer, or storm sewer mains 8 B. Related Specification Sections include , but are not necessarily limited to: 9 1. Section 33 31 20 -Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 10 1.2 PRICE AND PAYMENT PROCEDURES I I A. Pre-TV Inspection 12 I . Measurement 13 a. Measurement for this Item will be by the linear foot of line televised for CCTV 14 Inspection determined from the distance recorded on the video tape log. 15 2 . Payment 16 a . The work performed and materials furnished in accordance with this Item and 17 measured as provided under "Measurement" will be paid for at the unit price 18 bid per linear foot for "Pre-CCTV Inspection". 19 1) Contractor will not be paid for unaccepted video. 20 3 . The price bid shall include: 21 a . Mobilization 22 b. Cleaning 23 c . Digital file 24 B . Post-TV Inspection 25 I . Measurement 26 a. Measurement for this Item will be by the linear foot of line televised for CCTV 27 Inspection determined from the distance recorded on the video tape log. 28 2 . Payment 29 a. The work performed and materials furnished in accordance with this Item and 30 measured as provided under "Measurement" will be paid for at the unit price 31 bid per linea r foot for "Post-CCTV Inspection". 32 1) Contractor will not be paid for unaccepted video. 33 3. The price bid shall include : 34 a. Mobilization JS b . Cleaning 36 c . Digital file 37 l.3 REFERENCES 38 A. Referen ce Standards CITY OF FORT WORTH ST ANDA RD CONSTRUC TION SPEC IFICATION DOCUMENTS Rev ised 4i 5/2 0 I I Part I -Henderso n Street Brid ge Water and Sanitary Sewer Rel ocati ons City Project# 00969 3301 31 -2 CWSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 2 of5 I 2 3 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 4 5 6 7 2. City of Fort Worth Water Department a. City of Fort Worth Water Department CCTV Inspection and Defect Coding Program (CCTV Manual). Contact Field Operations to obtain a copy of the CCTV Manual. 8 1.4 ADMINISTRATIVE REQUIREMENTS 9 A. Coordination 10 1. Meet with City of Fort Worth Water Department staff to confirm that the 11 equipment, software, standard templates, defect codes and defect rankings are being 12 used, ifrequired. 13 1.5 SUBMITTALS 14 A. Submittals shall be in accordance with DA-56 . 15 B . All submittals shall be approved by the Engineer or the City prior to delivery . 16 1.6 INFORMATIONAL SUBMITIALS 17 A. Pre-CCTV submittals for sanitary sewer lines 24 inches and larger, if required 18 I . Project schedule 19 2 . Listing of cleaning equipment and procedures 20 3 . Listing of flow diversion procedures 2 l 4 . Listing of CCTV equipment 22 5 . Listing of backup and standby equipment 23 6. Listing of safety precautions and traffic control measures 24 1.7 CLOSEOUT SUBMITTALS 25 A. Post -CCTV submittals 26 1. 2 copies of CCTV video results on DVD 27 2 . 2 hard copies of Inspection Report C ITY OF FORT WORTH Pa n I -Hend erso n Street Brid ge Water a nd Sanitary Se wer Reloca ti ons STANDARD C ONSTR UCTION SPEC IFI C ATION DOCUM EN TS City Project # 00969 Rev is ed 4/5/20 I I 330131-3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 3 of 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 Q UALITY ASSURANCE [NOT USED ) 3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4 1.11 FIELD (SITE] CONDITIONS [N OT USED] 5 1.12 WARRANTY [NOT USED] 6 PART 2-PRODUCTS [NOT USED] 7 PART 3 -EXECUTION 8 3.1 INSTALLERS [NOT USEDJ 9 3.2 EXAMINATION [NOT USED] 10 3 .3 PREPARATION 11 A. CCTV Equipment 12 1. Use equipment specifically designed and constructed for such inspection. 13 2. Use equipment designed to operate in 100 percent humidity conditions. 14 3. Use equipment with a pan (±270 degrees), tilt, and rotates (360 degrees). 15 4. Use camera with an accurate footage counter that display on the monitor the 16 distance of the camera (to the nearest 1/10 foot) from the centerline of the starting 17 manhole . 18 5. Use camera with height adjustment so camera lens is always centered at 1/2 the 19 inside diameter, or higher, in the televised pipe. 20 6 . Provide sufficient lighting to illuminate the entire periphery of the pipe. 21 7. Provide color video . 22 8. Equipment used for water mains is certified for water main inspection only. 23 9 . Use the Fort Worth Water Department standardized inspection and coding program 24 by LT . software with pre-configured template . 25 a. See CCTV Manual. 26 B. Temporary Bypass Pumping 27 C . Cleaning 28 3.4 INSPECTlON (CCTV) 29 A. General 30 l . Begin inspection immediately after cleaning of the main . 31 2. Move camera through the line in either direction at a moderate rate, stopping when 32 necessary to permit proper documentation of the main 's condition. 33 3 . Do not move camera at a speed greater than 30 feet per minute. 34 4 . Use manual winches, power winches, TV cable, and power rewinds that do not 35 obstruct the camera view, allowing for proper eva luation. C ITY O F FORT WORTH Pa rt I -Hend erson Street Brid ge Wa ter and Sa nit ary Se wer Rel ocati o ns STANDARD C ONSTRUCTION SPEC IFI C ATION DOC UMENTS City Proj ec t # 00969 Rev ised 4/5/20 I I 330131-4 CLOSED CTRCUIT TELEVISION (CCTV) INSPECTION Page4 of5 I 5. During investigation stop camera at each defect along the main. Record the nature, 2 location and orientation of the defect or infiltration location as specified in the 3 CCTV Manual. 4 6 . Pan and tilt the camera to provide additional detail at: 5 a. Manholes 6 b . Service connection 7 c . Joints 8 d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset 9 joints, obstructions, debris IO e. Infiltration/Inflow locations 11 f. Pipe material transitions 12 g. Other locations that do not appear to be typical for normal pipe conditions 13 7 . Provide accurate distance measurement. The meter device is to be accurate to the 14 nearest 1/10 foot. 15 8. CCTV inspections are to be continuous. Do not provide a single segment of main 16 on more than 1 DVD . 17 B. Pre-Installation Inspection for Sewer Mains to be rehabilitated 18 1. Perform pre-installation CCTV inspection immediately after cleaning of the main 19 and before rehabilitation work . 20 2. If, during inspection, the CCTV will not pass through the entire section of main due 21 to blockage or pipe defect, set up so the inspection can be performed from the 22 opposite manhole. 23 C. Post-Installation Inspection 24 1. Complete manhole installation before inspection begins . 25 2 . Prior to inserting the camera , flush and clean the main . 26 D . Documentation of CCTV Inspection 27 1. Follow the CCTV Manual for the inspection video, data logging and reporting . 28 3.5 REPAIR/ RESTORATION [NOT USED] 29 3.6 RE-INSTALLATION [NOT USED] 30 3.7 FIELD joRJ SITE QUALITY CONTROL [NOT USED] 31 3.8 SYSTEM STARTUP [NOT USED) 32 3.9 ADJUSTING [NOT USED] 33 3.10 CLEANING [NOT USEDI 34 3.11 CLOSEOUT ACTIVITIES [NOT USED] 35 3.12 PROTECTION [NOT USED] 36 3.13 MAINTENANCE [NOT USED) 37 3.14 ATTACHMENTS (NOT USED] 38 END OF SECTION C ITY OF FORT WO RTH Pa n I -Hend erso n Street Bridge Wa ter and Sanitary Se wer Rel oca ti ons STA~<DARD CO NSTRUCTION SP EC IFI C ATIO N DOCU M EN T S Cit y Project # 0096 9 Revi sed 4/5/2011 2 330131-5 CLOSED C IRCUIT TELEV IS ION (CCT V) INSPECT ION Page 5 of 5 Revisio n Log DATE NAME [2010 JAN 06] C ITY O F FORT WORTH STANDARD CONSTRUCT ION S PEC IFICATION DOCUMENTS Revi sed 4/5/20 11 SUMMARY O F CHANGE Part I -Henderson Street Brid ge Water and Sanitary Sewer Rel ocat io ns C ity Proj ect # 00969 33 04 30 -I TEMPORARY WATER SERVICES Page I of 4 SECTION 33 04 30 2 TEMPORARY WATER SERVICES 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 l. Temporary Water Service needed to maintain service during water main 7 replacement project 8 B . Products Installed But Not Furnished Under This Section 9 1. Fire Hydrant Meters 10 C. Standard Details 11 1. WTR-031 Temporary Service Connection 12 D. Related Specification Sections include, but are not necessarily limited to: 13 I. Specification 33 05 10 -Utility Trench Excavation, Embedment and Backfill 14 2. Specification 33 04 40 -Cleaning and Acceptance Testing of Water Mains 15 3. Specification 33 12 10 -Water Services I-inch to 2-inch 16 1.2 PRICE AND PAYMENT PROCEDURES 1 7 A. Measurement and Payment 1 8 I . Measurement 19 a. Measurement for Temporary Water Services will be measured by: 20 l) Lump sum or 2 1 2) Per linear foot of Temporary Water Main installed for: 22 a) Various sizes 23 2 . Payment 24 a. The work performed and materials furnished in accordance with this Item and 25 measured under "Measurement" will be paid for at the unit price bid for the 26 type specified. 27 3 . The price bid shall include: 28 a. Temporary water service line 29 b . Connections 30 c . Fittings 31 d . Valves 32 e . Corporation stops 33 f. Temporary asphalt for crossings 34 g . Traffic Control 35 h . Disinfection 36 1. Removal of temporary s ervices 37 1.3 REFERENCES 38 A. Reference Standards C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFI CATION DOCUMENTS Rev ised 4/5/20 I I Pa rt I -Hend erson Street Brid ge Water and Sa nitary Sewer Re locati ons Ci ty Projec t # 00969 33 04 30 • 2 TEMPORARY WATER SERVICES Page2 of4 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2 . NSF International 5 a . 61, Drinking Water System Components -Health Effects 6 3 . ASTM International (ASTM): 7 a . D3035, Standard Specification for Polyethylene (PE) Plastic Pipe (DR-PR) 8 Based on Controlled Outside Diameter 9 1.4 ADMINISTRATIVE REQUIREMENTS 10 A. Scheduling 11 1. Provide advance notice for service interruption . 12 1.5 SUBMITTALS [NOT USED! 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 14 1.7 CLOSEOUT SUBMITTALS (NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE [NOT USED) 17 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY (NOT USED] 20 PART 2-PRODUCTS 21 2.1 OWNER-FURNISHED PRODUCTS 22 A. Fire Hydrant Meters 23 2.2 EQUIPMENT, PRODUCT TYPE, AND MATERIALS 24 A. Description 25 1. Re gulatory Requirements 26 a. All Temporary Water Service components in contact with potable water shall 27 conform to the requirements of NSF 61 . 28 B . Materials 29 1. Service Couplings, Fittings, a nd Co rporation Stops 30 a. Conform to Section 33 12 I 0 . 31 2. Service lines 32 a. Polyethylene tubing 33 b . Conform to ASTM D3035 and SOR 11 34 3. Temporary Water Service Ma in 35 a . Galvanized steel pipe 36 b. Conform to Schedule 40 . CITY OF FORT WORTH Part I -Henders on Street Bridge Wate r and Sanitary Sewer Relocations STA NDARD CONST RUCTION SPEC IF ICATION DOCUMENTS City Project II 00969 Rev ised 4/5/20 11 4. Driveway Approach 2 a . Asphalt 3 C. Design Criteria 4 1. Service lines 5 a. :X-i nch minimum pipe size 33 04 30 -3 TEMPORARY WATER SERVICES Page 3 of 4 6 b . Minimum flow rate of 5 GPM at a dynamic pressure of 35 psi 7 2. Temporary Water Service Main 8 a. 2-inch minimum pipe size 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED] 11 PART 3 -EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION [NOT USED] 14 3.3 PREPARATION [NOT USED] 15 3.4 INSTALLATION 16 A. General 17 1. Install Temporary Water Services in accordance with provisions herein and in 18 accordance with City Standard Detail WTR-031. 19 2. Perform disinfection test of temporary water service main and water services in 20 accordance with Section 33 04 40. 21 B. Temporary Water Service Installation 22 I. Connect to existing water supply 23 a. Fire hydrant 24 1) Connect to fire hydrant with hydrant meter and 2-inch gate valve 25 b . If a fire hydrant is not available, tap existing water main 26 I) Connect to water main with 2-inch service tap and a corporation stop in 27 accordance with Section 33 12 10. 28 2) Record water usage with a hydrant meter. 29 3) Do not tap existing water main, unless approved by the City. 30 2. Water service 31 a . Connect Y.-inch water service to 2-inch temporary water service main 32 b. Remove existing meters, tag with address and provide to City Inspector. 33 c . Connect Y.-inch temporary water service to existing private service . 34 d . Cover domestic meter box with protective guard or barricade. 35 C. Intersection and Driveway Approach Crossing for Temporary Water Service 36 I. Crossing for Temporary Water Service Main 37 a. Cover temporary service line with sufficient asphalt to protect service line and 38 to provide a driveable crossing. C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS Revi sed 4/5/20 I I Part I -Henderson Street Bridge Water and Sanitary Sewer Rel oc ati o ns City Project # 00969 33 04 30 -4 TEM PORARY WATER SERVICES Page4 of4 b . If required to bury temporary service line due to high volume traffic , or other 2 reasons requi red by the City, excavate, embed a nd backfill in accordance with 3 Section 33 05 IO. 4 3.5 REPAIR I RESTORATION [NOT USED] 5 3.6 RE-INSTALLATION [NOT USED] 6 3.7 FIELD foR] SITE QUALITY CONTROL 7 A. Field Tests and Inspections 8 I. Check each water service installation for leaks with full flow through the curb stop 9 at the time the main is tested in accordance with Section 33 04 40. I O 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED! 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE (NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE [2010 JAN 06] 19 C ITY OF FORT WORTH Pa11 l -Henderson Street Bridge Water and Sanitary Sewer Relocations STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS City Project# 00969 Revised 4 /5/20 J l 33 04 40 -I CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page I o f7 SECTION 33 04 40 2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS 3 PART 1-GENERAL 4 1.1 SUMMARY 5 A . General 6 l. Before any newly constructed potable water mains will be permitted to be placed 7 into service in the Fort Worth Water Department's Water Distribution System, it 8 shall be cleaned (purged) and tested , or cleaned, disinfected, and tested until the 9 bacteria count within the water main meets the standards established by the Fort 10 Worth Water Department and the requirements of Chapter 290 of the Texas 11 Administrative Code (TAC) established by the Texas Commission on 12 Environmental Quality (TCEQ). 13 B . Related Specification Sections include but are not necessarily limited to: 14 I . Section 33 01 31 -Closed Circuit Television (CCTV) Inspection 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 I . Measurement: 18 a. This Item is considered subsidiary to the water main being Cleaned and Tested . 19 2. Payment: 20 a . The work performed and the materials furnished in accordance with this Item 21 are subsidiary to cleaning, disinfection , hydrostatic testing, and bacteriological 22 testing and shall be subsidiary to the unit price bid per linear foot of water pipe 23 complete in place, and no other compensation will be allowed. 24 1.3 REFERENCES 25 A. Reference Standards 26 1. Reference standards cited in this Specification refer to the current reference 27 standard published at the time of the latest revision date logged at the end of this 28 Specification, unless a date is specifically cited . 29 2 . American Water Works Association/ American (A WW A): 30 a . C301, Prestressed Concrete Pressure Pipe, Steel-Cylinder Type . 31 b . C303 , Concrete Pressure Pipe, Bar-Wrapped , Steel-Cylinder Type . 32 c. C65 l , Disinfecting Water Mains . 33 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 34 1.5 SUBMITTALS 35 A. Submittals 36 For 16-inch and larger water mains , provide the following: 3 7 1. Cleaning Plan: Prior to the s tart of construction, submit a water ma in cleaning plan 38 detailing the methods and schedule , including: 39 a . A detailed desc ription of cleaning procedures C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DO C UMENTS Rev ised 4/5/201 1 Pa rt I -Henderson Street Bridge Water a nd Sani ta ry Sewer Rel ocat ions C ity Proj ect # 00969 33 04 40 -2 CLEANING AND ACCEPTAN C E TESTING OF WATER MAINS Page 2 of7 b. Pigging entry and exit ports c. Flushing procedures 2 3 4 5 d. Plans and hydraulic calculations to demonstrate adequate flushing velocities e. Control of water f. Disposal 6 7 8 9 2 . Dis infection Plan: prior to the start of construction submit a disinfection plan including: a . The method mixing and introducing chlorine 10 11 b. Flushing c . De-chlorination d . Sampling 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 -PRODUCTS 20 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 21 2.2 PRODUCT TYPES 22 A. Pigs : 23 1. Open cell polyurethane foam body 24 2 . Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 25 3 . M a y be wrapped with polyurethane spiral bands 26 4 . Abrasives are not permitted, unless expressly approved by the City in writing for 27 the particular application . 28 5 . Must pass through a reduction up to 65 % of the cross sectional area of the nominal 29 pipe diameter 30 6 . Pigs shall be able to traverse standard piping arrangements such a s 90 degree bends, 31 tees, crosses, wyes, and gate valves. C ITY O F FORT WO RTH ST AN D A RD CONSTR UCTION SP EC IFICATION DOCU M ENTS Rev ise:<! 4 /5/20 I l Pa n l -Hen derson S treet Brid ge Wat er a nd Sanitary Se w er Re locati ons C ity Projec t # 00969 33 04 40 - 3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of? 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 -EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 8 3.5 REPAIR/RESTORATION [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 11 3.8 SYSTEM STARTUP [NOT USED! 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING 14 A. General 15 1. All water mains shall be cleaned prior to bacteriological testing. 16 a. Pig all 36-inch and smaller water mains. 17 b . Pig or manually sweep 42-inch and larger mains. 18 c . Flushing is only permitted when specially designated in the Drawings, or if 19 pigging is not practical and approved by the City. 20 B. Pigging Method 2 1 1. If the method of pigging is to be used, prepare the main for the installation and 22 removal of a pig, including: 23 a. Furnish all equipment, material, and labor to satisfactorily expose cleaning wye, 24 remove cleaning wye covers, etc. 25 b. Where expulsion of the pig is required through a dead-ended conduit: 26 l) Prevent backflow of purged water into the main after passage of the pig . 27 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and 28 smaller mains to prevent backwater re-entry into the main . 29 3) Additional excavation of the trench may be performed on mains over 12 30 inches, to prevent backwater re-entry into the main. 31 4) Flush any backflow water that inadvertently enters the main . 32 c . Flush short dead-end pipe sections not swabbed by a pig . 33 d . Once pigging is complete: 34 1) Pigging wyes shall remain in place unless otherwise specified in the 35 C o ntract Documents . 36 2) Install cleaning wye , blind flanges, or mechanical joint plugs. 37 3) Plug and place blocking at other openings. 38 4) Backfill CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFIC ATI ON DOC UMENTS Rev ised 4/5/20 11 Part I -Henderso n Street Brid ge Wa ter and Sanita ry S e wer Re locati o ns C ity Project # 0096 9 33 04 40 -4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of? 1 5) Complete all appurtenant work necessary to secure the system, and proceed 2 with disinfection. 3 C. Flushing Method 4 1. Prepare the main by installing blow-offs at appropriate locations, of sufficient sizes 5 and numbers, and with adequate flushing to achieve a minimum velocity in the 6 main of 2.5 feet per second. 7 a. Minimum blow-off sizes for various main sizes are as follows: 8 1) 4-inch through 8-inch main -%-inch blow-off 9 2) l 0-inch through 12-inch main -I -inch blow-off IO 3) 16-inch and greater main -2-inch blow-off 11 b . Flushing shall be subject to the following limitations : 12 1) Limit the volume of water for flushing to 3 times the volume of the water 13 mam. 14 2) Do not unlawfully discharge chlorinated water. 15 3) Do not damage private property . 16 4) Do not create a traffic hazard . 17 c. Once Flushing is complete: 18 1) Corporations stops used for flushing shall be plugged. 19 D . Daily main cleaning 20 I. Wipe joints and then inspect for proper installation by the City inspector. 21 2. Sweep each joint and keep clean during construction . 22 3. Install a temporary plug on all exposed mains at the end of each working day or an 23 extended period of work stoppage. 24 E . Closed Circuit Television (CCTV) Inspection 25 1. For all 16-inch and larger water mains (steel or concrete pressure pipe (A WW A 26 C303 or AWWA C301)), provide a CCTV Inspection in accordance with Section 27 33 01 31. 28 2. For all 24-inch and larger water mains (any material), provide a CCTV Inspection 29 in accordance with Section 33 0 l 31. 30 F. Hydrostatic Testing: 31 1. All water main that is to be under pressure, shall be hydrostatically tested to meet 32 the following criteria: 33 a. Furnish and install corporations for proper testing of the main . 34 1) Furnish adequate and satisfactory equipment and supplies necessary to 35 make such hydrostatic tests . 36 2) The section of line to be tested shall be gradually filled with water, 37 carefully expelling the air and the specified pressure applied. 38 b . The City will furnish water required for the testing at its nearest City line. 39 c . Expel air from the pipe before applying the required test pressure. 40 d . Test Pressure 41 1) Test pressures should meet the following criteria: 42 a) Not less than 1.25 ( 187 psi min) times the stated working pressure of 43 the pipeline measured at the highest elevation along the test section. 44 b) Not less that 1.5 (225 psi min) times the stated working pressure at the 45 lowest elevation of the test section. 46 e . Test Conditions C ITY OF FORT WORTH STANDARD CONSTR UCTION SPECIFICATION DOC UMENTS Revi sed 4/5/2011 Pa rt I -Henderson Street Bridge Water and Sanitary Sewer Rel ocations City Project # 00969 33 0440 -5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of7 1) Must be at least 2 hour duration 2) Add water as necessary to sustain the required test pressure. 3) Test Fire hydrants to the fire hydrant valve. 2 3 4 5 6 7 8 9 a) Leave the isolation valve on the fire hydrant lead line open during the hydrostatic testing. 10 11 12 13 14 15 16 17 18 19 20 4) Close isolation valves for air release valves. 5) Makeup water must come from a container of fixed 55 gallon container that ,does not have a water source. f. Measure all water used in the pressure test through an approved meter, or measure the difference in volume within a 55 gallon container. 1) Do not test against existing water distribution valves unless expressly provided for in the Drawings, or approved by the City. 2) If the City denies approval to test against existing water distribution system valve, then make arrangements to plug and test the pipe at no additional cost. 2. Allowable Leakage: a. No pipe installation should be accepted if the amount of makeup water is greater than that determined using the following formula: In inch-pound units, L = --=S=D_,/=-p- 21 148,000 22 23 Where: 24 L = testing allowance (make up water), gallons per hour 25 S = length of pipe tested, ft. 26 D = nominal diameter of pipe, in. 27 P = average test pressure during the hydrostatic test, psi 28 b. For any pipeline that fails to pass hydrostatic test: 29 1) Identify the cause 30 2) Repair the leak 31 3) Restore the trench and surface 32 4) Retest 33 c . All costs associated with repairing the pipeline to pass the hydrostatic test is the 34 sole responsibility of the Contractor and included in the price per linear foot of 35 pipe. 36 d. If the City determines that an existing system valve is responsible for the 37 hydrostatic test to fail , the Contractor shall make provisions to test the pipeline 38 without the use of the system valve. 39 e. There shall be no additional payment to the Contractor if the existing valve is 40 unable to sustain the hydrostatic test and shall be included in the price per linear 41 foot of pipe. 42 G . Disinfection 43 l. General 44 a . Disinfection of the main shall be accomplished by the "continuous feed" 45 method or the "slug" method as determined by the Contractor. 46 b. The free chlorine amounts shown are minimums. The Contractor may require 4 7 higher rates . 48 1) Calcium hypochlorite granules shall be used as the source of chlorine . 49 c. Continuous Feed Method C ITY OF FORT WORTH ST ANDA RD CONSTRUCTION SPECIFICATION DOCUMENTS Rev ised 4/5/2011 Pan I -Hend ers on Street Brid ge Water and Sanitary Se wer Re loca ti o ns C ity Proj ec t # 00969 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 2 . 33 04 40 -6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 of 7 1) Apply water at a constant rate in the newly laid main . a) Use the existing distribution system or other approved source of supply . 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 50 mg/L minimum, or as required by TCEQ, whichever is greater. b) Chlorine applications shall not cease until the entire conduit is filled with heavily chlorinated water. 3) Retain chlorinated water in the main for at least 24 hours . a) Operate valves and hydrants in the section treated in order to disinfect the appurtenances. b) Prevent the flow of chlorinated water into mains in active service. c) Residual at the end of the 24-hour period: 10 mg /L free chlorine, minimum, for the treated water in all portions of the main. 4) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 5) Test the chlorine residual prior to flushing operations. a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the new main until the chlorine residual is less the 4 mg/L. b) The Contractor may choose to evacuate the water into water trucks, or other approved storage facility, and treat the water with Sodium Bisulfate, or another de-chlorination chemical , or method appropriate for potable water and approved by the City until the chlorine residual is reduced to 4 mg/L or less . c) After the specified chlorine residual is obtained, the water may then be discharged into the drainage system or utilized by the Contractor. d . Slug Method 1) Water from the existing distribution system or other approved source of supply shall be made to flow at a constant rate in the newly laid main. 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 100 mg/L minimum, or as required by TCEQ, whichever is greater. b) The chlorine shall be applied continuously and for a sufficient time to develop a solid column or "slug" of chlorinated water that shall expose all interior surfaces to the "slug" for at least 3 hours . 3) Operate the fittings and valves as the chlorinated water flows past to disinfect the appurtenances. 4) Prevent the flow of chlorinated water into mains in active service. 5) Flush the heavily chlorinated water from the main and dispo se of in a manner and at a location accepted by the City. 6) Upon completion, test the chlorine residual remaining in the main . a ) Chlorine levels of 4 mg/I or less should be maintained . Contractor Requirements a . Furnish all equipment, material and labor to satisfactorily prepare the main for the disinfection method approved by the City with adequate provisions for sampling . b. Make all necessary tap s into the main to accomplish chlorination of a new line , unless otherwise specified in the Contract Documents. CITY OF FORT WORTH Part l · Henderson Street Bridge Water and Sanitary Sewer Relocations City Proj ec t # 00969 STANDARD CONSTRU CTION SPEC IFI C ATION OOCUMENTS Revi sed 4/5/20 I 1 33 04 40 -7 CLEANrNG AND ACCEPTANCE TESTING OF WATER MArNS Page 7 of7 I c . After satisfactory completion of the disinfection operation, as determined by 2 the City, remove surplus pipe at the chlorination and sampling points , plug the 3 remaining pipe, backfill, and complete all appurtenant work necessary to secure 4 the main. 5 H. Bacteriological Testing (Water Sampling) 6 1. General 7 a . Notify the City when the main is suitable for sampling. The City shall then 8 take water samples from a suitable tap for analysis by the City's laboratory, 9 unless otherwise specified in the Contract Documents . IO 1) No hose or fire hydrant shall be used in the collection of samples . 11 2. Water Sampling 12 a . Complete microbiological sampling prior to connecting the new main into the 13 existing distribution system in accordance with A WW A C65 l. 14 b. Collect samples for bacteriological analysis in sterile bottles treated with 15 sodium thiosulfate. 16 c . Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, 17 from the new main . 18 d. Collect at least 1 set of samples from every 1,000 linear feet of the new main 19 (or at the next available sampling point beyond 1,000 linear feet as designated 20 by the City), plus l set from the end of the line and at least 1 set from each 21 branch. 22 e. If trench water has entered the new main during construction or, if in the 23 opinion of the City, excessive quantities of dirt or debris have entered the new 24 main, obtain bacteriological samples at intervals of approximately 200 linear 25 feet. 26 f. Obtain samples from water that has stood in the new main for at least 16 hours 27 after formal flushing. 28 3. Repetition of Sampling 29 a . Unsatisfactory test results require a repeat of the disinfection process and re- 30 sampling as required above until a satisfactory sample is obtained . 31 3-11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED) 34 3.14 ATTACHMENTS [NOT USEDJ 35 END OF SECTION 36 Rev is ion Log DAT E NAME I [20 10 JAN 06) C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFI C ATION DOCUMENTS Revi sed 4 /5/2011 SUMMARY OF CHANGE Part I -Henderson Street Bridge Waler a nd San ita ry Sewer Relocatio ns C ity Proj ec t # 00969 33 05 10 -l UT ILITY TRENCH EXCAV A TlON , EMBEDMENT, AND BACKFILL Page l of 19 I SECTION 33 05 10 2 UTIUTY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A . Section Includes: 6 l. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b . Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2 . Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c . Site specific trench safety 19 d. Pumping and dewatering 20 e . Embedment 21 f. Backfill 22 g. Compaction 23 B . Related Specification Sections include , but are not necessarily limited to: 24 1. Section 03 34 13 -Controlled Low Strength Material (CLSM) 25 2 . Section 33 05 26 -Utility Markers/Locators 26 J.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Trench Excavation, embedment and backfill associated with the installation of an 29 underground utility or excavation 30 a. Measurement 3 I 1) This Item is considered subsidiary to the installation of the utility pipe line 32 as designated in the Drawings . 33 b . Payment 34 1) The work performed and the materials furnished in accordance with this 35 Item subsidiary to the installation of the utility pipe for the type of 36 embedment and backfill as indicated on the plans . No other compensation 37 will be allowed. 38 2. Imported Embedment or Backfill 39 a. Measurement 40 1) Measured by the cubic yard as delivered to the site and recorded by truck 41 ticket provided to the City. 42 b. Payment C ITY OF FORT WORTH STANDAR D CONSTRUCTI ON SPECIFICA TlON OOCUMENTS Revi sed 4/5/201 1 Part I -Hend erso n Street Bridge Water and Sanitary Sewer Relocations C ity Proj ect # 00969 l 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2 7 28 29 30 31 32 33 34 35 36 37 38 39 40 33 05 10 -2 UTILITY TR ENCH EXC AVATION , EMBEDMENT, AND BACKFILL Page2 of 19 1) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the plans . The work performed and materials furnished in accordance with pre-bid item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard delivered to the Site for : a) Imported Acceptable Backfill b) Imported Select Fill c) Cement Stabilized Sand d) CLSM e) Crushed Rock f) Fine Crushed Rock g) Ballast Stone c . The price bid shall include: I) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment 3 . Ground Water Control a . Measurement 1) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b. Payment 1) Payment shall be per the lumps sum price bid for ground water control including a) Submittals b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water f) Removal of ground water control system 4 . Trench Safety a . Measurement I) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation sa fety standards (29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) b . Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards (29 CFR Part 1926 .650 Subpart P), including, but not limited to , all submittals, labor, and equipment. 41 1.3 REFERENCES 42 A. Definitions 43 1. General -Definition used in this section are in accordance with Terminologies 44 ASTM F412 and ASTM D8 and Terminology ASTM D653 , unles s otherwise 45 noted . 46 2 . Definitions for trench width, backfill, embedment , initial backfill, pipe zone, 47 haunching bedding, springline , pipe zone and found ation are defined as shown in 4 8 the following schematic : C ITY OF FO RT WORT H STAN DARD CO N STRU CTION SP ECIFI C AT ION DOCU M ENTS Re vised 4/5/20 11 Pa rt I -Hend erso n Street Bridge Water and Sanita ry Sewer Relocati ons C ity Project # 00969 I 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 , I =:J c;:: :,,:::: 0 <I'. (D __J <I'. ~ LI... >-z w ::a: 0 w m :::;, w 33 05 10 -3 UTILITY TRENC H EXCAVATION , EMBEDMENT, AND BACKFILL UNPAVED AREAS _J <I'. z e,: w z 0 N w a... a... HAUNCH ING _ ___.,.,'t=======Ci--=---"'---~------,· -k--'--.,,__--~ BEDDI NG ~~----- OD CLEA RANCE ~XCAVA TED TRENCH 'MOT H Page 3 of 19 3 . Deleterious materials -Harmful materials such as clay lumps, silts, and organic material. 4 . Excavated Trench Depth -Distance from the surface to the bottom of the bedding or the trench foundation . 5. Final Backfill Depth a . Unpaved Areas -The depth of the final backfill measured from the top of the initial backfill to the surface . b . Paved Areas -The depth of the final backfill measured from the top of the initial backfill to bottom of permane nt or temporary pavement repair. B . Reference Standards 1 . Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards : a . ASTM C33-08 Standard Specification s for Concrete Aggregates b . ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate c. ASTM C\36-01 Test Method for Sieve Analysis o fFine and Coa rse Aggrega te C ITY OF FORT WORTH ST A N DA RD CON STRUCTION SPEC IFICAT ION DOCUMENTS Revi sed 4/5/20 11 Pa rt I -Hend erso n Street Brid ge Water a nd Sani tary Sewer Relocati o ns C ity Project # 00969 33 05 10 -4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 19 d . ASTM 0448-08 Standard Classification for Sizes of Aggregate for Road and 2 Bridge Construction. 3 e. ASTM C535-09 Standard Test Method for Resistance to Degradation ofLarge- 4 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 5 f. ASTM 0588 -Standard Test method for Moisture-Density Relations of Soil- 6 Cement Mixture 7 g. ASTM 0698-07 Test Method for Laboratory Compaction Characteristics of 8 Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-rn/M3)). 9 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 10 Place by Sand Cone Method. 11 1. ASTM 2487 -10 Standard Classification of Soils for Engineering Purposes 12 (Unified Soil Classification System) 13 J. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 14 and Other Gravity-Flow Applications 15 k. ASTM D2922 -Standard Test Methods for Density of Soils and Soil 16 Aggregate in Place by Nuclear Methods (Shallow Depth) 17 l. ASTM 3017 -Standard Test Method for Water Content of Soil and Rock in 18 place by Nuclear Methods (Shallow Depth) 19 m. ASTM 04254 -Standard Test Method for Minimum Index Density and Unit 20 Weight of Soils and Calculations of Relative Density 21 3. OSHA 22 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 23 Regulations for Construction, Subpart P -Excavations 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination 26 I . Utility Company Notification 27 a. Notify area utility companies at least 48 hours in advance, excluding weekends 28 and holidays, before starting excavation. 29 b . Request the location of buried lines and cables in the vicinity of the proposed 30 work. 31 B. Sequencing 32 l . Sequence work, for each section of the pipe installed , to complete the embedment 33 and backfill placement on the day the pipe foundation is complete. 34 2 . Sequence work such that proctors are complete in accordance with ASTM D698 35 prior to commencement of construction activities . 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with DA-56 . 38 B . All s ubmittals shall be approved by the Engineer or the City prior to construction. 39 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 40 A. Shop Drawings 41 I . Provide detailed drawings and explanation for ground w ater and surface water 42 control, if required . C ITY OF FORT WORTH STANDARD CONSTRUCT IO N SPECIFICATION DOCUMENTS Re vised 4/5/20 I I Pan I -Henderso n Street Bridge Wat er and Sanitary Se wer Relocati ons City ProjL'Ct # 00969 33 05 10 - 5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 19 I 2 3 2. Trench Safety Plan in accordance with Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - Excavations 4 5 6 7 3. Stockpiled excavation and/or backfill material a. Provide a description of the storage of the excavated material only if the contract documents do not allow storage of materials in the right-of-way of easement 8 1.7 CLOSEOUT SUBMITTALS [NOT USED) 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] IO 1.9 QUALITY ASSURANCE [NOT USED) 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Storage 13 1. Within Existing Rights-of-Way (ROW) 14 a. Spoil, imported embedment and backfill materials may be stored within 15 existing ROW, easements or temporary construction easements , unless 16 specifically disallowed in the Contract Documents. 17 b. Do not block drainage ways, inlets or driveways. 18 c . Provide erosion control in accordance with Section 31 25 00 . 19 d. Store materials only in areas barricaded as provided in the traffic control plans. 20 e . In non-paved areas, do not store material on the root zone of any trees or in 21 landscaped areas. 22 2. Designated Storage Areas 23 a. If the Drawings do not allow the storage of spoils, embedment or backfill 24 materials within the ROW, easement or temporary construction easement, then 25 secure and maintain an adequate storage location. 26 b. Provide an affidavit that rights have been secured to store the materials on 27 private property. 28 c . Provide erosion control. 29 d . Do not block drainage ways. 30 e . Only materials used for I working day will be allowed to be stored in the work 31 zone . 32 B. Deliveries and haul-off -Coordinate all deliveries and haul-off. 33 1.11 FIELD [SITE) CONDITIONS 34 A. Existing Conditions 35 I. Any data which has or may be provided on subsurface conditions is not intended as 36 a representation or warranty of accuracy or continuity between soils is expressly 37 understood that neither the City nor the Engineer will be responsible for 38 interpretations or conclusions drawn there from by the Contractor. 39 2. Data is made available for the convenience of the Contractor. C ITY O F FORT WORTH STANDARD CONSTRUCTION SP ECIFICATION DOCUMENTS Rev is ed 4/5/2011 Part I -Henderson Street Brid ge Water a nd Sanita ry Sewer Rel oc ati o ns C it y Proj ec t # 00 969 3305 10-6 UTILITY TRENC H EXCAVATION , EMBEDMENT, AND BACKFILL Page 6 of 19 1.12 WARRANTY [NOT USED] 2 PART 2-PRODUCTS 3 2.1 OWNER-FURNISHED loR] OWNER-SUPPLIED PRODUCTS 4 2.2 MATERIALS 5 A . Materials 6 I . Utility Sand 7 a . Granular and free flowing 8 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 9 fine aggregate according to ASTM C 33 1 O c. Reasonably free of organic material 11 d. Gradation: Sieve Size Percent Retained 1 inch 0 3/8 inch 0-10 #40 20-60 #100 95 12 2. Crushed Rock 13 a . Durable crushed rock or recycled concrete 14 b . Meets the gradation of ASTM D448 size numbers 56 , 57, or 67 15 c . May be unwashed 16 d. Free from significant silt clay or unsuitable materials 17 e . Percentage of wear not more than 40 percent per ASTM C 131 or C535 18 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 19 sodium sulfate soundness per ASTM C88 20 3. Fine Crushed Rock 21 a . Durable crushed rock 22 b . Meets the gradation of ASTM D448 size numbers 8 or 89 23 c . May be unwashed 24 d . Free from significant silt clay or unsuitable material s. 25 e . Have a percentage of wear not more th an 40 percent per ASTM C 131 or C535 26 f. Not more than a 12 percent maximum loss when subj ective to 5 cycles of 27 sodium sulfate soundness per ASTM C88 28 4 . Ba llast Stone 29 a. Stone ranging from 3-inches to 6-inches in greatest dimension . 30 b . M ay be unwashed 31 c . Free from significant silt clay or unsuitable m ateri a ls 32 d . Percentage of wear not more than 40 percent per ASTM Cl 31 or C535 33 e. Not more than a 12 percent maximum lo ss when subjective to 5 cycles of 34 sodium sulfate soundness per ASTM C8 8 35 5 . Acceptable Backfill Mate rial 36 a . In-situ or imported soil s clas s ified a s CL, CH, SC , or GC in acc ordance with 37 AS T M D24 87 38 b . Free from de leterious materials , bou lders over 6 in c hes in size and organics 39 c. Can be place d free fr om voids C IT Y O F FORT WORTH STAN DARD CONST RUCT ION SPEC IFI C AT ION DOC UME NTS Rev ised 4/5/20 I I Pa rt I -Hend er.;o n Street Bridge Wa ter and Sanitary Se wer Relocations City Proj ect# 0 0969 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2 7 28 29 30 31 32 33 34 35 3 6 37 38 39 40 41 330510 -7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 19 d. Must have 20 percent passing the number 200 sieve 6 . Blended Backfill Material a . In-situ soils classified as SP, SM , GP or GM in accordance with ASTM D2487 b . Blended with In-situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c . Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a . In-situ soils classified as ML, MH, PT, OL, or OH in accordance with ASTM D2487 8 . Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c . Plasticity index between 8 and 20 9 . Cement Stabilized Sand (CSS) a. Sand or silty sand b . Free of clay or plastic material c . Minimum of 4 percent cement content of Type I/II portland cement d . 100 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A e . 200 to 250 psi compressive strength at 23 days in accordance with ASTM Dl633, Method A f. Mix in a stationary pug mill, weigh-batch, or continuous mixing plant 10 . Controlled Low Strength Material (CLSM) a . In accordance with Section 03 34 13 11. Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM 02487 I) Needle punch, non woven geotextile composed of polypropylene fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) UV Resistant 6) Mirafi 140N by Tencate, or approved equal b . Soils Classified as ML or OH in accordance with ASTM D2487 I) High-tenacity mono filament polypropylene woven yarn 2) Percent open area of 8 percent -10 percent 3) Fibers shall retain their relat ive position 4) Inert to biological de gradation 5) Resist naturally occurring chemicals 6) UV Resistant 7) Mirafi FW402, by Tencate or approved equal C IT Y OF FORT WORTH ST AN D ARD CON STRUCTI ON S PEC LFI C A TION DOCU M EN T S Revised 4i 5/20 11 Pa rt I -Henderson Street Brid ge Wa ler and Sa nita ry Se wer Re loca ti ons C ity Projec t # 00969 33 05 10 - 8 UTILITY TRENCH EXCAVATION , EMBEDMENT. AND BACKFILL Page 8 of 19 2 .3 ACCESSORIES (NOT USED] 2 2.4 SOURCE QUALITY CONTROL [N OT USED] 3 PART 3-EXECUTION 4 3.1 INSTALLERS [NOT USEDJ 5 3.2 EXAMINATION 6 A. Verification of Conditions 7 l. Review all known, identified, or marked utilities, whether public or private, prior to 8 excavation. 9 2 . Locate and protect all known, identified and marked utilities or underground 1 O facilities as excavation progresses. 11 3 . Notify all utility owners within the project limits 48 hours prior to beginning 12 excavation. 13 4. The information and data shown in the Drawings with respect to utilities is 14 approximate and based on record information or on physical appurtenances 15 observed within the project limits. 16 5. Coordinate with the Owner(s) of underground facilities. 17 6. Immediately notify any utility owner of damages to underground facilities resulting 18 from construction activities . 19 7. Repair any damages resulting from the construction activities . 20 B. Notify the City immediately of any changed condition that impacts excavation and 21 installation of the proposed utility. 22 3.3 PREPARATION 23 A. Protection of In-Place Conditions 24 1. Pavement 25 a. Conduct activities in such a way that does not damage existing pavement that is 26 designated to remain . 27 b . Repair or replace any pavement damaged due to the negligence of the 28 contractor outside the limits designated for pavement removal. 29 2. Trees 30 a . When operating outside of existing ROW, stake permanent and temporary 31 construction easements . 32 b . Restrict all construction activities to the designated easements and ROW. 33 c. Flag and protect all trees designated to remain in accordance with Section 31 I 0 34 00. 35 d . Conduct excavation, embedment and backfill in a manner such that there is no 36 damage to the tree canopy . 37 e . Prune or trim tree limbs as specifically allowed by the Drawings or as 38 specifically allowed by the City . 39 l) Pruning or trimming may only be accomplished with equipments 40 specifically design for tree pruning or trimming. 41 f. Remove trees specifically designated to be removed in the Drawin gs. C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 4/5/20 11 Part l -Hend erson Street Brid ge Water and Sanitary Sewer Rel oca ti ons City Project # 00969 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 330510-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Pa ge 9 of 19 3. Above ground Structures a. Protect all above ground structures adjacent to the construction. b. Remove above ground structures designated for removal in the Drawings. 4. Traffic a . Maintain existing traffic, except as modified by the traffic control plan . b . Do not block access to driveways or alleys for extended periods of time unless : 1) Alternative access has been provided, 2) Proper notification has been provided to the property owner or resident, or 3) Is specifically allowed in the traffic control plan c. Use traffic rated plates to maintain access until access is restored. 5 . Traffic Signal -Poles, Mast Arms, Pull boxes, Detector loops a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles , mast arms, pull boxes, traffic cabinet, conduit and detector loops . c. Immediately notify the City's Traffic Services Division if any damage occurs to any component of the traffic signal due to the contractors activities . d. Repair any damage to the traffic signal poles, mast anns; pull boxes, traffic cabinets, conduit and detector loops as a result of the construction activities . 6. Fences a . Protect all fences designated to remain. b . Leave fence in the equal or better condition as prior to construction. 23 3.4 INSTALLATION 24 A . Excavation 25 1. Excavate to a depth indicated on the Drawings. 26 2. Excavate to a width sufficient for laying the pipe in accordance with the Drawin gs 27 and bracing in accordance with the Excavation Safety Plan . 28 3. The bottom of the excavation shall be firm and free from standing water. 29 a . Notify the City immediately if the water and /or the in-situ soils do not provide 30 for a firm trench bottom . 31 b . The City will determine if any changes are required in the pipe foundation or 32 bedding . 33 4 . Unless otherwise permitted by the Drawings or by the City, the limits of the 34 excavation shall not advance beyond the pipe placement so that the trench may be 35 backfilled in the same day. 36 5. Over Excavation 37 a . Fill over excavated areas with the specified bedding material as specified for 38 the specific pipe to be installed . 39 b . No additional payment will be made for over excavation or additional bedding 40 material. 41 6 . Unacceptable Backfill Material s 42 a. In-situ soils classified as unacceptable backfill material shall be separated from 43 acceptable backfil I materials . 44 b. If the un acceptable backfill material is to be blended in accordance with this 45 Specification , then store materi a l in a suitable location until the material is 4 6 blended . C ITY O F FORT WORTH STANDARD CONSTRU CTION SPECTFI C ATION DOCU M ENTS Revis ed 4/5/20 I l Part I -Henderson Street Brid ge Water and Sanit ary Sewer Relocati o ns C ity Projec t # 00969 33 05 10 -10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 19 1 c. Remove all unacceptable material from the project site that is not intended to be 2 blended or modified. 3 B . Shoring, Sheeting and Bracing 4 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 5 specific excavation safety system in accordance with Federal and State 6 requirements. 7 2. Excavation protection systems shall be designed according to the space limitations 8 as indicated in the Drawings. 9 3. Furnish, put in place and maintain a trench safety system in accordance with the 10 Excavation Safety Plan and required by Federal, State or local safety requirements. 11 4. If soil or water conditions are encountered that are not addressed by the current 12 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 13 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 14 City. 15 5 . Do not allow soil, or water containing soil, to migrate through the excavation safety 16 system in sufficient quantities to adversely affect the suitability of the excavation l 7 protection system. 18 6. Movable bracing, shoring plates or trench boxes used to support the sides of the I 9 trench excavation shall not: 20 a . Disturb the embedment located in the pipe zone or lower 21 b. Alter the pipe's line and grade after the excavation protection system is moved 22 c. Compromise the compaction of the embedment located below the spring line of 23 the pipe and in the haunching 24 C . Water Control 25 1. Surface Water 26 a. Furnish all materials and equipment and perform all incidental work required to 27 direct surface water away from the excavation. 28 2 . Ground Water 29 a. Furnish all materials and equipment to dewater ground water by a method 30 which preserves the undisturbed state of the subgrade soils . 31 b . Do not allow the pipe to be submerged within 24 hours after placement. 32 c . Do not allow water to flow over concrete until it has sufficiently cured . 33 d . Engage a Licensed Engineer in the State ofTexas to prepare a Ground Water 34 Control Plan if any of the following conditions are encountered: 35 1) A Ground Water Control Plan is specifically required by the Contract 36 Documents. 37 2) Ifin the sole judgment of the City, ground water is so severe that an 38 Engineered Ground Water Control Plan is required to protect the trench or 39 the installation of the pipe which may include: 40 a) Ground water levels in the trench are unable to be maintained below 41 the top of the bedding. 42 b) A firm trench bottom cannot be maintained due to ground water. 43 c) Ground water entering the excavation undermines the stability of the 44 excavation. 45 d) Ground water entering the excavation is transporting unacceptable 46 quantities of soils through the excavation safety system. C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS Rev is ed 4/5/2011 Pa11 I -Henderson Street Bridge Water and Sanitary Sewer Re locations City Proj ec t # 00969 2 3 4 5 6 7 8 9 10 I l 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 D . 33 05 10 -11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 19 e. 1n the event that there is no bid item for a Ground Water Control and the City requires an Engineered Ground Water Control Plan due to conditions discovered at the site, the contractor will be edible to submit a change order. f. Control of ground water shall be considered subsidiary to the excavation when: 1) No Ground Water Control Plan is specifically identified and required in the Contract Documents g. Ground Water Control Plan installation, operation and maintenance 1) Furnish all materials and equipment necessary to implement, operate and maintain the Ground Water Control Plan. 2) Once the excavation is complete, remove all ground water control equipment not called to be incorporated into the work . h . Water Disposal 1) Dispose of ground water in accordance with City policy or Ordinance. 2) Do not discharge ground water onto or across private property without written permission . 3) Permission from the City is required prior to disposal into the Sanitary Sewer. 4) Disposal shall not violate any Federal, State, or local regulations . Embedment and Pipe Placement l. Water Lines less than , or equal to , 12 inches in diameter: a. The entire embedment zone shall be of uniform material. b . Utility sand sha ll be generally used for embedment. c. If ground water is in sufficient quantity to cause sand to pump, then use or crushed rock as embedment. 1) If crushed rock is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price . d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm , uniform bedding . f. Place pipe on the bedding in accordance with the alignment of the Drawings . g. In no case shall the top of the pipe be les s than 42 inches from the surface of the proposed grade, unless specifically called for in the Drawings. h. Place embedment, including initial backfill , to a minimum of 6 inches, but not more than 12 inches, above the pipe. 1. Where gate valves are present , the initial backfill shall extend to 6 inches above the elevation of the valve nut. J . Form all blocking against undisturbed trenc h wall to the dimensions in the Drawings. k. Compact embedment and initial backfill. I. Place marker ta pe on top of the initial trench backfill in accordance with Section 33 05 26 . 2. Water Lines 16-24 Inche s in Diam eter a . The entire embedment zone s hall be of uniform material. b . Utility sand may be for used for embedment when the e xc ava ted trench depth is les s than 15 feet deep . c. Crushed rock shall be used for embedmcnt for excavated trench depths greater th an 15 feet deep . d. Place evenly spread bedding ma terial on a firm trench bottom . e. Provide firm , uniform bedding. CITY OF FORT WORTH Pa rt I -Henderson Street Bridge Wa ter and Sanitary Sewer Re locati on s C ity Project # 00969 STANDARD CONSTRUCTION SPEC IF ICATIO N DOCUMENTS Revised 4/5/20 I I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 33 05 10 -12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 19 I) Additional bedding may be required if ground water is present in the trench . 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price . f. Place pipe on the bedding according to the alignment shown on the Drawings. g . The pipe line shall be within : 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines 2) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines h . Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations . 1. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall not exceed the spring line prior to compaction . j . Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Where gate valves are present, the initial backfill shall extend to up to the valve nut. l. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698 . m . Density test may be performed by City to verify that the compaction of embedment meets requirements. n. Place trench geotextile fabric on top of the initial backfill. o. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 3. Water Lines 16-24 inches in Diameter a. The entire embedment zone shall be of uniform material. b . Utility sand may be for used for embedment when the excavated trench depth is less than 15 feet deep . c . Crushed rock or fine crushed rock shall be used for embedment for excavated trench depths greater than 15 feet deep . d . Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand e . Place evenly spread bedding material on a firm trench bottom . f. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price . g. Place pipe on the bedding according to the alignment shown on the Drawings . h . The pipe line shall be within: I) ±3 inches of the elevation on the Drawing s for 16-inch and 24-inch water lines 1. Place and compact embedment material to adequately su pport haunches in accord a nce with the pipe manufacturer 's recommendations . J . Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, a bove the pipe. k . Where gate valves are present, the initial backfill shall extend to up to the valve nut. CITY Of FORT WORTH STANDARD CO NSTRUCTION SPECLFICATION DOCUMENTS Revi sed 4/5/2011 Part I -Hend erso n Street Bridge Water and Sanitary Sewer Relocations City Project # 00969 2 3 4 5 6 7 8 9 IO 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 330510 -13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 19 I. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698 . m. Density test may be performed by City to verify that the compaction of embedment meets requirements. n . Place trench geotextile fabric on top of the initial backfill. o. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 4. Water Lines Greater than 24 Inches in Diameter a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand d . Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. l) Additional bedding may be required if ground water is present in the trench . 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within: 1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines h . Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. 1. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall not exceed the spring line prior to compaction. J. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. k . Where gate valves are present, the initial backfill shall extend to up to the valve nut. I. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698 . m . Density test may be performed by City to verify that the compaction of embedment meets requirements . n . Place trench geotextile fabric on top of the initial backfi 11. o. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26 . 5 . Sanitary Sewer Lines and Storm Sewer Lines (HOPE) a. The entire embedment zone shall be of uniform material. b . Crushed rock shall be used for embedment. c . Place evenly spread bedding material on a firm trench bottom . d . Spread bedding so that lines and grades are maintain and that there are no sags in the sanitary sewer pipe line . e . Provide firm , uniform bedding . l) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crnshed rock shall be paid by the pre-bid unit pnce. C IT Y OF FORT WORTH STANDARD CONSTRUCTION S PE C IFI CATION DOCUMENTS Revised 4/5/20 11 Part I -Hend erson Stree t Bridge Water a nd San it al)' Sewer Reloca ti ons C ity Project # 00969 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 33 05 10 -14 UTILITY TRENC H EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 o f 19 f . Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipe line shall be within ±0 .1 inches of the elevation on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer 's recommendations . 1. For sewer lines greater than 30 inches in diameter, the embedment lift shall not exceed the spring line prior to compaction . J . Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches , above the pipe . k. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTMD698. I. Density test may be performed by City to verify that the compaction of embedment meets requirements. m . Place trench geotextile fabric on top of the initial backfill. n. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26 . 6 . Storm Sewer (RCP) a. The bedding and the pipe zone up to the spring line shall be ofuniform material b . Crushed rock shall be used for embedment up to the spring line . c . The specified backfill material may be used above the spring line . d . Place evenly spread bedding material on a firm trench bottom . e. Sprea d bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line . f. Provide firm, uniform bedding . 1) Additional bedding may be required if ground water is present in the trench . 2) 1f additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit pnce. g . Place pipe on the bedding according to the alignment of the Drawings . h . The pipe line shall be within ±0.1 inche s of th e e lev at ion on the Drawings . 1. Place embedment material up to the spring line . 1) Pl ace embedment to ensure that adequate support is obtained in the haunch J. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698 . k . Density test may be performed by City to verify that the compaction of embedment . I. Place trench geotextile fabric on top of pipe and crushed rock . 7 . Storm Sewer Reinforced Concrete Box a. Crushed rock shall be u se d for bedding . b . The pipe zone and the initial bac kfill shall be : I) Crushed rock, or 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c. Plac e evenly spread compacted bedding material on a firm trench bottom . d . Spre ad bedding so that lines and grades are maintain and that there are no sags in th e sto rm sewer pipe line. e. Pro vi de firm, uniform bedding . 1) Additional bedd ing may be requ ired if gro und water is present in the trench. C ITY OF FORT WORTH STANDARD CONSTRUCTIO N SPEC IFI CAT ION DOCUMENTS Rev ised 4/5/20 11 Part I -Hen derson Street Brid ge Wat er and Sanitary Sewer Re locations City Project # 00969 330510-15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 19 I 2) If additional crushed rock is required which is not specifically identified in 2 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 3 price. 4 f. Fill the annular space between multiple boxes with crushed rock, CLSM 5 according to 03 34 13 Controlled Low Strength Material or cement stabilized 6 sand (CSS). 7 g. Place pipe on the bedding according to the alignment of the Drawings. 8 h. The pipe shall be within ±0.1 inches of the elevation on the Drawings. 9 1. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 10 D698. 11 8 . Water Services {Less than 2 Inches in Diameter) 12 a. The entire embedment zone shall be of uniform material 13 b . Uti lity sand shall be generally used for embedment. 14 c. Place evenly spread bedding material on a firm trench bottom . 15 d. Provide firm, uniform bedding. 16 e . Place pipe on the bedding according to the alignment of the Plans . 17 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698 . 18 9. Sanitary Sewer Services 19 a. The entire embedment zone shall be of uniform material 20 b. Crushed rock shall be used for embedment. 21 c . Place evenly spread bedding material on a firm trench bottom. 22 d . Spread bedding so that lines and grades are maintain and that there are no sags 23 in the sanitary sewer pipe line. 24 e . Provide firm, uniform bedding. 25 I) Additional bedding may be required if ground water is present in the 26 trench. 27 2) If additional crushed rock is required which is not specifically identified in 28 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 29 pnce . 30 f. Place pipe on the bedding according to the alignment of the construction plans . 31 g . Place remaining embedment including initial backfill to a minimum of 6 inches , 32 but not more than 12 inches, above the pipe. 33 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 34 1. Density test may be required to verify that the compaction meets the density 35 requirements . 36 E . Trench Backfill 3 7 1. At a minimum, place backfill in such a manner that the required in-place density 38 and moisture content is obtained, and so that there will be no damage to the surface, 39 pavement or structures due to any trench settlement or trench movement. 40 a . Meeting the requirement herein does not relieve the responsibility to damages 41 associated with the work. 42 2 . Backfill Material 43 a . Final backfill depth less than 15 feet 44 I) Backfill with acceptable backfill material, or blended backfill material or, 45 2) Select backfill material , CSS, or CLSM when specifically required 46 b . Final backfill depth g reater than 15 feet and under pavement or future pavement 4 7 l) Backfi II depth from 0-15 feet deep C ITY OF FORT WO RTH STANDARD CON STR UCTIO N SPEC IFIC ATION DO C UMENTS Re vi sed 4/5/20 I I Pa rt I -Hen derson Stree t Bridge Water and Sa nitary Sewer Rel ocati o ns C ity Proj ect # 0 09 6 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 330510-16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 19 a) Backfill with acceptable backfill material, or blended backfill material or, b) Select backfill material, CSS, or CLSM when specifically required 2) Backfill depth greater than! 5 feet deep a) with Select Fill, CSS, or b) CLSM when specifically required c. Final backfill depth greater than 15 feet and not under pavement or future pavement 1) Backfill with acceptable backfill material, or blended backfill material. 3 . Required Compaction and Density a . Final backfill depths less than 15 feet 1) Compact acceptable backfill material, blended backfill material, or select backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. b . Final backfill depths greater than 15 feet and under existing or future pavement 1) Compact select backfill to a minimum of 98 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture . 2) CSS or CLSM requires no compaction. c. Final backfill depths greater than 15 feet and not under existing or future pavement I) Compact acceptable backfill material, blended backfill material, or select backfill to a minimum of95 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. 4. Saturated Soils a . If the in-situ soils consistently demonstrate that they are greater than 5 percent over optimum moisture content, the City may require that the contractor to remove the saturated soil and backfill with imported acceptable backfill material. b. Removal of existing soils and placement of imported acceptable backfill material shall be at price bid per cubic yard . 5. Placement of Backfill a. Use only compaction equipment specifically designed for compaction of a particular soil type and within the space and depth limitation experienced in the trench. b. Place in loose lifts not to exceed 12 inches c . Compact to specified densities . d. Compact only on top of initial backfill, undisturbed trench or previously compacted backfill. e. Remove any loose materials due to the movement of any trench box or shoring or due to sloughing of the trench wall. f. Install appropriate tracking balls for water and sanitary sewer trenches in accordance with Section 33 05 26 . 6 . Backfill Means and Methods Demonstration a. Notify the City in writing with sufficient time for the City to obtain samples and perform standard proctor test in accordance with ASTM D698 b . The results of the standard proctor test must be received prior to beginning excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPE C IFICATIO DOCUMENTS Revised 4/5/2011 Pa n I -Hend erso n Street Bridge Water and Sanita ry Sewer Relocation s City Project II 00 969 33 05 10 -17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 19 2 3 4 5 6 7 8 9 c. Upon commencing of backfill placement for the project the Contractor shall demonstrate means and methods to obtain the required densities. 10 11 12 13 14 15 16 17 18 19 20 d. Demonstrate Means and Methods for compaction including: 1) Depth of lifts for backfill which shall not exceed 12 inches 2) Method of moisture control for excessively dry or wet backfill 3) Placement and moving trench box, if used 4) Compaction techniques in an open trench 5) Compaction techniques around structure e. Provide a testing trench box to provide access to the recently backfilled material. f. The City will provide a qualified testing lab full time during this period to randomly test density and moisture continent. 1) The testing lab will provide results as available on the job site. 7. Varying Ground Conditions: a. Notify the City of varying ground conditions and the need for additional proctors. b. Request additional proctors when soil conditions change. c. The City may acquire additional proctors at its discretion. d. Significant changes in soil conditions will require an additional Means and Methods demonstration. 21 3.5 REP AIR 22 3.6 RE-INSTALLATION [NOT USED] 23 3.7 FIELD QUALITY CONTROL 24 A. Field Tests and Inspections 25 1. Proctors 26 a . The City will perform Proctors in accordance with ASTM D698. 27 b . Test results will generally be available to within 4 calendar days and distributed 28 to: 29 1) Contractor 30 2) City Project Manager 31 3) City Inspector 32 4) Engineer 33 c. Notify the City if the characteristic of the soil changes 34 d . City will perform new proctors for varying soils as: 35 1) Indicated in the geotechnical investigation in the Appendix 36 2) Notified by the Contractor 37 3) At the convenience of the City 38 e. Trenches where different soil types are present at different depths, the proctors 39 shall be based on the mixture of those soils 40 2. Density Testing of Backfill 41 a. Density Test Shall be in conformance with ASTM D2922. 42 b . Provide a testing trench protection for trenches deeper than 5 feet. 43 c. Place, move and remove testing trench protection as necessary to facilitate all 44 test conducted by the City . 45 d. Final backfill depths less than 15 feet and trenches of any depth not under 46 existing or future pavement CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFICATION DO CUMENTS Revi s ed 4/5/2011 Part I -Henderso n Street Brid ge Water and Sanita ry Se wer Relocation s C ity Proj ec t # 00969 330510-18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 19 I 1) The City will perform density testing twice per working day when 2 backfilling operations are being conducted. 3 2) The testing lab shall take a minimum of 3 density tests of the current lift in 4 the available trench. 5 e. Final backfill depths greater than 15 feet deep 6 1) The City will perform density testing twice per working day when 7 backfilling operations are being conducted. 8 2) The testing lab shall take a minimum of 3 density tests of the current lift in 9 the available trench. IO 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. 11 f. Make the excavation available for testing. 12 g. The City will determine the location of the test. 13 h. The City testing lab will provide results to Contractor and the City's Inspector 14 upon completion of the testing. 15 1. A formal report will be posted to the City's Buzzsaw site within 48 hours 16 J. Test reports shall include: 17 1) Location of test by station number 18 2) Time and date oftest 19 3) Depth of testing 20 4) Field moisture 21 5) Dry density 22 6) Proctor identifier 23 7) Percent Proctor Density 24 3. Density of Embedment 25 a . Storm sewer boxes that are embedded with acceptable backfill material, 26 blended backfill material, cement modified backfill material or select material 27 will follow the same testing procedure as backfill. 28 b. The City may test fine crushed rock or crushed rock embedment in accordance 29 with ASTM D2922 or ASTM 1556 . 30 B . Non-Conforming Work 31 l. All non-conforming work shall be removed and replaced. 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED) 34 3.10 CLEANING [NOT USED) 35 3.11 CLOSEOUT ACTIVITIES [NOT USEDJ 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED) 38 3.14 ATTACHMENTS [NOT USED) 39 END OF SECTION 40 41 CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC LFI C ATION DOC UMENTS Revised 4/5/2011 Pan l -Henden.on Street Bridge Water and Sanitary Sew er Rel ocation s City Project # 00969 DATE NAME [2 01 0 JAN 06] C ITY OF FORT WO RTH 33 05 10 -19 UTILITY TRENCH EXCAVATION , EMBEDMENT, AND BAC KF ILL Page I 9 of 19 Revisi on Log S UMMARY OF CHANGE ST AN DARO C O NST RUC TION S PECIF IC ATIO N DO CUM ENTS Rev ised 4/5/20 11 Pa n 1 -Hend erson S treet Brid ge Water a nd Sanitary Sewer Re locat io ns C ity Project # 00969 33 05 13 -I FRAME, COVER, AND GRADE RINGS Page I of 5 SECTION 33 05 13 2 FRAME, COVER, AND GRADE RINGS 3 PART 1-GENERAL 4 1.1 SUMMARY 5 A. Section Includes : 6 1. Frame, cover and grade rings used as access ports into water, sanitary sewer and 7 storm drain structures such manholes or vaults 8 B. Standard Details 9 l. WTR-005 Vault Detail for 16-inch and Larger Gate Valves 10 2. WTR-012 Access Manhole 11 3 . WTR-015 Standard Blow-off into 4-ft Diameter Sump Manhole 12 4 . WTR-020 Combination I-inch Air Release Valve and I-inch Pitot Connection 13 5. WTR-033 Butterfly Valve 14 6. SAN-002 Standard Type "A" Access Manhole 15 7. SAN-003 Standard4' Diameter Manhole 16 8. SAN-004 Shallow Manhole 17 9. SAN-005 Modified 4' Diameter Drop Access Manhole 18 10 . SAN-007 Offset Manhole to sewer main larger than 24-inch 19 11. SAN-009 Manhole, Frame, Cover, Grade Rings and Concrete Collar 20 12. SAN-021 Wastewater Access Device 21 13. SD-17 Storm Drain, Standard Cast Iron Frame & Cover 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A Measurement and Payment 24 l. Measurement: 25 a . This Item is considered subsidiary to the structure containing the frame , cover 26 and grade rings and concrete collar. 27 2. Payment: 28 a . The work performed and the materials furnished in accordance with this Item 29 are subsidiary to the unit price bid per each structure complete in place, and no 30 other compensation will be allowed . 31 1.3 REFERENCES 32 A Reference Standards 33 1. Reference standards cited in this Specification refer to the current reference 34 standard published at the time of the latest revision date logged at the end of this 35 Specification, unless a date is specifically cited. 36 2. ASTM International (ASTM): 37 a. ASTM A48 -Standard Specification for Gray Iron Castings 38 b . ASTM A536 -Standard Specification for Ductile Iron Castings C ITY OF FORT WORTH ST ANDA RD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 4/5/2011 Part I -Hend erson Street Brid ge Water a nd Sa nit ary Sewer Re loca tion s C ity Project # 00969 33 05 13 -2 FRAME, COVER, AND GRADE RINGS Page2 of5 c . ASTM C478 -Specification for Precast Reinforced Concrete Manhole Sections 2 3. American Association of State Highways and Transportation Officials (AASHTO). 3 a . AASHTO M306 -Standard Specification for Drainage, Sewer, Utility and 4 Related Castings 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED) 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with DA-56 . 8 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 9 fabrication for specials . 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 11 A. Product Data 12 l. All castings shall be cast with: 13 a. Approved foundry's name 14 b . Part number 15 c . Country of origin 16 d . Production date 17 2. Provide manufacturer's: 18 a . Specifications 19 b. Load tables 20 c. Dimension diagrams 21 d . Anchor details 22 e . Installation instructions 23 B. Certificates 24 l . Manufacturer shall certify that all castings conform to the ASTM and AASHTO 25 designations. 26 1.7 CLOSEOUT SUBMITTALS (NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED) 30 1.11 FIELD [SITE) CONDITIONS (NOT USED] 31 1.12 WARRANTY [NOT USED) 32 PART 2 -PRODUCTS 33 2.1 OWNER-FURNISHED [oR) OWNER-SUPPLIED PRODUCTS (NOT USED] 34 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 35 A. Ma nufacturers 36 1. Only the manufacturers as listed on the City 's Standard Products List will be 3 7 considered as shown in Section O l 60 00 . C ITY OF FORT WORTH Pa n I -Hend erson Street Brid ge Wa ter and Sanitary Sewer Rel oc ations STANDARD CON STRUCTION S PEC IFI C ATIO N DOC UM EN TS C it y Project # 00969 Re vis ed 4/5/201 1 33 05 13 - 3 FRAME. COVER, AND GRADE RINGS Page 3 o f5 1 a. The manufacturer must comply with this Specification and related Sections. 2 2. Any product that is not listed on the Standard Products List is considered a 3 substitution and shall be submitted in accordance with Section 01 25 00 . 4 B . Castings 5 1. Use castings for frames that conform to ASTM A48 , Class 35B or better. 6 2 . Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 7 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle 8 loading with permanent deformation. 9 4. Covers 10 a . Size to set flush with the frame with no larger than a 1/8 inch gap between the 11 frame and cover 12 b. Provide with 2 inch wide pick slots in lieu of pick holes. 13 c . Provide gasket in frame and cover. 14 d. Standard Dimensions 15 1) Sanitary Sewer 16 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 17 cover assemblies unless otherwise specified in the Contract Documents . 18 2) Storm Drain 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 a) Provide a clear opening of 23 inches for all storm drain frames and cover assemblies unless otherwise specified in the Contract Documents . e. Standard Labels 1) Water a) Cast lid with the word "WATER" in 2-inch letters across the lid per detail WTR-012. 2) Sanitary Sewer a) Cast lid with the word "SANITARY SEWER" in 2-inch letters across the lid. 3) Storm Drain a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the lid . f. Hinge Covers l) Provide water tight gasket on all hinged covers. 2) Water 34 a) Provide hinged covers for all water structures. 35 3) Sanitary Sewer 36 a) Provide hinged covers for all manholes or structures constructed over 37 24-inch sewer lines and larger. 38 C . Grade Rings 39 I . Provide grade rings in sizes from 2-inch up to 8-inch . 40 2. Use concrete in traffic loading areas. 41 3 . In non-traffic areas concrete or HDPE can be used. 42 D. Joint Sealant 43 1. Provide a pre-formed or trowelable bitumastic sealant in an extrudable or flat tape 44 form. 45 2. Provide sealant that is not dependant on a chemical action for its adhesive 46 properties or cohesive strength . C ITY OF FORT WORTH STANDARD CO NS TR UCTION SPECIFIC ATION DOC UMENTS Rev ised 4/5/20 I I Part I -Hend erso n Street Brid ge Wa ter and Sanitary Se wer Re loca ti ons Ci ty Proj ect # 00969 33 05 13 - 4 FRAME. COYER, AND GRADE RINGS Page 4 of 5 2.3 ACCESSORIES [NOT USED) 2 2.4 SOURCE QUALITY CONTROL [NOT USED) 3 PART 3 -EXECUTION 4 3.1 INSTALLERS [NOT USED) 5 3.2 EXAMJNATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Grade Rings 9 1. Place as shown in the water and sanitary sewer Standard Details referenced in this 1 O Specification . 11 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 12 3. Seal each grade ring with sealant specified in this Specification and as shown on the 13 Standard Details . 14 B . Frame and Cover 15 l. Water 16 a . For water structures install frame, cover and grade rings in accordance with 17 applicable Standard Detail referenced in this Specification. 18 2 . Sanitary Sewer 19 a . For sanitary sewer structures install frame , cover and grade rings in accordance 20 with applicable Standard Detail referenced in this Specification. 21 3. Storm Drain 22 a. For sanitary sewer structures install frame, cover and grade rings in accordance 23 with applicable Standard Detail referenced in this Specification. 24 4 . Hinge Cover 25 a . Provide hinge cover on elevated manholes , junction boxes , in the flood plain 26 and where specified on the Drawings . 27 C. Joint Sealing 28 1. Seal frame, grade rings and structure with specified sealant as shown in Detail 2 9 SAN-009 . 30 D . Concrete Collar 3 L 1. Provide concrete collar around all frame and cover assemblies in accordance with 32 SAN-009 . C ITY O F FORT WORTH ST A NDARD CONSTRU CTION SPE C IFIC ATION DOCUM EN TS Re vised 4/5/20 11 Part 1 -Hend erson S treet Brid ge Water and San itary S e wer Rel oc ati ons City Proj ec t # 0096 9 3.5 REPAIR/ RESTORATION [NOT USED) 2 3.6 RE-INSTALLATION [NOT USED) 3 3.7 FIELD [oR] SITE QUALITY CONTROL (NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED) 7 3.11 CLOSEOUT ACTIVITIES (NOT USED) 8 3.12 PROTECTION [NOT USEDJ 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revi s ion Log 330513 -5 FRAME, COVER. AND GRADE RIN GS Page 5 of 5 DATE NAME SUMMARY OF C HANGE [2010 JAN 06] 13 C ITY OF FORT WORTH Pa ,1 I -Henderson Street Bridge Water and Sanit ary Sewer Relocat ions STANDAR D CONSTRUCT ION SPECIF ICATION DOCUMENTS City Proj ec t # 00969 Revised 4/5/20 I I 33 05 20 -I AUGER BORING Page I of7 SECTION 33 05 20 2 AUGER BORING 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Minimum requirements for auger boring using 48-inch and smaller casing pipe with 7 lengths less than 350 feet at the locations shown on the Drawings 8 B. Related Specification Sections include but are not necessarily limited to 9 l. Section 33 05 10 -Utility Trench Excavation, Embedment, and Backfill 10 2. Section 33 05 22 -Steel Casing Pipe 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Measurement I 4 a . This Item is considered subsidiary to steel casing construction. 15 2. Payment 16 a. The work performed and materials furnished in accordance with this Item are 17 subsidiary to the unit price bid per linear foot of By Other Than Open Cut to be 18 complete in place, and no other compensation will be allowed. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end of this 23 Specification, unless a date is specifically cited. 24 2. Occupational Safety and Health Administration (OSHA) 25 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 26 1926, Subpart S, Underground Construction and Subpart P, Excavation. 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Pre-installation 29 1. Provide written notice to the City at least 3 workings days in advance of the 30 planned launch of auger boring operations. 31 1.5 SUBMITTALS 32 A. Submittals shall be in accordance with DA-56. 33 B . All submittals shall be approved by the Engineer or the City prior to delivery. CITY OF FORT WORTH ST ANDA RD CONSTR UCTIO N SPECIFICATION DOCUMENTS Revised 4/5/20 I I Pa11 I -Henderson Street Bridge Water and Sanitary Sewer Relocations City Project # 00969 330520-2 AUGER BORING Page 2 of 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. Qualifications 6 1. Contractor 7 a. All boring work shall be performed by an experienced subcontractor or 8 Contractor who has at least 5 years of experience in performing tunneling work 9 and has completed at least 5 boring projects of similar diameter and ground 1 O conditions . 11 b. At least lofthe projects shall have an individual boring length equal to or 12 greater in length than the longest tunnel on this project. 13 c . The Contractor shall submit details ofreferenced projects including owner's 14 name and contact inform ation, project superintendent, and machine operators. 15 d . The project superintendent shall have at least 5 years of experience supervising 16 boring construction . The Contractor may be required to submit details of 17 referenced project including owner's name and contract information, and 18 project superintendent. 19 e. The site safety representative and personnel responsible for air qua lity 20 monitoring shall be experienced in tunnel construction and shall have current 21 certification by OSHA . 22 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED) 23 1.11 FIELD [SITEJ CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2-PRODUCTS 26 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USEDJ 27 2.2 MATERIALS 28 A . Desc ription 29 l . Steel Casing Pipe shall be in accordance with Section 33 05 22 . 30 2 . Tunnel Liner Plate is not permitted for used with Auger Boring. 31 B . Desi gn Criteria 32 1. Design excavation methods and spoil conveyance system for the full range of 33 ground conditions described in the Geotechnical Report s anticipated 34 2 . Tolerance 35 a . Pressurized Carrier pip e C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFLCATION DOCUMENTS Revised 4/5/20 11 Part I -Hen d erson Str~et Brid ge Water and Sani tary Sewer Re loc ations C ity Project # 00969 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 33 05 20 -3 AUGER BORING Page 3 of7 l) Lateral or vertical variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of 1 inch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures. b. Gravity Carrier Pipe 1) Lateral variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of 1 inch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures. Grades shown on Drawings must be maintained vertically. 3 . Use methods and equipment that control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities, and improvements. a . Limit any ground movements (settlement/heave) to values that shall not cause damage to adjacent utilities or surface features (i.e. pavement, structures, railroad tracks, etc.) b . Repair any damage caused by ground movements at no cost to the City. 19 2.3 ACCESSORIES (NOT USED] 20 2.4 SOURCE QUALITY CONTROL (NOT USED] 21 PART 3-EXECUTION 22 3.1 INST ALLERS [NOT USED] 23 3.2 EXAMINATION (NOT USED) 24 3.3 PREPARATION 25 A. Boring shall not begin until the following have been completed: 26 1. Review of available utility drawings and location of conduits and underground 27 utilities in all areas where excavation is to be performed. 28 a. Notify the applicable one-call system prior to any excavation to avoid 29 interference with the existing conduits and utilities in accordance with Division 30 I. 3 I 1) Repair damage to existing utilities resulting from excavation at no 32 additional cost to the City . 33 b. Follow notification requirements of permit provider where applicable. 34 2 . Complete pit excavations and support systems for each drive in accordance with the 35 requirements of the Specifications. 36 3.4 INSTALLATION 3 7 A. General 38 1. Immediately notify the City if any problems are encountered with equipment or 39 materials, or if the Contractor believes the conditions encountered are materially 40 and significantly different than those represented within the Contract Documents. C ITY OF FORT WORTH STANDARD CONSTRUCTION SP EC IFICATION DOC UMENTS Revi sed 4 /5/20 I I Pa rt I -Henderson Street Brid ge Water and Sanitary Sewer Re location s C ity Proj ec t # 00969 33 05 20 - 4 AUGER BORING Page 4 of7 1 2 . Where pipe is required to be installed under railroad embankments or under 2 highways , streets or other facilities, construction shall be performed in such a 3 manner so as to not interfere with the operation of the railroad, street, highway, or 4 other facility, and so as not to weaken or damage any embankment or structure. 5 3. During construction operations, furnish and maintain banicades and lights to 6 safeguard traffic and pedestrians, until such time as the backfill has been completed 7 and then remove from the site. 8 4. Properly manage and dispose of groundwater inflows to the shafts in accordance 9 with requirements of specifications and all permit conditions. 10 a. Discharge of groundwater inflow into sanitary sewers is not allowed without 11 proper approval and permits. 12 5 . Furnish all necessary equipment, power, water, and utilities for tunneling, spoil 13 removal and disposal , grouting, and other associated work required for the methods 14 of construction. 15 6. Promptly clean up, remove , and dispose of any spoil or slurry spillage. 16 7. Do not disturb roadways , railroads, canal channels, adjacent structures, landscaped 17 areas, or existing utilities . 18 a. Any damage shall be immediately repaired to original or better condition and to 19 the satisfaction of the Engineer or permit grantor at no additional cost to the 20 City. 21 8. Whenever there is a condition that is likely to endanger the stability of the 22 excavation or adjacent structures, operate with a full crew 24 hours a day, including 23 weekends and holidays, without interruption, until those conditions no longer 24 jeopardize the stability of the Work. 25 9 . Notify the Texas One Call system (800-245-4545) to request marking of utilities by 26 utility owners / operators that subscribe to One Call , and shall individually notify 27 all other known or suspected utilities to request marking of these utilities . 28 a. Confirm that all requested locates are made prior to commencing boring 29 operations. 30 b. Vi sually confirm and stake necessary existing lines , cables, or other 31 underground facilities including exposing necessary crossing utilities and 32 utilities within 10 feet laterally of the designed tunnel. 33 c . Control drilling and grouting practices to prevent damage to existing utilities . 34 B. Boring Methods 35 l . Tunnel liner plate shall not be used for auger boring. 36 2. The Contractor shall be fully responsible for insuring the methods used are 37 adequate for the protection of workers, pipe, property, a nd the public and to provide 38 a finished product as required . 39 3 . Bl as ting is not allowed. 40 C. Pits and Trenches 41 I . If the grade of the pipe at the end is below the ground surface, suitable pits or 42 trenches shall be excavated for the purpose of conducting th e jacking operations 43 and for placing end joints of the pipe . 44 2. Wherever end trenches are cut in the sides of the embankment or beyond it , such 45 work shall be sheeted securely and braced in a manner to prevent earth from caving 46 m . C ITY OF FORT WORTH STANDARD CONSTRUCT ION SPECIFICATION DO CUMENTS Revised 4/5/20 I I Pan I -Hend ers on Street Bridge Water and Sanitary Sewer Relocations City Proj ec t II 00969 2 _,; 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 33 05 20 -5 AUGER BORING Page 5 of? 3 . The location of the pit shall meet the approval of the City. 4. The pits of trenches excavated to facilitate these operations shall be backfilled in accordance with Section 33 05 10 immediately after the casing and carrier pipe installation has been completed. D . Boring 1. Install steel casing pipe by boring hole with the earth auger and simultaneously jacking pipe into place. 2. The boring shall proceed from a pit provided for the boring equipment and workmen . 3. Pilot Hole, required for 24-inch and larger casings a . 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. b. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. c. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. d. Placed excavated material near the top of the working pit and disposed of as required. l) If no room is available, immediate haul off is required. 4. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. a. Jetting or sluicing will not be permitted. 5. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to: a . Consolidate cuttings of the bit b. Seal the walls of the hole c. Furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter 6 . Allowable variation from the line and grade shall be as specified in this Specification. 7. All voids between bore and outside of casing shall be pressure grouted. E. Contact Grouting 1 . Contact grout any voids caused by or encountered during the boring. a . Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. F. Control of Line and Grade l. Monitor line and grade continuously during boring operations. a. Record deviation with respect to design line and grade once at each casing joint. 2 . If the pipe installation does not meet the specified tolerances, correct the installation , including any necessary redesign of the pipeline or structures and acquisition of necessary easements. C ITY OF FORT WORTH STA N DARD CONSTRUCT ION SPECIFICATION DO C UMENTS Rev ised 4/5/20 11 Part 1 -Henderson Stree t Bridge Water and Sanitary Sewer Re location s C it y Project # 00969 33 05 20 -6 AUGER BORING Page 6 of7 3.5 CLEANUP AND RESTORATION 2 A. After completion of the boring, all construction debris, spoils, oil, grease, and other 3 materials shall be removed from the pipe, pits, and all work areas. 4 B. Restoration shall follow construction as the Work progresses and shall be completed as 5 soon as reasonably possible. 6 I . Restore and repair any damage resulting from surface settlement caused by shaft 7 excavation or boring . 8 2 . Any property damaged or destroyed, shall be restored to a condition equal to or 9 better than existing prior to construction . 10 3. Restoration shall be completed no later than 30 days after boring is complete, or 11 earlier if required as part of a permit or easement agreement. 12 4 . This provision for restoration shall include all property affected by the construction 13 operations. 14 3.6 RE-INSTALLATION [NOT USED) 15 3.7 SITE QUALITY CONTROL 16 A. Field Tests and Inspections 17 l. Allow access to the City and furnish necessary assistance and cooperation to aid in 18 the observations, measurements, data, and sample collection, including, but not 19 limited to the following: 20 a. The City shall have access to the boring system prior to, during, and following 21 all boring operations. 22 b . The City shall have access to the tunneling shafts prior to, during, and 23 following all boring operations. 24 1) This shall include, but not be limited to, visual inspection of installed pipe 25 and verification of line and grade. 26 2) The Contractor shall provide safe access in accordance with all safety 27 regulations. 28 c . The City shall have access to spoils removed from the boring excavation prior 29 to, during, and following all boring operations. 30 l) The City shall be allowed to collect soil samples from the muck buckets or 31 spoil piles a minimum of once every IO feet and at any time when changes 32 in soil conditions or obstructions are apparent or suspected. 33 B. Safety 34 1. The Contractor is responsible for safety on the job site . 35 a . Perform all Work in accordance with the current applicable regulations of the 36 Federal, State, and local agencies. 3 7 b . In the event of conflict , comply with the more restrictive applicable 38 requirement. 39 2 . No gasoline powered equipment shall be permitted in receiving shafts/pits . 40 a. Diesel, electrical, hydraulic, and air powered equipment is acceptable, subject 41 to applicable local, State, and Federal regulations. 42 3 . Furnish and operate a temporary ventilation system in accordance with applicable 43 safety requirements when personnel are underground . 44 a. Perform all required air and gas monitoring. C ITY OF FORT WORTH STANDARD CO NS TRUCTION SPEC IFIC ATIO N DOC UM EN T S Revi sed 4/5/20 I I Pa n I -Henderso n S treet Brid ge Wa ter and Sanitary Se wer Rel oc ations City Project # 00969 2 3 4 5 6 7 8 9 10 IL 12 33 05 20 - 7 AUGER BORING Page 7 of7 b . Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas . 4 . Perform all work in accordance with all current applicable regulations and safety requirements of the Federal, State, and Local agencies . Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations. a. In the event of conflict, comply with the more stringent requirements . 5. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe . a. Keep on-site all equipment required for emergency response in accordance with the agency having jurisdiction. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED) 16 3.11 CLOSEOUT ACTIVITIES [NOT USED) 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED) 20 END OF SECTION 21 22 Revision Log DATE NAME [2 010 JAN 06) C IT Y OF FORT WORTH STA N D A RD CONSTR UCTIO N SP EC IFIC ATIO N DOC UM EN TS Rev ised 4/5/20 I I SUMMARY OF CHANGE Pan I -Hen derson Street Bridge Wa ter a nd Sa nita ry Sewer Re locat io ns C it y Project # 00969 L SECTION 33 05 22 2 STEEL CASING PIPE 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A Section Includes: 33 05 22 -I STEEL CASING PIPE Page I o f6 6 1. Minimum requirements for manufacturing, furnishing, and transporting Steel 7 Casing Pipe to be installed by Open Cut or By Other than Open Cut at the locations 8 shown on the Drawings 9 B. Related Specification Sections include, but are not necessarily limited to : IO I . Section 33 05 10 -Utility Trench Excavation, Embedment, and Backfill LL 2 . Section 33 05 20 -Auger Boring 12 3 . Section 33 05 24 -Installation of Carrier Pipe in Casing 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A Measurement and Payment 15 1. Open Cut 16 a. Measurement 17 1) Measured horizontally along the surface for length of Steel Casing Pipe 18 installed 19 b . Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under "Measurement" will be paid for at the unit 22 price bid per linear foot of"Steel Casing Pipe -By Open Cut" installed for: 23 a) Various Sizes 24 c . The price bid shall include: 25 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 26 2) Mobilization 27 3) Pavement removal 28 4) Excavation 29 5) Hauling 30 6) Disposal of excess material 31 7) Furnishing, placement, and compaction of embedment 32 8) Furnishing, placement, and compaction of backfill 33 9) Clean-up 34 2 . By Other than Open Cut 35 a. Measurement 36 1) Measured horizontally along the surface for length of Steel Casing Pipe 37 installed 38 b . Payment 39 1) The work performed and materials furnished in accordance with this Item 40 and measured as pro vided under "Measurement" will be paid for at the unit 41 price bid per linear foot of "Steel Casing Pipe -By Other than Open Cut" 42 in stalled for: CITY OF FORT WORTH STANDARD C ONSTRUCTION SPEC IFI CATIO N DOCUMENTS Revised 4/5 /2011 Pa rt I -Henderso n Street Bridge Water and Sanitary Sewer Relocat ions City Projec t ff 00969 33 05 22 -2 STEEL CASING PIPE Page 2 of6 a) Various Sizes c . The price bid shall include: l 2 3 4 5 6 7 8 9 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Launching shaft 4) Receiving shaft 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 10 11 12 9) Furnishing, placement, and compaction of backfill 10) Clean-up 13 1.3 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is specifically cited. 18 2 . ASTM International (ASTM): 19 a. A 139, Standard Specification for Electric-Fusion (Arc)-Welded Steel Pipe 20 (NPS Sizes 4 and Over). 21 3. American Water Works Association (AWWA): 22 a . C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - 23 Enamel and Tape -Hot Applied. 24 1.4 ADMINISTRATIVE REQUIREMENTS (NOT USED] 25 1.5 SUBMITTALS 26 A. Submittals shall be in accordance with DA-56 . 27 B. All submittals shall be approved by the Engineer or the City prior to delivery . 28 1.6 ACTION SUBMITIALS/INFORMATIONAL SUBMITTALS 29 A. Product Data 30 1. Exterior Coating 31 a . Material data 32 b . Field touch-up procedures 33 2 . Interior Coating 34 a . Material data 35 b. Field touch-up procedures 36 B. Shop Drawings 37 1. No shop drawings required for Auger Boring 38 2. For Tunneling, provide the following: 39 a . Furnish details for Steel Casing Pipe outlining the following: 40 1) Grout/lubrication ports 41 2) Joint details 42 3) Other miscellaneous items for furnishing and fabricating pipe CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revi sed 4/5/20 l l Pan I -Henderson Street Bridge Water and Sanitary Sewer Rel ocati ons City Project # 00969 33 05 22 - 3 STEEL CASING PIPE Page 3 of6 1 2 3 4 5 6 7 8 9 b . Submit calculations in a neat, legible format that is sealed by a Licensed Professional Engineer in Texas , consistent with the information provided in the geotechnical report, and includes: I) Calculations confirming that pipe jacking capacity is adequate to resist the anticipated jacking loads for each crossing with a minimum factor of safety of2 2) Calculations confirming that pipe capacity is adequate to safely support all other anticipated loads, including earth and groundwater pressures, surcharge loads, and handling loads 10 11 3) Calculations confirming that jointing method will support all loading conditions 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED! 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING 16 A. Delivery, Handling, and Storage: 17 I. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, 18 as recommended by the manufacturer, for protection during shipping and storage. 19 2. Deliver, handle, and store pipe in accordance with the Manufacturer's 20 recommendations to protect coating systems. 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 -PRODUCTS 24 2.1 OWNER-FURNISHED foR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 25 2.2 MATERIALS 26 A. Design Criteria 27 l . The Contractor is fully responsible for the design of Steel Casing Pipe that meets or 28 exceeds the design requirements of this Specification and that is specifically 29 designed for installation by the intended trenchless method . 30 2. For Steel Casing Pipe utilized for tunneling projects , consider the following: 3 I a . Design of the casing pipe shall account for all installation and service loads 32 including: 33 l) Jacking loads 34 2) External groundwater and earth loads 35 3) Traffic loads 36 4) Practical consideration for handling, shipping, and other construction 3 7 operations 38 5) Any other live or dead loads reasonably anticipated 39 b. Design shall be sealed and signed by a registered Professional Engineer 40 licensed in the State of Texas. C ITY OF FORT WORTH STANDARD CONSTRUCTIO N SPECIFICATION DOCUMENTS Revi sed 4/5/20 I I Part I -Henderson Street Bridge Water and Sanitary Sewer Rel ocations City Project # 00969 33 05 22 -4 STEEL CASING PIPE Page4 of6 1 2 3 4 c . The allowable jacking capacity shall not exceed 50 percent of the minimum steel yield stress . d. Steel Casing Pipe shall have a minimum wall thickness as follows: Casing Pipe Diameter Minimum Wall Thickness (inches) (inches) 14 -18 .3125 (5/16) 20-24 .375 (3/8) 26-32 .5 (1/2) 34 -42 .625 (5/8) 44 -48 .6875 (11/16) Greater than 48 Project specific design 5 6 3. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently 7 install the required carrier pipe with casing spacers as required in Section 33 05 24 . 8 a. Allowable casing diameters are shown on the Drawings for each crossing . 9 4. Furnish in lengths that are compatible with Contractor's shaft sizes and allowable 10 work areas. 11 5 . Random segments of pipe will not be permitted for straight runs of casing. 12 6. When required by installation method, provide grout/lubricant ports along the pipe 13 at intervals of 10 feet or le s s. 14 a. Ports and fittings shall be attached to the pipe in a manner that will not l 5 materially affect the strength of the pipe nor interfere with installation of carrier 16 pipe. 17 b . Plugs for sealing the fittings shall be provided by the Contractor and shall be I 8 capable of withstanding all external and internal pressures and loads without 19 leaking. 20 B . Materials : 21 l . Provide new, smooth-wall, carbon steel pipe conforming to ASTM A139, Grade B . 22 2 . Dimensional Tolerances 23 a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are 24 compatible with perfonnance requirements and proposed installation methods 25 that meet or exceed the specific requirements below: 26 1) Minimum wall thickness at any point shall be at least 87.5 percent of the 27 nominal wall thickness . 28 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal 29 circumference, whichever is less . 30 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside 3 I diameter. 32 4) Roundness such that the difference between the major and minor outside 33 diameters shall not exceed 0 .5 percent of the specified nominal outside 34 diameter or 1/4 inch , whichever is less . 35 5) Maximum allow a ble straightness deviation of 1/8 inch in any l 0-foot 36 length . 37 3. All steel pipe shall have squ a re ends . C ITY O F FORT WORTH STANDARD CONSTRUCTION SPEC IFIC ATION DO C UM ENTS Revi sed 4/5/2011 Part I -Hend ers o n Street Bridge Water and Sanitary Sewer Rel ocati ons City Proj ec t # 00969 33 05 22 -5 STEEL CASING PIPE Page 5 of6 a. The ends of pipe sections shall not vary by more than l/8 inch at any point from 2 a true plane perpendicular to the axis of the pipe and passing through the center 3 of the pipe at the end. 4 b . When pipe ends have to be beveled for welding, the ends shall be beveled on 5 the outside to an angle of 35 degrees with a tolerance of± 2 Yi degrees and with 6 a width of root face 1/16 inch± 1/32 inch . 7 4 . Steel Casing Pipe shall be fabricated with longitudinal weld seams . 8 a. All girth weld seams shall be ground flush . 9 C . Finishes IO 1. Provide inside and outside of Steel Casing Pipe with a coal-tar protective coating in 11 accordance with the requirements of A WW A C203 . 12 a. Touch up after field welds shall provide coating equal to those specified above. 13 2.3 ACCESSORIES [NOT USED) 14 2.4 SOURCE QUALITY CONTROL [NOT USED) 15 PART 3 -EXECUTION 16 3.1 INST ALLERS [NOT USED) 17 3.2 EXAMINATION [NOT USED] 18 3.3 PREPARATION [NOT USED] 19 3.4 INSTALLATION 20 A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 05 21 20 . Install Steel Casing Pipe for Open Cut in accordance with Section 33 05 10. 22 1. Steel Casing Pipe connections shall be achieved by full penetration field butt 23 welding or an integral machine press-fit connection (Permalok or equal) prior to 24 installation of the pipe, depending on the type of carrier pipe. Allowable joint types 25 for each crossing are shown on the Drawings . 2 6 2 . Field butt welding a square end piece of steel pipe to a 35 degree beveled end of 27 steel pipe is acceptable . 28 3 . Integral machined press-fit connections shall be installed in accordance with the 29 manufacturer's installation procedures and recommendations. 30 B . Carrier pipe shall be installed inside Steel Casing Pipe in accordance with 31 Section 33 05 24 . 32 C. Contact grouting of the annulus outside the casing pipe shall be performed in 33 accordance with Section 33 05 20. C ITY OF FO RT WORTH STANDARD CONS TR UCTION SPE C IFIC ATIO N OOC U MENTS Re vised 4/5120 I I Part I -Hen derso n St reet Bridge Wa ter and Sa nit ary Se wer Rel ocati o ns C ity Proj ec t # 00969 3.5 REPAIR/ RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED) 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING (NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED) 9 3.13 MAINTENANCE [NOT USED) 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revi s ion Lo g DAT E NAME SUMMARY OF CHANGE (201 0 JAN 06] 13 33 05 22 -6 STEE L C ASING PIPE Page 6 o f 6 C ITY OF FORT WORT H Part I -He nd<!rson Strei!! Bridge Wa ter a nd San itary Sewer Relocati ons STAN DAR D CONSTRUCTION SPEC IFI CATION OOCUM ENTS City Projec t # 00969 Rev ised 4/5/20 I I 33 05 24 - I INSTALLATION OF CARRIER PIPE IN C ASING OR TUNN EL LINER PLATE Pa ge I o f 10 SECTION 33 05 24 2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for the installation of carrier pipe into steel casings or tunnel plate 7 (liner) at locations shown on the Drawings 8 B . Related Specification Sections include but are not necessarily limited to: 9 1. Section 33 01 30 -Sewer and Manhole Testing 10 1.2 PRICE AND PAYMENT PROCEDURES 11 A. Measurement and Payment 12 1. Sanitary Sewer Pipe Installation in Casing/funnel Liner Plate 13 a . Measurement 14 1) Measured horizontally along the surface from centerline to centerline of the I 5 beginning of the casing/liner to the end of the casing/liner 16 b . Payment 17 1) The work performed and materials furnished in accordance with this Item 18 a nd measured as provided under "Measurement" shall be paid for at the l 9 unit price bid per linear foot for "Sani tary Sewer Main (Pipe) Installation in 20 Casing/Tunnel Liner Plate" complete in place for : 21 a) Various Si zes 22 c. The price bid shall include : 23 I) Furnishing and installing Sanitary Sewer Main (Pipe) in Casing/Tunnel 24 Liner Plate as specified by the Drawings 25 2) Mobilization 26 3) Grout 27 4) Casing Spacers 28 5) End seals 29 6) Excavation 30 7) Hauling 31 8) Disposal of excess material 32 9) Clean-up 33 2. Water Pipe Insta llation in Casing/funnel Liner Plate 34 a. Measurement 35 I ) Measured horizontally along the surface fr om centerline to centerline of the 36 beginning of the casing/liner to the end of the c asing/liner Payment 37 2) The work performed and ma terials furnished in accordance with this Item 38 a nd measured as provided under "Meas urement" shall be paid for at th e 39 unit price bid per linear foot for "Wate r Main (Pipe) In sta ll atio n in 40 Casing/Tunnel Liner Pl ate " complete in pla ce fo r: 41 a) Various Sizes 42 b . The price bid shall in c lud e: CITY O F FORT WORTH STA N DARD CONSTR UCTION S P EC IFI CAT ION DOCU M ENTS Revised 415120 11 Part 1 -Hc"tl derso n Street Bridge Water and Sa nitary Sewer Re locat ions City Project # 00969 33 05 24 -2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 2 of 10 1) Furnishing and installing Water Main (Pipe) in Casing/Tunnel Liner Plate 2 as specified by the Drawings 3 2) Mobilization 4 3) Grout 5 4) Joint restraint 6 5) Casing Spacers 7 6) End seals 8 7) Excavation 9 8) Hauling 10 9) Disposal of excess material 11 10) Clean-up 12 1.3 REFERENCES 13 A. Definitions 14 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 15 2 . Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the 16 ground and provides a stable underground excavation for installation of the carrier 17 pipe 18 B. Reference Standards 19 I . Reference standards cited in this Specification refer to the current reference 20 standard published at the time of the latest revision date logged at the end of this 21 Specification, unless a date is specifically cited. 22 2. American Society of Testing and Materials (ASTM) 23 a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 24 Specimens. 25 b. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement 26 Mortars (Using 2-in or (50 mm] Cube Specimens). 27 c. D638, Standard Test Method for Tensile Properties of Plastics. 28 3 . Internationa l Organization for Standardization (ISO): 29 a . 9001 , Quality Management Systems -Requirements . 30 4 . Occupational Safety and Health Administration (OSHA) 31 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 32 1926, Subpart S , Underground Construction and Subpart P, Excavation. 33 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 34 1.5 SUB MITT ALS 35 A. Submittals shall be in accordance with DA-56. 36 B . All submittals shall be approved by the Engineer or the City prior to delivery . 37 1.6 ACTION SUBMlTTALS/INFORMATIONAL SUBMITTALS 38 A. Product Data 39 1. Casing Iso lators/Spacers 40 a. Material Data 41 2. Grout Mix 42 a. Material Data CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF ICA T!O N DOCUMENTS Revi sed 4/5/20 I I Pan I -Henderson Street Bridge Water a nd Sanitaiy Sewer Re location s City Project# 00969 33 05 24 -3 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 3 of 10 B . Shop Drawings 2 l. Required for 16-inch and larger pipe installations 3 2. Submit Work Plan describing the carrier pipe installation equipment, materials, and 4 construction methods to be employed. 5 3 . Casing Spacers/Isolators 6 a. Detail drawings and manufacturer's information for the casing isolators/spacers 7 that will be used . 8 1) Include dimension and component materials, and documentation of 9 manufacturer's ISO 9001 :2000 certification. 10 b. Alternatives to casing spacers/isolators may be allowed by the City on a ease- l I by-case basis. For consideration of alternate method, submit a detailed 12 description of method including details . 13 4 . End seal or bulkhead designs and locations for casing/liners. 14 5 . Annular Space (between casing pipe and casing/tunnel liner plate) Grouting Work 15 Plan and Methods including: 16 a. Grouting methods 17 b. Details of equipment 18 c. Grouting procedures and sequences including : 19 l) Injection methods 20 2) Injection pressures 21 3) Monitoring and recording equipment 22 4) Pressure gauge calibration data 23 5) Materials 24 d . Grout mix details including: 25 l) Proportions 26 2) Admixtures including: 27 a) Manufacturer's literature 28 b) Laboratory test data verifying the strength of the proposed grout mix 29 c) Proposed grout densities 30 d) Viscosity 31 e) Initialsettimeofgrout 32 (1) Data for these requirements shall be derived from trial batches from 33 an approved testing laboratory. 34 e . Submit a minimum of 3 other similar projects where the proposed grout mix 35 design was used . 36 f. Submit anticipated volumes of grout to be pumped for each application and 3 7 reach grouted. 38 g . For pipe installations greater than 36-inches, without hold down jacks, provide 39 buoyant force calculations during grouting and measures to prevent flotation . 40 l) Calculations scaled by a licensed engineer in the State of Texas . 41 h. Description of methods and devices to prevent buck ling of carrier pipe during 42 grouting of annular space 43 1.7 CLOSEOUT SUBMITTALS [~OT USED) 44 1.8 MA£NTENANCE MATERIAL SUBMITTALS (NOT USED] 45 1.9 QUALITY ASSURANCE 46 A. Certifications C ITY OF FORT WORTH STANDARD CONSTR UCTION SPEC IFIC ATION DOCUMENTS Re vised 4/5/20 I I Part I -Henderso n Street Brid ge Water and Sa nitary Sew er Rel ocations C ity Proj ect # 00969 33 05 24 -4 INSTAL LATION OF CARRIER PIP E IN C ASING OR T UNNEL LINER PLATE Page 4 of 10 l 1. Casing isolator/spacer manufacturer shall be certified aga inst the provisions of 2 IS09001 :2000. 3 1.10 DELIVERY, STO RAGE, AND HANDLING [NOT USED] 4 1.11 FIELD [SITE] CONDITIONS [NOT USEDJ 5 1.12 WARRANTY [NOT USED) 6 PART 2 -PRODUCTS 7 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 8 2.2 MATERIALS 9 A. Manufacturers 10 l. Only the manufacturers as listed on the City's Standard Products List will be 11 considered. 12 a. The manufacturer must comply with this Specification and re la ted Sections . 13 2. Any product th at is not listed on the Standard Products List is considered a 14 substitution and shall be submitted to the City for approval. 15 3. The Casing Sp acers/Isolators sha ll be new and the product of a manufacturer 16 regul a rly engaged in the manufacturing of casing spacers/isol ators. 17 B . Design Criteria and Materia ls 18 I . Carrier pipe sha ll be installed within the horizontal and vertical tolerances as 19 indicated in PART 3 of thi s Specification, incorporating all support/insulator 20 d" . d 1mens10ns require . 21 22 23 24 25 26 27 28 29 30 Diameter Specification (inches) Material Reference Water Line 8-12 DIP (Restrained) 33 11 10 DIP (Restrained) 331110 16-20 A WW A C303 (Restrained) 33 11 13 DIP (Restrained) 33 11 10 A WW A C303 (Restrained) 33 11 13 24 and greater A WW A C301 (Restrained) 33 11 15 Waste Water DIP (with Ceramic Epoxy) 33 11 10 I Line 8-15 PVC SDR26 33 31 20 DIP (with Ceramic E poxy) I 331110 I I 18 a nd greater I Fiberglass 33 31 13 I 2. Grout of annular space a. For gravity sewer carrier pipe installation: 1) F ill a ll vo id s between th e carrier pipe and the casing, o r liner with grout. 2) All exterior carrier pipe surfac es a nd a ll interior casing or liner surfaces sha ll be in co nt act with th e grout. b. Fo r water line installation: 1) No annu la r space fill will be u sed. 3. Grout Mi xes a. Low Density Ce llula r Grout (LDCC) C IT Y OF FORT WORTH STANDARD CONSTRUCTION SPEC IFICATION DOC UMENTS Revi s ed 4/5/2 0 11 Pa n l -Henderson Street Bridge Water and Sanitary Sewer Relocations C it y Project # 00969 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 33 05 24 -5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 5 of 10 1) Annular space (between sewer carrier pipe and casing/liner) grout shall be LDCC . 2) The LDCC shall be portland cement based grout mix with the addition of a foaming agent designed for this application. 3) Develop one or more grout mixes designed to completely fill the annular space based on the following requirements: a) Provide adequate retardation, to completely fill the annular space in one monolithic pour. b) Provide less than 1 percent shrinkage by volume. c) Compressive Strength ( 1) Minimum strength of 10 psi in 24 hours, 50 psi in 28 days. d) Design grout mix with the proper density and use proper methods to prevent floating of the carrier pipe . e) Proportion grout to flow and to completely fill all voids between the carrier pipe and the casing or liner. 4. End Seals a. Provide end seals at each end of the casing or liner to contain the grout backfill or to close the casing/liner ends to prevent the inflow of water or soil. 1) For water piping less than 24-inch diameter, use hard rubber seals, Model PL Link Seal as manufactured by the Thunderline Corporation or approved equal. 2) For water piping 24-inch diameter and greater, use pull-on, 1/8 inch thick, synthetic rubber end seals , Model C, as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. 3) For sewer piping, no end seals are required since the annular space between the carrier pipe and the casing will be grouted. b . Design end seals to withstand the anticipated soil or grouting pressure and be watertight to prevent groundwater from entering the casing. 5 . Casing Spacers/Insulators a . Provide casing spacers/insulators to support the carrier pipe during installation and grouting (where grout is used). b . Casing Spacers/Isolators material and properties: 1) Shall be minimum 14 gage 2) For water pipe, utilize Stainless Steel. 3) For sewer pipe, utilize Coated Steel. 4) Suitable for supporting weight of carrier pipe without deformation or collapse during installation c . Provide restrained-style casing spacers to hold all pipes stable during grouting operations and prevent floating or movement. d. Provide dielectric strength sufficient to electrically isolate each component from one another and from the casing . e. Design risers for appropriate loads , and , as a minimum: 1) Provide 10 gage steel risers a) Provide stainles s steel bands and risers for water installations. f. Band material and criteria: 1) Provide polyvinyl chloride inner liner with: a) Minimum thickness of 0.09 inches b) Durometer "A" of 85-90 hardness c) Minimum dielectric strength of 58,000 volts C ITY OF FORT WORTH STANDARD CONSTR UCT IO N S PEC IFI CATIO N DOCUMENTS Revised 4/5/20 I I Part I -Henderson Street Brid ge Water and Sanitary Sewer Relocati o ns City Project # 00969 33 05 24 -6 rNSTALLATION OF CARRIER PfPE IN CASrNG OR TUNNEL LINER PLATE Page 6 of 10 g. Runner material and criteria: 1 2 3 4 5 6 7 8 9 1) Provide pressure-molded glass reinforced polymer or UHMW with: a) Minimum of 2 inches in width and a minimum of 11 inches in length . 2) Attach to the band or riser with 3/8 inch, minimum, welded steel or stainless steel studs. 3) Runner studs and nuts shall be recessed well below the wearing surface of the runner a) File recess with a corrosion inhibiting filler. h. Riser height: 10 11 12 1) Provide sufficient height with attached runner allow a minimum clearance of 2 inches between the outside of carrier pipe bells or couplings and the inside of the casing liner surface . 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED) 15 PART 3 -EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [NOT USED] 18 3.3 PREPARATION [NOT USED) 19 3.4 INSTALLATION 20 A. General 21 1 . Carrier pipe installation shall not begin until the following tasks have been 22 completed: 23 a. All required submittals have been provided, reviewed, and accepted . 24 b . All casing/liner joints are watertight and no water is entering casing or liner 25 from any sources . 26 c. All contact grouting is complete. 27 d. Casing/liner alignment record drawings have been submitted and accepted by 28 Engineer to document deviations due to casing/liner installation. 29 e . Site safety representative has prepared a code of safe practices and an 30 emergency plan in accordance with applicable requirements . 3 l 2 . The carrier pipe shall be installed within the casings or liners between the limits 32 indicated on the Drawings to the specified lines and grades, and utilizing methods 33 which include due regard for safety of workers, adjacent structures and 34 improvements, utilities and the public . 35 B . Control of Line and Grade 36 I. Install Carrier pipe inside the steel casing within the following tolerances : 37 a . Horizontal 38 I) ± 2 inches from design line 39 b. Vertical 40 1) ±1 inch from de sign grade 41 2 . Check line and grade set up prior to beginning carrier pipe installation . C ITY OF FORT WORTH STANDARD CONSTRUCT IO N SPEC IFI CATION OOCUMENTS Revised 4/5/20 I I Part I -Henderso n St reet Bridge Wa ter a nd Sanitary Sewer Re locati ons C ity Project II 00969 33 05 24 -7 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 7 of 10 3. Perform survey checks of line-and-grade of carrier pipe during installation 2 operations. 3 4 . The Contractor is fully responsible for the accuracy of the installation and the 4 correction of it , as required. 5 a . Where the carrier pipe installation does not satisfy the specified tolerances, 6 correct the installation, including, if necessary, redesign of the pipe or 7 structures at no additional cost to City . 8 C. Installation of Carrier Pipe 9 l . Pipe Installation IO a. Remove all loose soil from casing or liner. 11 b. Grind smooth all rough welds at casing joints. 12 2. Installation of Casing Spacers 13 a. Provide casing spacers, insulators, or other approved devices to prevent 14 flotation , movement or damage to the pipe during installation and grout backfill 15 placement. 16 b. Assemble and securely fasten casing spacers to the pipeline to be installed in I 7 casings or tunnels. 18 c . Correctly assemble, evenly tighten and prevent damage during tightening of the 19 insulators and pipe insertion . 20 d. Install spacers in accordance with manufacturer's recommendations. 21 e . Install carrier pipe so that there is no metallic contact between the carrier pipe 22 and the casing. 23 f. Carrier pipe shall be installed without sliding or dragging it on the ground or in 24 the casing/liner in a manner that could damage the pipe or coatings. 25 1) If guide rails are allowed, place cement mortar on both sides of the rails . 26 g . Coat the casing spacer runners with a non-corrosive/environmentally safe 27 lubricant to minimize friction when installing the carrier pipe . 28 h. The carrier pipe shall be electrically isolated from the carrier pipe and from the 29 casing. 30 1. Grade the bottom of the trench adjacent to each end of the casing to provide a 3 I firm, uniform and continuous support for the pipe. If the trench requires some 32 backfill to establish the final trench bottom grade, place the backfill material in 33 6 -inch lifts and compact each layer. 34 J. After the casing or tunnel liner has been placed, pump dry and maintain dry 35 until the casing spacers and end seals are installed . 36 3 . Insulator Spacing 3 7 a. Maximum distance between spacers is to be 6 feet . 38 b. For ductile-iron pipe, flanged pipe, or bell and spigot pipe, install spacers 39 within I foot on each side of the bell or flange , and one in the center of the joint 40 where 18 foot or 20 foot long joints are used . 41 c. If the casing or pipe is angled or bent, reduce the spacing. 42 d. The end spacer must be within 6 inches of the end of the casing pipe, regardless 43 of size of casing and pipe or type of spacer used . 44 e . Install spacers on PVC pipe at the insertion line to prevent over-insertion of the 45 spigot into the bell. 46 4 . After installation of the carrier pipe : 4 7 a. Mortar inside and outside of the joints, as applicabl e 48 b . Verify electrical discontinuity between the water carrier pipe and tunnel liner. C ITY OF FORT WORTH ST A NDARD CO N STR UC TION SPEC IFIC ATION OOCUM ENTS Rev ised 4/5/20 11 Pa rt I -Henderso n Street Brid ge Water and Sanita ry Sewer Reloc at ions C ity Projec t # 00969 33 05 24 -8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 8 of 10 I 1) If continuity exists, remedy the short, by all means necessary including 2 removing and reinstalling the carrier pipe, prior to applying cellular grout. 3 c. If hold down jacks or casing spacers are used, seal or plug the ends of the 4 casing. 5 d. If steel pipe is used and not welded prior to installation in casing/liner, welding 6 of pipe will only be allowed after grouting of annular space is complete. 7 D . Installation of End Seals 8 1. For Water Pipes 9 a . Grout end of casing/liner a minimum of 6 inches and a maximum of 12 inches. IO b. Place pull-on synthetic rubber end seals on the pipe and pull over the end of the 11 casing . Securely fasten with stainless steel bands . 12 2. For Sewer Pipes 13 a. Grout annular space between carrier pipe and casing as indicated in this 14 Specification. 15 E . Annular Space Grouting (For Sewer Only) 16 I . Prepare pipe as necessary to prevent the pipe from floating during grouting 17 operation as necessary. 18 2 . Mixing of Grout 19 a . Mix material in equipment of sufficient size to provide the desired amount of 20 grout material for each stage in a single operation. 21 I) The equipment shall be capable of mixing the grout at the required densities 22 for the approved procedure and shall be capable of changing the densities 23 as required by field conditions. 24 3. Backfill Annular Space with Grout 25 a . Prior to filling of the annular space, test the carrier pipe in accordance with 26 Section 33 01 30. 27 b . Verify the maximum allowable pressure with the carrier pipe manufacturer and 28 do not exceed this pressure . 29 c. After the installation of the carrier pipe, the remaining space (all voids) between 30 the casing/liner and the carrier shall be filled with LDCC grout. 31 l) All surfaces of the exterior carrier pipe wall and casing/liner interior shall 32 be in contact with the grout. 33 2) Grout shall be pumped through a pipe or hose . 34 3) Use grout pipes, or other a ppropriate materials, to avoid damage to carrier 35 pipe during grouting. 36 4. Injection of LDCC Grout 37 a . Grout injection pressure shall not exceed the carrier pipe manufacturer 's 38 approved recommendations or 5 psi (whichever is lower). 39 b . Pumping equipment shall be of a size sufficient to inject grout at a volume , 40 velocity and pressure compatible with the size/volume of the annular space. 41 c. Once grouting operations begin , grouting shall proceed uninterrupted, unless 42 grouting procedures require multiple stages. 43 d . Grout placements shall not be terminated until the estimated annular volume of 44 grout has been injected . 45 5 . Block the carrier pipe during grouting to prevent flotation during grout installation. 46 6 . Protect and preserve the interior surfaces of the casing from damage . C ITY OF FORT WORTH STANDARD CONSTR UCTION SPE CIFI CATI ON DO CU MENTS Revi sed 4/5/20 11 Part I -Hend erso n Street Brid ge Waler and Sanitary Se wer Reloc ation s C ity Proj ec t # 00969 33 05 24. 9 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 9 of 10 3.5 REPAIR I RESTORATION [NOT USED) 2 3.6 RE-INSTALLATION [NOT USED) 3 3.7 FIELD [oR) SITE QUALITY CONTROL 4 A . Reports and Records required for pipe installations greater than 48-inches and longer 5 than 350 feet 6 1. Maintain and submit daily logs of grouting operations. 7 a . Include: 8 I) Grouting locations 9 2) Pressures 10 3) Volumes 11 4) Grout mix pumped 12 5) Time of pumping I 3 2. Note any problems or unusual observations on logs . 14 B . Grout Strength Tests : 15 1. Submit test results for 24-hour and 28-day compressive strength tests for the 16 cylinder molds or grout cubes obtained during grouting operations. 17 2 . Perform field sampling during annular space grouting. 18 a . Collect at least 1 set of 4 cylinder molds or grout cubes for each 100 cubic 19 yards of grout injected but not less than 1 set for each grouting shift. 20 b . Perform 24-hour and 28-day compressive strength tests per ASTM C39 21 (cylindrical specimens) or ASTM Cl09 (cube specimens). 22 c. Remaining samples shall be tested as directed by City. 23 C . Safety 24 1. The Contractor is responsible for safety on the job site. 25 a. Perform all Work in accordance with the current applicable regulations of the 26 Federal , State, and local agencies . 27 b . In the event of conflict, comply with the more restrictive applicable 28 requirement. 29 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving 30 shafts/pits. 31 a . Diesel, electrical , hydraulic , and air powered equipment is acceptable, subject 32 to applicable local, State, and Federal regulations . 33 3 . Methods of construction shall be such as to ensure the safety of the Work, 34 Contractor's and other employees on site and the public. 35 4. Furnish and operate a temporary ventilation system in accordance with applicable 36 safety requirements when personnel are underground. 37 a . Perform all required air and gas monitoring. 38 b . Ventilation system shall provide a sufficient supply of fre sh air and maintain an 39 atmosphere free of to xic or flammable gasses in all underground work areas. 40 5 . Perform all Work in accordance with all current applica ble regulations and safety 41 requirements of the federal, state , and local agencies. Comply with all applicable 42 provisions of OSHA 29 CFR Part 1926 , Subpart S , Underground Con struction and 43 Subpart P, Excavations. 44 a . In the event of conflict, comply with the more stringent requirements . C ITY OF FORT WORTH STA N D A RD C O NSTR UC TIO N S PEcrFIC ATIO N DOC U M EN T S Rev ised 4/5/20 I I Pa rt I • Hend ers on Street Bri d ge Wa ter and Sani tary Sewer Rel oca ti ons City Proj ect # 00969 l 2 3 4 5 33 05 24 -10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 10 of 10 6 . If personnel will enter the pipe during construction , the Contractor shall develop an emergency re spons e plan for rescuing personnel trapped underground in a shaft excavation or pipe . a. Keep on-site all equipment required for emergency response in accordance with the agency having jurisdiction 6 3.8 SYSTEM STARTUP [NOT USED] 7 3.9 ADJUSTING [NOT USED} 8 3.10 CLEANING [NOT USED) 9 3.11 CLOSEOUT ACTIVITIES [NOT USED] 10 3.12 PROTECTION [NOT USED] 11 3.13 MAINTENANCE [NOT USED) 12 3.14 ATTACHMENTS [NOT USED} 13 END OF SECTION 14 15 Rev isio n Log DATE NAME (20 10 JAN 06) C ITY OF FORT WORTH STANDARD CONSTRUCT ION SPEC IFI CATION DOCU M ENTS Re vised 4/5/20 11 SUMMARY OF CHANGE Pan I -Henderso n Street Bridge Water and Sanitary Sewer Relocations C it y Project# 00969 33 05 26 - I UTILITY MARKERS/LOCATORS Page I of 5 SECTION 33 OS 26 2 UTILITY MARKERS/LOCATORS 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A Section Includes: 6 1. Buried and surface utility markers for utility construction 7 1.2 PRICE AND PAYMENT PROCEDURES 8 A Measurement and Payment 9 1. Measurement: l O a . This Item is considered subsidiary to the linear foot of water pipe being 11 installed . 12 2 . Payment: 13 a . The work performed and the materials furnished in accordance with this Item 14 shall be subsidiary to the unit price bid per linear foot of water pipe complete in 15 place, and no other compensation will be allowed . 16 1.3 REFERENCES 1 7 A Reference Standards 18 I . Reference standards cited in this Specification refer to the current reference 19 standard published at the time of the latest revision date logged at the end of this 20 Specification , unless a date is specifically cited. 21 2 . American Public Works Association (AWPA): 22 a. Uniform Color Code. 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 24 1.5 SUBMITTALS 25 A. Submittals shall be in accordance with DA-56 . 26 B. All submittals shall be approved by the Engineer or the City prior to delivery . 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 A. Product Data 29 I. Buried Marker 30 2 . Surface Marker C ITY OF FORT WO RT H ST A NDARD CONSTR UC TION SPE C IFICATIO N DOCU MENTS Revised 4/5/20 I I Pa rt I - Hend erson Street Bridge Wa ter and Sanitary Se we r Relocati ons C ity Proj ect # 00969 33 05 26 -2 UTILITY MARKERS/LOCATORS Page 2 of 5 1.7 CLOSEOUT SUBMITTALS lNOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2-PRODUCTS 8 2.1 OWNER-FURNISHED [oR) OWNER-SUPPLIEDPRODUCTS [NOT USEDJ 9 2.2 MATERIALS l O A. Manufacturers 11 1. Only the manufacturers as listed on the City's Standard Products List will be 12 considered. 13 a . The manufacturer must comply with this Specification and related Sections . 14 2. Any product that is not listed on the Standard Products List is considered a 15 substitution and shall be submitted to the City for approval. 16 3 . Provide new Utility Markers/Locators from a manufacturer regularly engaged in the 17 manufacturing of Utility Markers/Locators. 18 B. Materials 19 1. Buried Markers 20 a . Detectable warning tape shall be as follows: 21 1) 5 .0 mil overall thickness 22 2) Width -3 inch minimum 23 3) Weight-27.5 pounds per inch per 1,000 square feet 24 4) Triple Layer with: 25 a) Minimum thickness 0 .35 mils solid aluminum foil encased in a 26 protective inert plastic jacket 27 (1) l 00% virgin low den sity polyethylene 28 (2) Impervious to all known alkalis, acids, chemical reagents, and 29 solvents within soil 30 (3) Aluminum foil visible to both sides 31 5) Locatable by conductive and inductive methods 32 6) Printing encased to avoid ink rub-off 33 7) Color and Legends 34 a) Potable water lines 35 (I) Color -Blue (in accordance with APW A Uniform Color Code) 36 (2) Legend -Caution Potable Water Line Below (repeated every 24 37 inches) 38 b) Reclaimed water lines 39 (I) Color -Purple (in accordance with APW A Uniform Color Code) 40 (2) Legend -Cau ti on Reclaimed Water Line Below (repeated every 24 4 1 inches) CITY OF FORT WORTH STANDARD CONSTRUCT IO N SPECIFICATION DOCUMENTS Revi sed 4/5/20 I I Part I -Henders on Street Brid ge Water a nd Sanilal)' Sewer Rel ocati ons City Project # 00969 I 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 c) Sewer Line 33 05 26 - 3 UTILITY MARKERS/LOCATORS Page 3 of 5 (l) Color-Green (in accordance with APWA Uniform Color Code) (2) Legend -Caution Sewer Line Below (repeated every 24 inches) b . Electronic utility marker balls shall be as follows: 1) Sealed shell containing a passive antenna -low-frequency resonance circuit tuned to specific frequency 2) Size -4 .5-inch diameter 3) Range -5 feet minimum 4) Field Type/Shape -Spherical 5) Material -high-density polyethylene 6) Color and Frequency a) Water Lines (1) Color -Blue (in accordance with APWA Uniform Color Code) (2) Frequency-145.7 kHz b) Sewer Line Markers (1) Color -Green (in accordance with APWA Uniform Color Code) (2) Frequency -121.6 kHz 2. Surface Markers a. Provide as follows: 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 2) White posts with colored, ultraviolet resistant domes as follows : a) Water Lines (1) Color -Blue (in accordance with APWA Uniform Color Code) (2) Legend -Caution Potable Water Line Below b) Reclaimed water lines (l) Color -Purple (in accordance with APWA Uniform Color Code) (2) Legend -Caution Reclaimed Water Line Below c) Sewer lines (1) Color -Green (in accordance with APWA Uniform Color Code) (2) Legend -Caution Sewer Line Below 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL [NOT USED] 33 PART 3 -EXECUTION 34 3.1 INST ALLERS [NOT USED] 35 3.2 EXAMINATION [NOT USED) 36 3.3 PREPARATION [NOT USED! 37 3.4 INSTALLATION 38 A. Buried Markers 39 I . Detectable Warning Tape 40 a. Install in accordance with manufacturer's recommendations below natural 41 ground surface and directly above the utility for which it is marking. 42 1) Allow l 8 inches minimum between utility and marker. C ITY OF FORT WORTH STAN DARD CONSTR UCTIO N SPEC IFIC ATION DOCUMENTS Rev ised 4/5/20 11 Pa rt I -Henderso n S treet Brid ge Water a nd Sanit a ry Sewer Re loc at io ns C ity Proj ect# 00969 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 33 05 26 • 4 UTI LITY MARKERS/LOCATORS Page 4 of 5 2) Bury to a depth of 3 feet or as close to the grade as is practical for optimum protection and detectability. 2. Electronic Marker Balls a . Install in accordance with manu facturer's recommendations be low natural ground surface and directly above the utility for which it is ma rking . 1) Al low 4 inches minim um b etween uti li ty and marker. 2) Bury to a depth of 5 feet max imum , or as close to the grade as is practical for optimu m protection and d etectability. 3) Al low at least 6 feet between each marker. b. Use tie -downs for placeme nt of markers if deemed necessary by the City, or Engineer. c . Upon completion of installation, the City will inspect that electronic marker ba ll s are insta ll ed in p lace, prior to paving over any of the required locations. d . See table below for other details related to marker ball installation : M k B II C l a r er a ea ra nce, s pac m 2:, B ur y an d Pl ace me nt 16-inch and Large r 12-i nch a nd Smaller W at e r L in es Water Lines Sa nitary Sewer C l e arance between 4 inches 4 inches 4 inches Utility and ( minimum) ( minimum) ( minimum) M arker Maximu m 5 feet 5 feet 5 feet Bury Depth M inimum 6 feet 6 feet 6 feet S pa cin g -Horizontal Bends P lace m ent -Vertical Bends -Horizontal Pt s of -Horizontal Bends curvature , tangency , -Vertical Bends -ROW/Casings reverse curvature -Horizonta l Tee s -Horizontal Pts of (Highways) ( excluding fire curvature, tangency, -ROW /Casings hydrants) reverse curvature (Railroads) -Cas ing s -Casings -Other Locations -Cleaning wyes -Dead-ends shown on Drawings -Plugs -Stub-out s -Other Locat ions I shown on Drawings 18 B . Surface Markers 19 1. Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 20 2 . The warning sign for all surface ma rkers shall be 21 inches (no t incl udin g post cap). 2 1 3 . Wh e re po ss ible , place surface markers ne ar fixed objects . 22 4 . P lace Surface Markers at the following lo cation s: CIT Y OF FORT WORTH STANDARD CONSTRUCTION SPECIF ICAT ION DOCUMENTS Revised 4 /5/2011 Part I · Henderson Sireet Br idge Water a nd Sanitary Sewer Relocati ons Cicy Project # 00969 33 05 26-5 UTILITY MARKERS/LOCATORS 2 3 4 5 6 7 8 9 a . Buried Features l) Place directly above a buried feature . b. Above-Ground Features 1) Place a maximum of 2 feet away from an above-ground feature . c . Water lines 16-inches and larger l) Each right-of-way line ( or end of casing pipe) for: a) Highway crossings b) Railroad crossings 2) Utility crossings such as : a) High pres sure or large diameter gas line s b) Fiber optic lines c) Underground electric transmis s ion lines Pa ge 5 of 5 10 11 12 13 14 I 5 16 17 18 d) Or other locations shown on the Drawings , or directed by the City d . Surface markers not required for 12 -inch and sm a ller water lines e. For sanitary sewer lines: 1) In undeveloped areas , place marker ma ximum of 2 feet away from an above-ground feature such as a manhole or combination air valve vault. 2) Place at 500-foot interva ls along the pipeline. 19 3.5 REPAIR/ RESTORATION [NOT USED) 20 3.6 RE-INSTALLATION [NOT USED] 21 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 3 1 R evis io n Log D ATE N A M E (20 10 JAN 06] C ITY O F FORT WORT H ST ANDAR D CONST RUCTION SPEC IFICATION DOCUMENTS Rev ised 4/5/20 I I S U MM A RY OF CH A NG E Pa rt I -Henderson S tr eet Bri dge Wa ter a nd San itary Sewer Rel ocations C ity Project # 00969 33 05 30 • I EXPWRATORY EXCAVATION OF EXISTING UTILITIES Page I of3 l SECTION 33 05 30 2 EXPLORATORY EXCAVATION FOR EXISTING UTILITIES 3 PARTI-GENERAL 4 I.I SUMMARY 5 A. Section Includes: 6 1. Locating and verifying the location and elevation of the existing underground 7 utilities that may conflict with a facility proposed for construction 8 B. Related Specification Sections include but are not necessarily limited to : 9 1. Section 33 05 10 -Utility Trench Excavation, Embedment, and Backfill 10 1.2 PRICE AND PAYMENT PROCEDURES 11 A. Measurement and Payment 12 I. Measurement 13 a . Measurement for this Item shall be per each excavation performed as identified 14 in the Drawings, or as directed. 15 2 . Payment: 16 a. The work performed and materials furnished in accordance with this Item and I 7 measured as provided under "Measurement" will be paid for at the unit price 18 bid per each "Exploratory Excavation of Existing Utilities" of the type 19 specified. 20 3 . The price bid shall include: 21 a. Grade survey 22 b . Pavement removal 23 c. Excavation 24 d . Hauling 25 e. Disposal of excess material 26 f. Furnishing, placing, and compaction of embedment 27 g. Furnishing, placing, and compaction of backfill 28 h . Clean-up 29 1. Surface restoration 30 1.3 REFERENCES 31 A . Reference Standards 32 1. Reference standards cited in this Specification refer to the current reference 33 standard published at the time of the latest revision date logged at the end of this 34 Specification, unless a date is specifically cited. 35 1.4 ADMINISTRATIVE REQUIREMENTS 36 A. Coordination 37 1. Coordinate with City In spector at least 48 hours prior to commencing on site for 38 Exploratory Excavation of Existing Utilities . CITY OF FO RT WORTH STANDARD CONSTRUC TION SPEC IFI CATIO N DOCUMENTS Revised 4/5/20 I I Pan I . Henderson St reet Bridge Water and San it ary Sewer Re locati o ns C ity Projec t # 00969 33 05 30 · 2 EXPLORATORY EXCAVATION OF EXISTING UTILITIES Page 2 of 3 2. Coordinate location of all other existing utilities within vicinity of excavation prior 2 to commencing Exploratory Excavation. 3 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to 4 commencement. 5 B. Sequencing 6 1. Exploratory Excavations shall be conducted prior to the construction of the entire 7 project. 8 C. Scheduling 9 l . For critical utility locations, the City may choose to be present during excavation. 10 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate l l City personnel. 12 1.5 SUBMITTALS [NOT USED] 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 14 1.7 CLOSEOUT SUBMITTALS 15 A . Report of Utility Location l 6 I. Horizontal location of utility as surveyed I 7 2. Vertical elevation of utility as surveyed 18 a. Top ofutility 19 b. Spring line of utility 20 c. Existing ground 21 3. Material type, diameter, and description of the condition of existing utility 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED) 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE) CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2-PRODUCTS [NOT USED) 2 8 PART 3-EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 3 I A. Verification of Conditions 32 1. Verify location of existing utilities in accordance with the General Requirements , 33 the General Notes, and the Drawings. C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFIC ATION DOCUME TS Revi sed 4/5/2011 Pan I -Henderson Street Bridge Water and Sanitary Sewer Relocati o ns City Proj ec t # 00969 33 05 30 -3 EXPLORATORY EXCAVATION OF EX ISTING UTILITIES Page 3 of3 3.3 PREPARATION 2 A Coordinate with City Survey if applicable. 3 3.4 INSTALLATION 4 A . Verify location of existing utility at location denoted on the Drawings, or as directed by 5 the City or Engineer. 6 1 . Expose utility to spring line, as necessary. 7 2 . Excavate and Backfill Trench for the Exploratory Excavation in accordance with 8 Section 33 05 I 0. 9 B . Upon completion of the utility exploration, submit a report of the findings . 10 C . If location of utility is in conflict with the Drawings, notify the City Project Manager 11 for appropriate design modifications. 12 D. Place embedment and backfill in accordance with Section 33 05 10 . 13 E. Once necessary data is obtained, immediately restore surface to existing conditions to: 14 l . Obtain a safe and proper driving surface, if applicable 15 2 . Ensure the safety of the general public 16 3 . The satisfaction of the City 17 3.5 REP AIR / RESTORATION [NOT USED) 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED) 21 3.9 ADJUSTING [NOT USED) 22 3.10 CLEANING [NOT USED) 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED) 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 29 Revisi on Log DAT E I NAME I (2010 JAN 06) C ITY OF FORT WORT H STAN DA RD CONSTRUCTION SPEC IFICATION DOCUMENTS Revised 4/5/20 I I SUMMARY OF CHANG E Part I -Henderson St reet Bridge Wat er a nd Sa nitary Sewer Relocations City Project# 00969 I SECTION 33 11 10 2 DUCTILE IRON PIPE 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A. Section Includes : 33 11 10 -I DUCTILE IRON PIPE Page I of 13 6 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater, and reuse 7 applications 8 B . Related Specification Sections include but are not necessarily limited to : 9 I. 33 01 31 -Closed Circuit Television (CCTV) Inspection 10 2 . 33 04 40 -Cleaning and Acceptance Testing of Water Mains 11 3 . 33 05 IO -Utility Trench Excavation, Embedment, and Backfill 12 4 . 33 05 24 -Installation of Carrier Pipe in Casing 13 5. 33 11 11 -Ductile Iron Fittings 14 1.2 PRICE AND PAYMENT PROCEDURES 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3 7 38 39 40 A. Measurement and Payment I. Measurement a . Measured horizontally along the surface from center line to center line of the fitting , manhole, or appurtenance 2 . Payment a . The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Ductile Iron Pipe" installed for: 1) Various sizes 2) Various types of backfill 3) Various linings 4 ) V a rious gaskets 3 . The price bid shall include : a. Furnishing and installing Ductile Iron Pipe with joints a s specified by the Drawings b . Mobilization c . Polyethylene encas ement d . Lining e . Pavement removal f. Excavation g . Hauling h . Di s posal of excess material I. Furnishing, placement, and compaction of embedment J . Furnishing, placement, and compaction of backfill k . Thrust re straint Bo lt s a nd nuts I. C ITY O F FORT WO RTH ST ANDA RD CON STRUCTI O N SPEC IFIC ATION DOC UM EN T S Rev ised 4/5/20 1 1 Pa rt 1 -Hen derson Street Br idge Water a nd S anitary Se wer Re locati o ns C ity Proj ec t # 00969 33 II IO -2 DUCTILE IRON PIPE 1 2 3 4 5 6 7 1.3 m. Gaskets n . Clay Dams 0. Clean-up p. Cleaning q. Disinfection r. Testing REFERENCES 8 A. Reference Standards Page 2 of 13 9 1. Reference standards cited in this Specification refer to the current reference IO standard published at the time of the latest revision date logged at the end of this 11 Specification, unless a date is specifically cited. 12 2. American Association of State Highway and Transportation Officials (AASHTO). 13 3. American Society of Mechanical Engineers (ASME): 14 a . Bl6.l, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 15 4. ASTM International (ASTM): 16 a . A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 17 b. A307, Standard Specification for Carbon Steel Bolts and Studs , 60,000 psi 18 Tensile Strength . 19 c . A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 20 Water or Other Liquids . 21 d . B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 22 e . B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 23 Steel. 24 5 . American Water Works Association (AWWA): 25 a . C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - 26 Enamel and Tape -Hot Applied . 27 b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. 28 c. M4 l, Ductile-Iron Pipe and Fittings . 29 6. American Water Works Association/American National Standards Institute 30 (AWW A/ANSI): 31 a . CI 04/ A2 l .4, Cement-Mortar Lining for Ductile-Iron Pipe and Fittings . 32 b . Cl05/A2l.5, Polyethylene Encasement for Ductile-Iron Pipe Systems . 33 c . C 111/ A2 l . l l, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 34 d. Cl 15/A21.15 , Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 35 Threaded Flanges . 36 e. Cl50/A21.50, Thickness Design of Ductile-Iron Pipe. 37 f. Cl5l/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water. 38 g. C600, Installation of Ductile-Iron Water Mains and their Appurtenances 39 7. NSF International (NSF): 40 a . 61, Drinking Water System Components -Health Effects. 41 8 . Society for Protective Coatings (SSP C ): 42 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gage s. C JTY OF FO RT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCU MENTS Revised 4/5/2011 Pan I -Hend erson Street Brid ge Water and Sanitary Sewer Relocations City Project # 00969 1.4 ADMINISTRATIVE REQUIREMENTS (NOT USED] 2 1.5 SUBMITT ALS 3 A. Submittals shall be in accordance with DA-56. 33 11 10 • 3 DUCTILE IRON PIPE Page 3 of 13 4 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 5 fabrication for specials. 6 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 7 A. Product Data 8 I . Interior lining 9 a. If it is other than cement mortar lining in accordance with A WW Al ANSI 10 Cl04/A21 .4, including : 11 1) Material 12 2) Application recommendations 13 3) Field touch-up procedures 14 2 . Thrust Restraint 15 a. Retainer glands, thrust harnesses or any other means 16 3 . Gaskets 17 a. If hydrocarbon or other special gaskets are required 18 B. Shop Drawings: Furnish for Ductile Iron Pipe used in the water distribution system or 19 for a wastewater force main for 24-inch and greater diameters, including: 20 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 21 Texas including: 22 a . Working press ure 23 b . Surge pressure 24 c . Deflection 25 2 . Provide thrust restraint calculations for all fittings a nd valves , sealed by a Licensed 26 Professional Engineer in Texas, to verify the restraint lengths shown in the 27 Draw ings. 28 3 . Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 29 Professional Engineer in Texas including: 30 a. Pipe class 3 I b . Joints type 32 c . Fittings 33 d . Stationing 34 e . Transitions 35 f. Joint deflection 36 C. Certificates 37 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 38 Section, ea ch run o f pipe furni shed has met Specifications, all in spections have 39 been made, and that all tests have been perfonned in accordance with 40 AWWA/ANSI Cl51 /A21.51. 41 2. Furnish a certifi cate s tating that buried bolts and nut s conform to ASTM B 11 7. C ITY OF FORT WORTH STAN DARD CONS TR UCTION SPECIF IC A T!ON DOCUM EN TS Rev ised 4/5/20 I I Part I · Hend erson Street Bridge Water and Sanitary Sewer Re locatio n s C ity Proj ect # 00969 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITI ALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A . Qualifications 5 l . Manufacturers 6 a . Finished pipe shall be the product of l manufacturer. 33 11 10 -4 DUCTILE IRON PIPE Page 4 o f 13 7 l) Change orders, specials, and field changes may be provided by a different 8 manufacturer upon City approval. 9 b . Pipe manufacturing operations (pipe , lining, and coat ings) shall be performed 10 under the control of the manufacturer. 11 c . Ductile Iron Pipe 12 I) Manufactured in accordance with A WW A/ ANSI C 151 / A2 l .5 l 13 a) Perform quality control tests and maintain results as outlined within 14 standard to assure compliance. 15 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duratio n 16 of at least IO second s . 17 B . Preconstruction Testing 18 1. The City may, at its own cos t, subject random lengths of pipe for testing by an 19 independent laboratory for compliance with this Specification. 20 a. The compliance test sha ll be perfo rmed in the United States . 2 1 b . Any visible defects or failure to meet the quality standards herein will be 22 grounds for rejecting the entire o rder. 23 1.10 DELIVERY, STORAGE, AND HANDLING 24 A . Storage and Handling Requirement s 25 1. Ductile Iron Pipe shall be s to re d and handled in ac corda nce with the guid e line s as 26 stated inAWWAM41. 27 2 . Secure and maintain a locati on to s to re the m ate ri a l. 28 B . Do not string pipes and fittin gs unless it is s pecifi ca lly ca ll e d fo r in the Drawings. 29 a. Only the pipe and fittin gs that will b e insta ll ed during a s ingle work d ay will be 30 a llowed to be stored within the ba rri ca de d wo rk area . 31 1.11 FIELD [SITE] CONDITIONS (NOT USED] 32 1.12 WARRANTY lNOT USED] 33 PART 2-PRODUCTS 34 2.1 OWNER-FURNISHED [oR) OWNER-SUPPLIED PRODUCTS [NOT USED] 35 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 36 A. M anufac turer s 37 l . Only the ma nu fac ture rs as li sted in th e C it y's Standard P ro du cts L is t will be 38 co ns id ered . C ITY OF FORT WORTH STAN D ARD CONSTRUCT ION SPEC IFICATI ON DOCUMENTS Revi sed 4/5/2011 Pan I -Henderson Street Bridge Wa ter and Sani tary Sewer Re locations Ci ty Proj~'C t # 00969 33 11 10 -5 DUCTILE IRON PIPE Page 5 of 13 a. The manufacturer must comply with this Specification and related Sections. 2 2. Any product that is not listed on the Standard Products List is considered a 3 substitution and shall be submitted to the City for approval. 4 B. Pipe 5 1. Pipe shall be in accordance with A WW N ANSI Cl I I / A2 l . I 1, A WW N ANSI 6 Cl50/A21.15, and AWWNANSI Cl51/A21.51. 7 2 . All pipe shall meet the requirements of NSF 6 l. 8 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or 9 closure pieces and necessary to comply with the Drawings . 10 4 . As a minimum the following pressures classes apply. The Drawings may specify a I 1 higher pressure class or the pressure and deflection design criteria may also require 12 a higher pressure class , but in no case should they be less than the following : 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 Diameter Min Pressure Class (inches) (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 5 . Pipe markings shall meet the minimum requirements of A WW N ANSI C 151 / A2 l .5 l. Minimum pipe markings shall be as follows: a . "DI" or "Ductile" shall be clearly labeled on each pipe b . Weight, pressure class, and nominal thickness of each pipe c . Year and country p ipe wa s cast d . Manufacturer's mark 6. Pressure and Deflection Design a. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings . b . Pipe shall be designed according to the methods indicated in A WW N ANSI CJ50/A21.50, AWW NANSI Cl51/A21.51, and AWWA M41 for trench construction, using the following paramete rs: l) Unit Weight of Fill (w) = 130 pcf 2) Live Load = AASHTO HS 20 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 4) Bedding Conditions = Type 4 5) Working Pressure (P w) = 150 psi 6) Surge Allowance (P s) = 100 psi 7) Design Internal Press ure (P;) = P w + P, or 2: l safety factor of the actual working pressure plus the actual surge pres sure , whichever is greater. C ITY OF FORT WORTH a) Test Pres sure = (1) No le ss than 1.25 minimum times the stated working press ure (187 psi minimum) of the pipeline measured at the highest elevati on a long the te st section . (2) No le ss than 1.5 times the stated working pressure (225 psi min imum) at th e low est elevation of the test section . STANDAR D CONSTRUCTION SPEC IFICA TI ON DOC UMENTS Re vis ed 4/5/20 I I Part I -Hend erson Street Bridge Water a nd Sanitary Se wer Relocation s Ci ty Proj ect # 00969 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 4 2 4 3 44 45 46 47 33 II 10 • 6 DUCTILE IRON PIPE Page 6 of 13 8) Maximum Calculated Deflection (D,) = 3 percent 9) Restrained Joint Safety Factor (S 1) = 15 percent c. Trench depths shall be verified after existing utilities are located . 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth . 2) In no case shall pipe be installed deeper than its design allows. 7. Provisions for Thrust a. Thrust at bends, tees, plugs, or other fittings shall be mechanically restrained joints when required by the Drawings. b . Thrust at bends adjacent to casing pipe shall be restrained by mechanical means through casing and for a sufficient distance each side of casing. c. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. d . Restrained joints, when required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve, or other fitting to resist thrust which will be developed at the de s ign pressure of the pipe . For the purpo se of thrust , the following shall apply: 1) Valves shall be calculated as dead ends. 2) Design pressure shall be greater than the working pressure of the pipe or the internal pressure (P;) whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push- on restrained joints as listed in the City's Standard Products List. e . The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings, AWW A M41, and the following : 1) The weight of earth (We) shall be calculated as the weight of the projected soil prism above the pipe, for unsaturated soil conditions . 2) Soil density = 130 pcf (maximum value to be used), for unsaturated soil conditions. 3) If indicated on the Drawings a nd the Geotechnical Borings that ground water is expected, account for reduced soil density . 8 . Joints a . General -Comply with AWW A/ANSI Cl l l /A2l.1 l. b. Push-On Joints c . Mechanica l Joints d. Push-On Restrained Joints as approved in the Standard Products list e . Flanged Joints -AWWA/ANSI Cl I5 /A21.15, ASME B16 .1, Class 125 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1 , Class 125. g. Field fabricated flanges are prohibited. 9. Gaskets a. All rubber joint gaskets utilized on Ductile Iron Pipe shall be in conformance with AWWA/ANSI Cl l l/A21.11. b . Flanged Gaskets 1) Full face 2) Manufactured true to sha pe from minimum 80 durometer SBR rubber stock of a thi ckness not less than 1/8 inch 3) Virgin stock C ITY OF FORT WORT H STANDARD CONSTRUCTION SPEC IF ICATION DOC UMENTS Revi sed 4/5/2011 Part I · Henderso n Street Brid ge: Water and Sanitary Sewer Relocat ions City Proj ec t # 00969 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 33 11 10 - 7 DUCTILE IRON PIPE 4) Conforming to the physical and test requirements specified in AWW A/ANSI Cl l l/A21.1 l. Page 7 of 13 5) Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. 6) Frayed cut edges resulting from job site gasket fabrication are not acceptable . 7) Furnish Viton® Rubber gaskets hydrocarbon restraint gaskets, when required. 10. Bolts and Nuts a . Mechanical Joints 1) High strength corrosion restraint low-carbon weathering steel in accordance with A WW A/ ANSI C 111 / A2 l . l l, and ASTM A242. 2) Cor-Blue coated with FluoroKote #1, or equal a) Coating shall conform to the performance requirements of ASTM B 117 for up to 4000 hours and shall include , if required, a certificate of conformance. b. Flanged Ends 1) Meet requirements of A WW A C 115 . 2) For buried and non-buried applications, provide AISI 304 Stainless Steel bolts and AISI 316 Stainless Steel nuts. 3) Spray bolts and nuts with anti-seize compound. 11. Ductile Iron Pipe Exterior Coatings a . All ductile iron shall have an asphaltic coating, minimum of l mil thick, on the pipe exterior, unless otherwise specified in the Contract Documents . 12 . Polyethylene Encasement a . All buried Ductile Iron Pipe shall be polyethylene encased. b . Only manufacturers listed in the City's Standard Products List will be considered acceptable . c. Use only virgin polyethylene material. d. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene conforming to AWW A/ANSI C105 /A2l.5 or 4 mil high density cross-laminated (HDCL) polyethylene encasement conforming to AWWA/ANSf Cl05/A21.5 and ASTM A674. e. At a minimum of every 2 feet along its length, the mark the polyethylene film with the following information: I) Manufacturer's name or trademark 2) Year of manufacturer 3) AWWA/ANSI CI05/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning -Corrosion Protection -Repair Any Damage f. Special Markings/Colors I ) Reclaimed Water a) Label polyethylene encasement with "RECLAIMED WATER", or b) Provide purple polyethylene in accordance with the American Public Works Association Uniform Color Code. 2) Wastewater a) Label polyethylene encasement with "WASTEWATER", or C IT Y OF FORT WORTH STA NDARD CONSTRUCT ION SPECIFICATION DOCUMENTS Rev ised 4/5/20 11 Part I -Henderson S treet Bridge Water a nd Sani tary Sewer Re locati ons C ity Project # 00969 I 2 3 4 5 6 7 8 9 IO 11 12 13 14 15 16 17 18 19 20 21 22 23 24 g. 33 11 10-8 DUCTILE IRON PIPE Page 8 of 13 b) Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code. Minimum widths Pl bl T b otyet 1y ene u e an d S h s· eet 1zes or P h O J' U S -n omt p· 1pe Nominal Pipe Diameter Min. Wi dth -F lat T ube M i n. Wi dth -Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 - 60 108 216 64 121 242 13. Ductile Iron Pipe Interior Lining a. Cement Mortar Lining 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in accordance with A WW A/ ANSI Cl 04/ A2 l .04 and be acceptable according to NSF 61. b . Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the City's Standard Products List. 2) Apply lining at a minimum of 40 mils DFT. 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, IO mils maximum using a Joint Compound as supplied by the manufacturer. C ITY OF FORT WORTH a) Apply the joint compound by brush to ensure coverage. b) Care should be taken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and s pigot ends after the ap plication of the lining . STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS Revised 4/5/20 I 1 Part I -Henderson Street Brid ge Water and Sanitary Sewer Relocations City Project # 00969 33 11 10 -9 DUCTILE IRON PIPE Page 9 of 13 2 3 4 5 6 7 8 9 4) Surface preparation shall be in accordance with the manufacturer's recommendations . 10 11 12 13 14 5) Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2. 6) Test the interior lining of all pipe barrels for pinholes with a non- destructive 2,500 volt test. a) Repair any defects prior to shipment. 7) Mark each fitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work . 8) For all Ductile Iron Pipe in wastewater service where the pipe has been cut, coat the exposed surface with the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer. 15 2.3 ACCESSORIES [NOT USED] 16 2.4 SOURCE QUALITY CONTROL [NOT USED] 17 PART 3 -EXECUTION 18 3.1 INSTALLERS (NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION (NOT USED) 21 3.4 INSTALLATION 22 A General 23 1. Install pipe, fittings, specials, and appurtenances as specified herein, as specified in 24 A WW A C600 , A WW A M4 l , and in accordance with the pipe manufacturer 's 25 recommendations . 26 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings . 27 3 . Lay pipe to the lines and grades as indicated in the Drawings . 28 4. Excavate and Backfill Trenches in accordance with Section 33 05 10 . 29 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10 . 30 6. For installation of carrier pipe within casing, see Section 33 05 24. 31 B. Pipe Handling 32 l. Haul and distribute pipe and fittings at the project site . 33 2 . Handle piping with care to avoid damage . 34 a . Inspect each joint of pipe and reject or repair any damaged pipe prior to 35 lowering into the trench . 36 b . Do not handle the pipe in such a way that will damage the interior lining . 37 c. Use only nylon ropes, slings , or other lifting devices that will not damage the 3 8 surface of the pipe for handling the pipe. 39 3. At the close of each operating day: C ITY OF FORT WORTH STA N DARD C O NS TRUC TI ON S P EC IFI C ATI ON DOC U M EN TS Revised 4/5/20 11 Part I -Henderson Street Brid ge Wa ter and San ita ry Se wer Re locatio ns C it y Proj ec t # 00969 33 II 10 -10 DUCTILE IRON PIPE Page 10 of 13 1 a . Keep the pipe clean and free of debris, dirt, animals, and trash -during and 2 after the laying operation. 3 b. Effectively seal the open end of the pipe using a gasketed night cap . 4 C. Joint Making 5 1. Mechanical Joints 6 7 8 9 JO 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 a . Bolt the follower ring into compression against the gasket with the bolts tightened down evenly then cross torqued in accordance with A WW A C600 . b. Overstressing of bolts to compensate for poor installation practice will not be permitted . 2. Push-on Joints a. Install Push-on joints as defined in AWW A/ANSI Cl l l/A2 l.l l. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c . Place the gasket in the bell in the position prescribed by the manufacturer. d . Apply a thin film of non-toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to conform to A WW A C600. 3. Flanged Joints a. Use erection bolts and drift pins to make flanged connections. 1) Do not use undue force or restraint on the ends of the fittings . 2) Apply even and uniform pressure to the gasket. b . The fitting must be free to move in any direction while bolting. l) Install flange bolts with all bolt heads faced in one direction . 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines and grades and shown in the Drawings . b . The deflection of each joint must be in accordance with AWWA C600 Table 3 . c. The maximum deflection allowed is 50% of that indicated in A WW A C600. d . The manufacturer's recommendation may be used with the approval of the Engineer. 31 D. Polyethylene Encasement Installation 32 1. Preparation 33 a. Remove all lumps of clay, mud, cinders, etc ., on pipe surface prior to 34 installation of polyethylene encasement. 35 1) Prevent soil or embedment material from becoming trapped between pipe 36 and polyethylene . 3 7 b . Fit polyethylene film to contour of pipe to affect a snug, but not tight encase 38 with minimum space between polyethylene and pipe. 39 1) Provide sufficient slack in contouring to prevent stretching polyethylene 40 where it bridges irregular surfaces such as bell-spigot interfaces , bolted 41 joints, or fittings , and to prevent damage to polyethylene due to backfilling 42 operations . 43 2) Secure overlaps and ends with adhesive tape and hold. 44 c . For installations below water table and/or in areas subject to tidal actions , sea l 45 both ends of polyethylene tube with adhesive tape at joint overlap. 46 2 . Tubular Type (Method A) C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFICATION DO CUM ENTS Revised 4/5/20 I I Part I -Henderson Street Bridge Wa ter an d Sanitary Sewer Relocation s Ci ty Project # 00969 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 33 11 10 -11 DU C TILE IRON PIPE Page 11 of 13 a . Cut polyethylene tube to length approximately 2 feet longer than pipe section. b. Slip tube around pipe, centering it to provide I-foot overlap on each adjacent pipe section and bunching it accordion-fashion lengthwise until it clears pipe ends. c. Lower pipe into trench and make up pipe joint with preceding section of pipe. d . Make shallow bell hole at joints to facilitate installation of polyethylene tube . e. After assembling pipe joint, make overlap of polyethylene tube , pull bunched polyethylene from preceding length of pipe, slip it over end of the new length of pipe and wrap until it overlaps joint at end of preceding length of pipe . f . Secure overlap in place. g . Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points . h. Repair cuts , tears , punctures, or other damage to polyethylene. 1. Proceed with installation of next pipe in same manner. 3. Tubular Type (Method B) a . Cut polyethylene tube to length approximately 1 foot shorter than pipe section. b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. c . Take up s lack width at top of pipe to make a snug , but not tight , fit along barrel of pipe, securing fold at quarter points ; secure ends . d . Before making up joint, slip 3-foot length of polyethylene tube over end of proceeding pipe section , bunching it accordion-fashion lengthwise . e . After completing joint, pull 3-foot length of polyethylene over joint, overl apping polyethylene previously installed on each adjacent section of pipe by at lea st 1 foot; make each end snug and secure. 4 . Sheet Type a . Cut po lyeth y lene sheet to a length appro ximately 2 feet longer than piece section . b . Center length to provide I-foot overlap on each adjacent pipe section , bunching it until it clears the pipe ends. c. Wrap polyethylene around pipe so that it circumferentially overl aps top quadrant of pipe . d . Secure cut edge of polyethylene sheet at intervals of approxima tely 3 feet. e . Low er wrapped pipe into trench and make up pipe joint with preceding section of pipe. f. Make shallow be ll hole at joints to facilitate inst allation of polyethyl ene . g . After completing joint, make overlap and secure ends . h . Repair cuts , tears , punctures , or other damage to polyethylene . 1. Proceed with install ation of next se ction of pipe in same manner. 5 . Pipe-Shaped Appurtenances a . Cover bend s, reducers, offsets, and other pipe-shaped appurtenan ces with polyethylene in sam e mann er as pipe and fitting s. 6 . Odd-Shaped Appurtenances a. When it is not practi cal to wrap va lves , tee s, cros se s, and oth er odd-shaped pieces in tub e , wrap with flat sheet o r split length polyethylene tube by pass in g sheet under appurt enances and bringing it up around body . b . Mak e seam s by brin gi ng edges to ge ther, fo ldin g over twice, and ta pin g down . c . Tape pol ye th ylen e securely in pl ac e at the va lv e stem and at a ny oth er penetrati ons . C ITY O F FORT WO RTH STA N DARD C ON STRUCTI ON SPEC IF ICATI ON DOCU M ENTS Revised 4/5/20 11 Part I -Hend erson Street Brid ge Wa ter a nd Sanitary Sewer Re loca ti ons C ity Proj ec t # 00969 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 7. Repairs 33 11 10 • 12 DUCTILE IRON PIPE Page 12 of 13 a . Repair any cuts, tears, punctures, or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around fitting to cover damaged area, and secured in place. 8. Openings in Encasement a. Provide openings for branches, service taps, blow-offs, air valves, and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film . b. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene with tape. c . Service taps may also be made directly through polyethylene, with any resulting damaged areas being repaired as described above. 9. Junctions between Wrapped and Unwrapped Pipe: a . Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. b. Secure end with circumferential turns of tape . c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe . 19 3.5 REPAIR/RESTORATION 20 A. Patching 21 1. Excessive field-patching is not permitted of lining or coating. 22 2 . Patching of lining or coating will be allowed where area to be repaired does not 23 exceed 100 square inches and has no dimensions greater than 12 inches. 24 3. In general, there shall not be more than 1 patch on either the lining or the coating of 25 any one joint of pipe . 26 4 . Wherever necessary to patch the pipe: 27 a. Make patch with cement mortar as previously specified for interior joints. 28 b. Do not install patched pipe until the patch has been properly and adequately 29 cured and approved for laying by the City. 30 5. Promptly remove rejected pipe from the site. 31 3.6 RE-INSTALLATION [NOT USED) 32 3.7 FIELD (oKj SITE QUALITY CONTROL 33 A. Potable Water Mains 34 1 . Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water 35 mams 36 a . Clean, flush, pig, disinfect, hydrostatic test, and bacteriological test the water 37 main as specified in Section 33 04 40. 38 B . Wastewater Lines 39 1. Closed Circuit Television (CCTV) Inspection 40 a . Provide a Post-CCTV Inspection in accordance with Section 33 01 31. C ITY OF FORT WORTH STANDA RD CONSTRU CTION SP EC IFICATION DOC U MENTS Revised 4/5/2 011 Pan I · Henderson Street Bridge Water and Sanita ry Sew er Re loca tion s City Proj ec t II 00969 3.8 SYSTEM STARTUP (NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED) 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS (NOT USED] 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE [2010 JAN 06] 9 33 11 10 -13 DUC TILE IRON PIPE Page 13 of 13 C ITY OF FOR T WORTH Pa rt I -Hend erson Street Bri d ge Water and Sani tary Sewer Re locat io ns STA N DARD CONSTRUCTION SPECIFICATI ON DOCUMENTS Ci ty Project# 00969 Rev ised 4/5/2011 33 l l l l -I DUCTILE IRON FITTfNGS Pagel of 11 I SECTION 33 11 11 2 DUCTILE IRON FITTINGS 3 PART l -GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 l . Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and 7 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 8 B. Related Specification Sections include but are not necessarily limited to: 9 1. 33 04 40 -Cleaning and Acceptance Testing of Water Mains 10 2. 33 05 10 -Utility Trench Excavation, Embedment, and Backfill 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 l. Measurement: 14 a. Ductile Iron Fittings 15 1) Shall be per ton of fittings supplied 16 2) Fittings weights are the sum of the various types of fittings multiplied by 17 the weight per fitting as listed in AWW A/ ANSI Cl 53 / A2 l .53. 18 3) The fitting weights listed in A WW A/ANSI Cl 10/A21.I0 are only allowed 19 for specials where an A WW A/ ANSI C 153/ A2 l .53 is not available, or if the 20 Drawings specifically call for an A WW A/ ANSI C 110/ A2 l. l O fittings. 21 4) If the Contractor chooses to supply A WW A/ ANSI Cl 10/ A2l.10 (full 22 body) Ductile Iron Fittings in lieu of A WW A/ ANSI C 153/ A2 l .53 23 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 24 measured in accordance with AWW A/ANSI Cl53/A21.53. 25 2. Payment: 26 a. Ductile Iron Fittings 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under "Measurement" will be paid for at the unit 29 price bid per ton of"Ductile Iron Fittings" installed for: 30 a) Various linings 31 3. The price bid shall include: 32 a . Furnishing and installing Ductile Iron Fittings as specified by the Drawings 33 b . Polyethylene encasement 34 c. Lining 35 d . Pavement removal 36 e. Excavation 37 f. Hauling 38 g . Disposal of excess material 39 h . Furnishing and installing bolts, nuts, and restraint (if required) 40 1. Furnishing, placement and compaction of embedment 41 J. Furnishing, placement and compaction of backfill 42 k . Clean-up CITY OF FORT WORTH ST ANDA RD CONSTRUCTION SPECIFIC ATION OOCUMENTS Rev ised 4/5/20 I r Part I -Henderso n Street Bridge Water and Sanitary Sewer Rel ocation s C ity Proj ect # 0096 9 33 11 11 - 2 DUCTILE IRON FITTINGS 2 3 I. Cleaning m . Disinfection n. Testing 4 1.3 REFERENCES 5 A. Reference Standards Page 2 of 11 6 1. Reference standards cited in this Specification refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Specification, unless a date is specifically cited. 9 2 . American Society of Mechanical Engineers (ASME): 10 a. Bl6 .l, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 11 3 . ASTM International (ASTM): 12 a . A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 13 b . A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 14 Water or Other Liquids. 15 c. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus . 16 4. American Water Works Association (AWWA): 17 a . C203 , Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - 18 Enamel and Tape -Hot Applied . 19 b . C600 , Installation of Ductile-Iron Water Mains and their Appurtenances. 20 c . M41, Ductile-Iron Pipe and Fittings. 21 5 . American Water Works Association/ American National Standards Institute 22 (A WW A/ ANSI): 23 a . Cl 04/ A2 l .4, Cement-Mortar Lining for Ductile-Iron Pipe and Fittings . 24 b. Cl05/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems . 25 c. Cl 10 /A21.10, Ductile-Iron and Gray-Iron Fittings. 26 d . Cl 11/ A2 l.11 , Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 27 e . Cl 15/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 28 Threaded Flanges. 29 f. Cl51 /A21.51, Ductile-Iron Pipe, Centrifugally Cast , for Water. 30 g . Cl53/A21.53, Ductile-Iron Compact Fittings for W a ter Service. 31 6 . NSF International (NSF): 32 a. 61, Drinking Water System Components -Health Effects . 33 7 . Society for Protective Coatings (SSPC): 34 a . PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USEDJ 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with DA-56 . 38 B. All submittals shall be approve d by the Engineer or the City prior to delivery and/or 39 fabrica tion for specials. 40 1.6 ACTION SUBMITTALS I INFORMATIONAL SUBMITTALS 41 A. Product Data 42 1. Ductile Iron Fittings 43 a . Pressure cla ss C ITY OF FORT WORTH STANDARD CON STRU CTION SPE CI FIC ATION DOC U M ENTS Revi s ed 4/5/20 I I Part I -Henderson Street 81i <lge Water and Sanitary Se wer Re locatio ns C ity Proj cc l # 0096 9 1 b. Interior lining 2 c. Joint types 3 2. Polyethylene encasement and tape 4 a . Planned method of installation 33 11 11 - 3 DUCTILE IRON FITIINGS Page 3 of 11 5 b . Whether the film is linear low density or high density cross linked polyethylene 6 c. The thickness of the film provided 7 3. The interior lining, if it is other than cement mortar lining in accordance with 8 AWW A/ANSI Cl04/A21.4 9 a . Material 10 b. Application recommendations 11 c. Field touch-up procedures 12 4 . Thrust Restraint 13 a . Retainer glands 14 b. Thrust harnesses 15 c. Any other means 16 5. Bolts and nuts for mechanical and or flange joints 1 7 6. Gaskets 18 B. Certificates: 19 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 20 meet the provisions of this Section and meet the requirements of A WW Al ANSI 21 Cl 10 /A21.10 or A WW A/ANSI C153/A21 .53. 22 2 . Furnish a certificate stating that buried bolts and nuts conform to ASTM Bl I 7 . 23 1.7 CLOSEOUT SUBMITTALS [NOT USED) 24 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED) 25 1.9 QUALITY ASSURANCE 26 A. Qualifications 27 l . Manufacturers 28 a. Fittings manufacturing operations (fittings, linin g, and coatings) shall be 29 performed under the control of the manufacturer. 30 b . Ductile Tron Fittings shall be manufactured in accordance with A WW Al ANSI 31 Cl 10/A2l.10 or AWW A/ANSI Cl53/A21 .53. 32 l ) Perform quality control te sts and maintain the results as outlined in these 33 standards to assure compliance. 34 B . Preco nstruction Testing 35 1. The City may, at its own cost, subject random fittings for destructive testing by an 36 independent laboratory for compliance with this Specification. 3 7 a . The compliance test shall be performed in the United States . 38 b . Any visible defects or failure to meet the quality standards herein will be 39 grounds for rejectin g the entire order. 40 1.10 DELIVERY, STORAGE, AND HANDLING 41 A. St o ra ge and Handling Requirements 42 I . Store and handle in accordance with the guidelines as stated in A WW A M4 l . C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IF ICATION DOCU MEN TS Revised 4/5 /20 I I Part I -Henderson Street Bridge Water a nd Sanitaiy Sewer Rel ocation s City Proj ec t # 00969 33 11 11 -4 DUCTILE IRON FllTINGS Page 4 of 11 2. Secure and maintain a location to store the material. 2 B. Do not string pipes and fittings unless it is specifically called for in the Drawings . 3 1. Only the pipe and fittings that will be installed during a single work day will be 4 allowed to be stored within the barricade work area. 5 1.11 FIELD [STI'E) CONDITIONS (NOT USED) 6 1.12 WARRANTY (NOT USED) 7 PART 2 -PRODUCTS 8 2.1 OWNER-FURNISHED [oR) OWNER-SUPPLIED PRODUCTS (NOT USED) 9 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 10 A. Manufacturers 11 l . Only the manufacturers as listed on the City's Standard Products List will be 12 considered. 13 a. The manufacturer must comply with this Specification and related Sections. 14 2. Any product that is not listed on the Standard Products List is considered a 15 substitution and shall be submitted to the City for approval 16 B . Ductile Iron Fittings 17 1. Ductile Iron Fittings shall be in accordance with A WW A/ ANSI Cl 10/ A2 l. I 0, 18 AWWA/ANSI Cl53/A21.53 . 19 2 . All fittings for potable water service shall meet the requirements of NSF 61 . 20 3 . Ductile Iron Fittings, as a minimum, shall meet or exceed the pressures classes of 21 the pipe which the fitting is connected, unless specifically indicated in the 22 Drawings . 23 4 . Fittings Markings 24 a . Meet the minimum requirements of A WW A/ ANSI C 151/ A2 l .5 l . 25 b . Minimum markings shall include: 26 I) "DI" or "Ductile" cast or metal stamped on each fitting 27 2) Applicable A WW A/ANSI standard for that the fitting 28 3) Pressure rating 29 4) Number of degrees for all bends 30 5) Nominal diameter of the openings 31 6) Year and country fitting was cast 32 7) Manufacturer 's mark 33 5 . Joints 34 a . Comply with AWW A/ANSI Cl l l/A21.l l. 35 b . Push-On Joints 36 c . Mechanical Joints 37 d. Push-On -Restrained Joints as approved in the Standard Products List only . 38 e. Flanged Joints -A WW A/ ANSI C 115 / A2 I. l 5, ASME B 16 .1, Class 125 39 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 40 g. Field fabricated flanges are prohibited . 41 6. Gaskets C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFICATION DOCU MENTS Re vi sed 4/5/20 I I Part I -Henderson Street B1idge Water and Sanita ,y Sewer Rel ocatio ns City Project # 00969 I 2 3 4 5 6 7 8 9 IO 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 33 11 11 -5 DUCTILE IRON FITifNGS a. All rubber joint gaskets utilized on Ductile Iron Fittings shall be in conformance with A WW Al ANSI C 111 / A2 l . l 1. b. Flanged Gaskets 1) Full face Page 5 of 11 2) Manufactured true to shape from minimum 80 durometer SBR rubber stock of a thickness not less than 1/8 inch 3) Virgin stock 4) Conforming to the physical and test requirements specified in AWW A/ANSI Cl 1 l /A21.l l 5) Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. 6) Frayed cut edges resulting from job site gasket fabrication are not acceptable. 7) Furnish Yiton® Rubber gaskets hydrocarbon restraint gaskets, when required . 7. Bolts and Nuts a. Mechanical Joints 1) High strength corrosion restraint low-carbon weathering steel in accordance with AWW A/ANSI Cl l l/A21.1 l , and ASTM A242 . 2) Cor-Blue oated with FluoroKote #1, or equal a) Coating shall conform to the performance requirements of ASTM B 117 for up to 4000 hours and shall include, if required, a certificate of conformance. b. Flanged Ends I) Meet requirements of A WWA C 115 . 2) For buried and non-buried applications, provide AISI 304 Stainless Steel bolts and AISI 316 Stainless Steel nuts. 3) Spray bolts and nuts with anti-seize compound. 8. Ductile Iron Fitting Exterior Coatings: a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of l mil thick, on the exterior, unless otherwise specified in the Contract Documents . 9. Polyethylene Encasement a. All buried Ductile Iron Fittings shall be polyethylene encased. b. Only manufacturers listed in the City's Standard Products List will be considered acceptable. c . Use only virgin polyethylene material. d . Encasement for buried fittings shall be 8 mil linear low density (LLD) polyethylene conforming to A WW Al ANSI C 105/ A21 .5 or 4 mil high density cross-laminated (HDCL) polyethylene encasement conforming to conforming to A WW A/ANSI Cl05 /A2l.5 and ASTM A674. e . Marking : At a minimum of every 2 feet along its length, the mark the polyethylene film with the following information: l) Manufacturer 's name or trademark 2) Year of manufacturer 3) AWW A/ANSI Cl05/A2l .5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warnin g -Corrosion Protection -Repair Any Damage C ITY OF FORT WORTH STANDARD CONS TR UCT IO N SPEC IFIC ATION DOCUMENTS Revised 4/5/20 I I Pa rt I -Henderso n Street Bridge Water and Sanitary Sewer Relocations C ity Project # 00969 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2 1 f. Special Markings/Colors 1) Reclaimed Water 33 l l 11 -6 DUCTILE IRON FITTINGS Page 6 of l l a) Label polyethylene encasement with "RECLAIMED WATER", or b) Provide purple polyethylene in accordance with the American Public Works A ssociation Uniform Color Code . 2) Wastewater a) Label polyethylene encasement with "WASTEWATER", or b) Provide green polyethylene in accordance with the American Public Works Association Unifonn Color Code. g . Minimum widths : Polyethylene Tube and Sheet Sizes for Push-On Joint Fittings Nominal Fittings Diameter Min. Width -Flat Tube Min. Width -Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 4 8 95 190 54 10 8 2 16 60 108 21 6 64 12 1 242 I 0 . Du ctile Iro n Fittings Int e ri or L inin g a. Cement M ortar Lining 1) Ductile Iron F itting s for pota ble water sh a ll have a ceme nt mort ar li nin g in ac cord ance with AWW NANSI C l04/A21.4 and be accepta bl e according to NSF 61. b . Ce ram ic E poxy or Epox y Lin ings 1) Ductile Iron Fitting s for us e in was te water applicati o ns shall be lin ed with a Ceramic Epoxy or Epox y lin ing as de signa te d in the St and a rd Produ cts Li st. 2) Appl y lining a t a minimum o f 40 mil s OFT C IT Y OF FORT WO RTH ST A N D ARO CONS T RUCTION SPEC l F ICA T l ON DOCUMENTS Rev ised 4/5/20 11 Part I -Henderso n S treet Bridge Wa ter a nd San itary Sewer Rdocat ions C ity Projec t # 00969 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 33 11 11 - 7 DUCTILE IRON FIITINGS Page 7 of 11 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, l O mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage . b) Care should be taken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after the application of the lining. 4) Surface preparation shall be in accordance with the manufacturer's recommendations. 5) Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2 . 6) Test the interior lining of all fittings for pinholes with a non-destructive 2,500 volt test. a) Repair any defects prior to shipment. 7) Mark each fitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. 8) For all Ductile Iron Fittings in wastewater service where the fitting has been cut, coat the exposed surface with the Touch-Up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer. 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED) 25 PART 3 -EXECUTION 26 3.1 INST ALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION [NOT USED) 29 3.4 INSTALLATION 30 A. General 31 l . lnstall , fittings , specials , and appurtenances as specified herein, as specified in 32 A WW A C600 , A WW A M4 l, and in accordance with the fittings manufacturer 's 33 recommendations . 34 2. Lay fittings to the lines and grades as indicated in the Drawings. 35 3. Excavate and backfill trenches in accordance with 33 05 10 . 36 4 . Embed Ductile Iron Fittings in accordance with 33 05 I 0 . 37 B. Joint Making 38 I . Mechanical Joints: 39 a. Bolt the follower ring into compression against the gasket, with the bolts 40 tightened down evenly then cross torqued in acco rdance with A WW A C600. 41 b. Overstressing of bolts to compensate for poor installation practice will not be 4 2 permitted . C ITY OF FORT WORTH STANDARD CONS TRUCTION SPE C IFIC ATION DOCUMENTS Revised 4/5/20 11 Part I -Henderson Street Bridge Water a nd Sanitary Sewer Rel ocatio ns C ity Projec t # 00969 2 3 4 5 6 7 8 9 10 l l 12 l3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 C. 33 11 11 -8 DUCTILE IRON FITTINGS Page 8 of 11 2 . Push-on Joints : a. Install Push-on joints as defined in A WW N ANSI C 111/ A21.1 l. b . Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinished the field cut and scarf to conform to A WW A M-41 . 3. Flanged Joints : a . Use erection bolts and drift pins to make flanged connections. 1) Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. b . The fitting must be free to move in any direction while bolting . 1) Install flange bolts with all bolt heads faced in 1 direction. 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines and grades and shown in the Drawings . b . The deflection of each joint must be in accordance with A WW A C600 Table 3. c . The maximum deflection allowed is 50% of that indicated in A WW A C600. d . The manufacturer 's recommendation may be used with the approval of the Engineer. Polyethylene Encasement Installation: l . Preparation a . Remove all lumps of clay, mud , cinders, etc., on fittings surface prior to installation of polyethylene encasement. l) Prevent soil or embedment material from becom ing trapped between fittings and polyethylene . b . Fit polyethylene film to contour of fittings to affect a snug, but not tight encase with minimum space between polyethylene and fittings. 1) Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell-spigot interfaces, bolted joints, or fittings, and to prevent damage to pol yethylene due to backfilling operations . 2) Secure overlaps and ends with adhesive tape and hold. c . For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap . 2 . Tubular Type (Method A) a. Cut polyethylene tube to length a pproximately 2 feet longer than fittin gs section . b . Slip tube around fittings, centering it to provide l foot overlap on e ac h adjacent pipe section and bunching it accordion-fashion lengthwi se until it clears fittings ends . c . Lower fittings into tre nch with pre ce ding sectio n of pipe . d . Make shallow bell hol e at j o int s to faci litate insta ll at ion of polyethylene tube . e . A fter assembling fittings make overlap of polyethylene tube, pull bunched polyethylene from preceding le ngt h of pipe, slip it over end of th e fitting a nd wrap until it overlaps joint at end of preceding lengt h of pipe. CITY OF FORT WORTH Part I -Henderson Street Bridge Water and San itary Sewer Re loca ti ons C ity Proj ec t II 00969 STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS Revised 4/5/2011 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 33 11 11 - 9 DUCTILE IRON FfTTINGS Page 9 of 11 f. Secure overlap in place . g. Take up slack width at top of fitting to make a snug, but not tight, fit along barrel of fitting, securing fold at quarter points. h. Repair cuts, tears, punctures, or other damage to polyethylene. 1. Proceed with installation of next fitting in same manner. 3. Tubular Type (Method B) a. Cut polyethylene tube to length approximately 1 foot shorter than fitting section. b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each end. c. Take up slack width at top of fitting to make a snug, but not tight, fit along barrel of fitting , securing fold at quarter points; secure ends . d . Before making up joint, slip 3-foot length of polyethylene tube over end of proceeding pipe section, bunching it accordion-fashion lengthwise. e. After completing joint, pull 3-foot length of polyethylene over joint, overlapping polyethylene previously installed on each adjacent section of pipe by at least l foot; make each end snug and secure. 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide I-foot overlap on each fitting, bunching it until it clears the fitting ends. c. Wrap polyethylene around fitting so that it circumferentially overlaps top quadrant of fitting. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. e. Lower wrapped fitting into trench with preceding section of pipe . f. Make shallow bell hole at joints to facilitate installation of polyethylene. g. After completing joint, make overlap and secure ends. h . Repair cuts, tears, punctures, or other damage to polyethylene. 1. Proceed with installation of fittings in same manner . 5. Pipe-Shaped Appurtenances : a . Cover bends, reducers, offsets , and other pipe-shaped appurtenances with polyethylene in same manner as pipe and fittings . 6. Odd-Shaped Appurtenances: a . When it is not practical to wrap valves, tees, crosses, and other odd-shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. b. Make seams by bringing edges together , folding over twice, and taping down. c. Tape polyethylene securely in place at the valve stem and at any other penetrations . 7. Repairs: a. Repair any cuts, tears , punctures , or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around fitting to cover damaged area, and secure in place . 8 . Openings in Encasement: C ITY OF FORT WORTH ST A NDARD CO NS TRUCTION SPEC IFIC ATION DO CU MENT S Re vi sed 415/20 I I Pa rt I -Henderso n Street Bridge Wat er and Sanita ry Sewer Reloca ti ons Ci ty Project # 00969 33 l l l l -10 DUCTILE IRON FITTINGS Page 10 of 11 l a . Provide openings for branches, service taps, blow-offs, air valves, and similar 2 appurtenances by making an X-shaped cut in polyethylene and temporarily 3 folding back film. 4 b. After appurtenance is installed, tape slack securely to appurtenance and repair 5 cut, as well as other damaged area in polyethylene with tape. 6 c. Service taps may also be made directly through polyethylene, with any 7 resulting damaged areas being repaired as described above 8 9. Junctions between Wrapped and Unwrapped Fittings: 9 a . Where polyethylene-wrapped fitting joins an adjacent pipe that is not wrapped, l O extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 11 b . Secure end with circumferential turns of tape. 12 c . Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 13 tape for minimum clear distance of 3 feet away from cast or Ductile Iron 14 Fittings. 15 D . Blocking: 16 1. Install concrete blocking for all bends, tees, crosses, and plugs in the pipe lines as 1 7 indicated in the Drawings . 18 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, 19 normal to the thrust. 20 3 . The supporting area for each block shall be at least as great as that indicated on the 21 Drawings and shall be sufficient to withstand the thrust, including water hammer, 22 which may develop. 23 4. Each block shall rest on a firm , undisturbed foundation or trench bottom . 24 5. If the Contractor encounters soil that appears to be different than that which was 25 used to calculate the blocking according to the Drawings , the Contractor shall 26 notify the Engineer prior to the installation of the blocking. 27 3.5 REPAIR/RESTORATION 28 A. Patching 29 1. Excessive field-patching is not permitted of lining or coating. 30 2. Patching of lining or coating will be allowed where area to be repaired does not 31 exceed 100 square inches and has no dimensions greater than 12 inches. 32 3 . In general, there shall not be more than l patch on either the lining or the coating of 33 any fitting . 34 4. Wherever necessary to patch the fitting: 35 a. Make patch with cement mortar as previously specified for interior joints. 36 b . Do not install patched fitting until the patch has been properly and adequately 37 cured and approved for laying by the City . 38 c. Promptly remove rejected fittings from the site . 39 3.6 RE-INSTALLATION [NOT USED! 40 3.7 FIELD loR] SITE QUALITY CONTROL 41 A. Potable Water Mains : 42 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water 43 mains C ITY OF FORT WORTH STANDAR D CO STRUCTION SPE CIFI CA TION DOCUMENTS Revi sed 4/Sn O I I Part I • Hend erso n Street Bridge Water and Sanitary Sewer Relocati ons City Project # 00969 33 11 11 -11 DUCTILE IRON FITTINGS Page 11 of 11 2 a . Clean, flush, pig, disinfect, hydrostatic test, and bacteriological test the water main as specified in Section 33 04 40. 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED) 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED) Io END OF SECTION 11 12 Revision Log DATE NAM E [2010 JAN 06] CITY OF FORT WORTH STANDAR D CONSTRUCTION SPEC IFICATION DOCUMENTS Rev ised 4/5/20 11 SUMMARY OF CHANGE Part I • Henderson Street Bridge Water and San it ary SewL-r Rel ocations City Project # 00969 33 II 12 - I POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page I of8 SECTION 33 1112 2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 24-inch for potable water, 7 wastewater, and reuse applications 8 B. Related Specification Sections include but are not necessarily limited to : 9 l. 33 0 l 31 -Closed Circuit Television (CCTV) Inspection 10 2. 33 04 40 -Cleaning and Acceptance Testing of Water Mains 11 3. 33 05 10 -Utility Trench Excavation, Embedment, and Backfill 12 4. 33 05 24 -Installation of Carrier Pipe in Casing 13 1.2 PRICE AND PAYMENT PROCEDURES 14 15 16 17 I 8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment I . Measurement a. Measured horizontally along the surface from center line to center line of the fitting , manhole, or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Pipe" installed for: I) Variou s sizes 2) Various types of backfill 3 . The price bid shall include: a. Furnishing and installing PVC Pressure Pipe with joints as specified by the Drawings b. Mobili za tion c. Polyethylene encasement d . Pavement removal e . f. Excavation Hauling g. Disposa l of excess material h. Furnishing, placement, and compaction of embedment I. Furni shing , placement, and compaction of backfill J . Thrust restraint k . Gaskets l. Clean-up m. Cleaning Di s infecti o n n . o . Testin g C ITY OF FORT WORTH STAN DAR D CONSTRUCT ION SPEC IFICATION DOC UMENTS Revi sed 4/5/20 I I Part I -Henderson Street Bridge Water and Sanitary Sewer Relocations C ity Projec t # 00969 33 11 12 - 2 POLYVINYL CHLORIDE (PVC) PRESSURE PLPE Page2 of8 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. American Association of State Highway and Transportation Officials (AASHTO). 7 3. ASTM International (ASTM}: 8 a . Dl 784, Standard Specification for Rigid Poly(Vinyl-Chloride) (PVC) 9 Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 10 b . D3 l 39, Standard Specification for Joints for Plastic Pressure Pipes Using 11 Flexible Elastomeric Seals. 12 4 . American Water Works Association (AWW A): 13 a . C600, Installation of Ductile-Iron Water Mains and their Appurtenances . 14 b . C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes 15 and Fittings for Water. 16 c. C900 , Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN 17 through 12 IN, for Water Transmission and Distribution . 18 d. C905, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 14 IN 19 through 48 IN, for Water Transmission and Distribution . 20 e. M23, PVC Pipe -Design and Installation. 21 f. M4 l, Ductile-Iron Pipe and Fittings . 22 5 . NSF International (NSF): 23 a. 61, Drinking Water System Components -Health Effects. 24 6. Underwriters Laboratories, Inc . (UL). 25 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 26 1.5 SUBMITT ALS 27 A. Submittals shall be in accordance with DA-56 . 28 B. All submittals shall be approved by the Engineer or the City prior to delivery . 29 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 30 A . Product Data : 31 I. For PVC Pressure Pipe that is used for water distribution, wastewater force mains , 32 or wastewater gravity mains, including: 33 a . PVC Pressure Pipe 34 b. Manufacturer 35 c . Dimension Ratio 36 d . Joint Types 3 7 2. Restraint 38 a . Retainer glands 39 b . Thrust harnesses 40 41 c . Any other means of restraint 3 . Gaskets CITY OF FORT WORTH STANDARD CONSTR UCTION SPECIFIC ATION DO CUM EN T S Revi sed 4/5/20 I I Pa rt I -Hend erson Street Brid ge Wate r and Sani tary Sew er Rel ocati ons C ity Proj ec t # 00969 331112 -3 POLYVINYL CHLORIDE (PVC) PRESSURE PrPE Page 3 o f 8 B. Shop Drawings: Furnish for PVC Pressure Pipe used in the water distribution system or 2 for a wastewater force main for 24-inch and greater diameters, including: 3 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 4 Texas including: 5 a. Working pressure 6 b. Surge pressure 7 c. Deflection 8 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 9 Professional Engineer in Texas, to verify the restraint lengths shown on the 10 Drawings. 11 3. Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed 12 Professional Engineer in Texas including: 13 a . Pipe class 14 b. Joints type 15 c. Fittings 16 d. Stationing 17 e. Transitions 18 f. Joint deflection 19 C . Certificates 20 I. Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of 21 this Section, each run of pipe furnished has met Specifications, all inspections have 22 been made and that al 1 tests have been performed in accordance with A WW A C900 23 or A WW A C905 . 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 26 1.9 QUALITY ASSURANCE 27 A. Qualifications 28 I . Manufacturers 29 a . Finished pipe shall be the product of l manufacturer for each size, unless 30 otherwise approved by the City. 31 1) Change orders , specials , and field changes may be provided by a different 32 manufacturer upon City approval. 33 b. Pipe manufacturing operations shall be performed under the control of the 34 manufacturer. 35 c. All pipe furnished shall be in conformance with A WW A C900 and A WW A 36 C905 . 37 1.10 DELIVERY, STORAGE, AND HANDLING 38 A. Storage and Handling Requirements 39 1. Store and handle in accordance with the guidelines as stated in A WW A M23. 40 2. Secure and maint a in a location lo store the material. 41 B. Do not string pipes and fittings unless it is specifically called for in the Drawings. C ITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFI C ATION DOCUMENTS Re vi sed 4/5/2011 Pa rt I -Henderso n Street Bridge Water and Sanitary Sewer Relo cati ons C ity Proj ec t # 00969 33 11 12 -4 POLYVINYL CHLORIDE (PVC) PRESSURE PCPE Page4 of8 1 1. Only the pipe and fittings that will be installed during a single work day will be 2 allowed to be stored within the barricaded work area. 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USEDJ 5 PART2-PRODUCTS 6 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED) 7 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 8 A. Manufacturers 9 1. Only the manufacturers as listed in the City's Standard Products List will be IO considered . 11 a. The manufacturer must comply with this Specification and related Sections . 12 2 . Any product that is not listed on the Standard Products List is considered a 13 substitution and shall be submitted to the City for approval. 14 B. Pipe 15 1 . Pipe shall be in accordance with A WW A C900 or A WW A C905. 16 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61 . 17 3. Pressure Pipe shall be approved by the UL. 18 4. Pipe shall have a lay length of20 feet except for special fittings or closure pieces 19 necessary to comply with the Drawings . 20 5. The pipe material shall be PVC, meeting the requirements of ASTM Dl 784, with a 21 cell classification of 12454-B. Outside diameters must be equal to those of cast 22 iron and ductile iron pipes . 23 6. As a minimum the following Dimension Ratio's apply: 24 25 26 27 28 29 30 31 32 33 Diameter Min Pressure Class (inch) (psi) 4 through 12 DR14 16 through 24 DR 18 7. Pipe Markings a . Meet the minimum requirements of A WWA C900 or A WW A C905 . Minimum pipe markings shall be as follows : 1) Manufacturer 's Name or Trademark and production record 2) Nominal pipe size 3) Dimension Ratio 4) AWWAC900orAWWAC905 5) Seal of testing agency that verified the suitability of the pipe 34 C . Pressure and Deflection Design C ITY OF FORT WORTH STA N DARD C O NSTRUCTION SP EC IFI C ATIO N DOCUME NTS Revi sed 415120 11 Part I -Henderson Street Bridge Wat er a nd Sanitary Se wer Reloc ati ons City Proj ec t # 00969 2 3 4 5 6 7 8 9 IO 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3 8 39 40 41 42 43 44 45 46 47 48 33 11 12 - 5 POLYVINYL CHLORIDE (PVC) PRESSURE PrPE Page 5 of 8 1. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Pipe shall be designed according to the methods indicated in A WW A M23 for trench construction, using the following parameters: a . Unit Weight of Fill (w) = 130 pcf b. Live Load = AASHTO HS 20 c . Trench Depth = 12 feet minimum, or as indicated in Drawings d. Maximum E' = 1,000 max e. Deflection Lag Factor = 1.0 f. Working Pressure (Pw) = 150 psi g. Surge Allowance (P,) = 100 psi minimum h. Test Pressure= I) No less than 1.25 times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section . 2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. 1. Maximum Calculated Deflection = 3 percent J . Restrained Joint Safety Factor (SF)= 1.5 2. Verify trench depths after existing utilities are located. a . Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. b. 1n no case shall pipe be installed deeper than its design allows. 3. Provisions for Thrust: a. Thrusts at bends, tees, plugs, or other fittings shall be mechanically restrained joints when required by the Drawings. b. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. c. Restrained joints, where required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust the following shall apply: 1) Calculate valves as dead ends. 2) Design pressure shall be greater than the pressure class of the pipe or the internal pressure (P;), whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or pu s h- on restrained joints as listed in the City's Standard Products List. 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches . d . The Pipe Manufacturer shall verify the length of pipe with restrained joints to resi st thrust in accordance with the Drawings and the following: I) Calculate the weight of the earth (W0) as the weight ofthe projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 115 pcf (maximum value to be used), for unsaturated so il conditions 3) 1n locations where ground water is encountered, reduce the soil density to its buoyant weight for the backfill below the water table. a) Reduce the coefficient of friction to 0 .25 . 4 . Joints a . Joints shall be gasket, bell and spigot, and push-on type confonning to ASTM D3139 . C IT Y OF FORT WORT H ST ANDA RD C ONSTRUC TIO N SP EC IFI CATIO N DOCU M EN TS Revised 4i 5i20 I I Pa rt I -Hendt.-rson Street Bridge Water and Sanit ary Sewer Re locati ons C it y Project # 00969 331112-6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 6 o f 8 1 2 3 4 5 b. Since each pipe manufacturer has a different design for push-on joints, gaskets shall be part of a complete pipe section and purchased as such. c . Lubricant must be non-toxic and NSF approved for potable water applications. d . Push-On Restrained Jo ints shall only be as approved in the Standard Products List . 5 . Detectable Markers : 6 7 a. Provide detectable markers in accordance with Section 33 05 26 . 8 2.3 ACCESSORIES [NOT USED] 9 2.4 SOURCE QUALITY CONTROL (NOT USED] 10 PART 3-EXECUTION 11 3.1 INST ALLERS [NOT USED] 12 3.2 EXAMINATION (NOT USED] 13 3.3 PREPARATION (NOT USED] 14 3.4 INSTALLATION 15 A. General 16 I . Install pipe, fittings , specials, and a ppurtenances as specified herein, as specified in 17 A WW A C600, A WW A C605 , A WW A M23 , and in accordance with the pipe 18 manufacturer's recommendatio n s . 19 2 . Lay pipe to the lines and grades a s indicated in the Drawings . 20 3. Excavate and Backfill Trenches in accorda nce with Section 33 05 I 0 . 21 4 . E mbed PVC Pressure Pipe in accordance with Sec tion 33 05 l 0 . 22 5 . For installation of carrier pipe within casing, see Se ction 33 05 24. 23 B . Pipe Handling 24 I . Haul and distribute pipe and fittings at the project site . 25 2 . Handle piping with care to avo id damage. 26 a . Inspect each joint of pipe and rejec t o r repair a ny damaged pipe prior to 27 lowering into the trench . 28 b . U se only nylon rope s, slings , or other lifting devices that will not damage the 29 surface of the pipe for handling the pipe. 30 3 . At the close of each operating day : 31 a . Keep the pipe clean and free of debris , dirt, a n ima ls , and tras h -during and 32 after the laying operatio n. 33 b. Effectively seal the o pen end o f th e pipe us in g a ga sketed night cap. 34 C . Joint M aking 35 I . M echanical Joints : 36 a . Bolt th e fo ll o w e r ring int o compressio n aga in s t th e ga ske t , with the bolts 3 7 tightene d d o wn e venly the n cross torque in a c c o rd a nc e with A WW A C600 . 38 b. O ve rs tre ssing o f bo lt s to compen sate for poor in sta ll a tion prac ti ce will not b e 39 p e rm itt e d . C IT Y OF FO RT WORTH STAN DAR D CO STRUCTI ON SPEC IF ICAT ION DOCUMENTS Revised 4/5/20 11 Pa n I -HendL,'fSOn Street Brid ge Water and Sanitary Sewer Re locatio ns C ity Proj ect II 00 969 33 11 12 -7 POLYVfNYL CHLORIDE (PVC) PRESSURE PlPE Page7 of8 2 . Push-on Joints 2 a . Install Push-On joints as defined in AWWA C900 and AWWA C905. 3 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 4 c. Place the gasket in the bell in the position prescribed by the manufacturer. 5 d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 6 gasket and the outside of the spigot prior to entering the spigot into the bell. 7 e . When using a field cut plain end piece of pipe, refinish the field cut to conform 8 to AWWA C605. 9 3 . Joint Deflection 1 O a . Deflect the pipe only when necessary to avoid obstructions, or to meet the lines I I and grades shown in the Drawings . 12 b. The deflection of each joint must be in accordance with A WW A C600 Table 3 . 13 c . The maximum deflection allowed is 50% of that indicated in A WW A C600 . 14 d . The manufacturer 's recommendation may be used with the approval of the I 5 Engineer. 16 D . Detectable Metallic Tape Installation I 7 l. See Section 33 05 26. 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 2 0 3.7 FIELD foR] SITE QUALITY CONTROL 21 A. Potable Water Main s 22 1. Cleaning, disinfection , hydrostatic testing , and bacteriological testing of water 23 mains : 24 a. Clean, flush , pig, di sinfect, hydro static test, and bacteriological test the water 25 main as specified in Section 33 04 40 . 26 B . Wastewater Lines 27 1. Closed Circuit Television (CCTV) Inspection 28 a. Provide a Post-CCTV In spection in accorda nce with Section 33 0 I 31 . 29 3.8 SYSTEM STARTUP [NOT USED! 30 3.9 ADJUSTING [NOT USED) 3 1 3.10 CLEANING [NOT USED) 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED! 35 3.14 ATTACHMENTS [NOT USED] 36 END OF SECTION 37 38 C ITY OF FO RT WORTH STAN D ARD CONSTRUCT ION SPEC IF IC AT ION DOCUMENTS Re vised 4/5/20 I I Part I -Hcnder.;on Street Bridge Water and Sanitary Sewer Relocations C ity Project # 00969 331112-8 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 8 of8 Revis ion Log DATE NAME [2010 JAN 06] CITY OF FORT WORTH STANDARD CONSTRUCTIO N SPECIFICATION DOCUME TS Revi sed 4/5/20 I I SUMMARY OF CHANGE Part l -Henderson Street Bridge Water and Sanitary Sewer Relocation s C it y Project # 00969 33 12 IO -I WATER SERVICES 1-fNCH TO 2-INCH Page I of 13 SECTION 33 12 10 2 WATER SERVICES I-INCH TO 2-INCH 3 PART l -GENERAL 4 1.1 SUMMARY 5 A Section Includes: 6 7 8 9 l. 1-i.nch to 2-inch water service lines from the water main to the right-of-way, fittings and water meter boxes complete in place, as shown on the Drawings, directed by the Engineer, and specified herein for: 10 11 12 a. New Service b. New Service (Bored) c. Meter Relocate d. Private Service 13 B . Products Installed but not Furnished Under this Section 14 l. Water meters for various sizes 15 C . Standard Details 16 1. WTR-001 A I -inch Water Service Detail 17 2. WTR-OOIB 1-1 /2-inch and 2-inch Water Service Detail 18 D . Related Specification Sections include, but are not necessarily limited to : 19 l. Section 33 04 40 -Cleaning and Acceptance Testing of Water Mains 20 2 . Section 33 05 10 -Utility Trench Excavation, Embedment, and Backfill 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A Measurement and Payment 23 1. New Service 24 a . Measurement 25 I) Measurement for this Item shall be per each New Service complete in place 26 from the tap of the main to the installation of the meter box and associated 27 appurtenances where the service line is installed by open cut construction . 28 b . Payment 29 I) The work performed and materials furnished in accordance with this Item 30 will be paid for at the unit price bid per each "New Service" installed for: 3 l a) Various sizes 32 c . The price bid shall include: 33 I) Furnishing and installing New Service Line as specified by the Drawings 34 2) Submitting product data 35 3) Tapping saddle 36 4) Corporation stop 3 7 5) Curb stop 38 6) Fittings 39 7) Service I ine installed by open cut 40 8) Connection to meter 4 l 9) Connection to existing service C ITY OF FORT WORTH STANDARD CONSTRUCTION SP EC IFI C ATIO N DOC UMENTS Re vised 4/5/20 I I Part I -Henderson Street Brid ge Water and Sanitary Sew er Rel oca ti ons Ci ty Proj ec t # 00969 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Disinfection 16) Testing 2. New Service (Bored) a. Measurement 33 12 10 -2 WATER SERVICES I-INCH TO 2-INCH Page 2 of 13 1) Measurement for this Item shall be per each New Service complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by trenchless method. b . Payment I) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "New Service" installed for: a) Various sizes c . The price bid shall include : l) Submitting product data 2) Tapping saddle 3) Corporation stop 4) Curb stop 5) Fittings 6) Service line installed by trenchless method 7) Connection to meter 8) Connection to existing service 9) Pavement removal 10) Excavation 11) Hauling 12) Disposal of excess material I 3) Clean-up 14) Disinfection 15) Testing 3. Meter Service Relocate a. Measurement l) Measurement for this Item shall be per each Service Relocate complete in place from public service line connection to private service line connection. b . Payment 1) The work performed in conjunction with relocation of the meter, associated service line, fittings and meter box 5 feet or less in any direction from centerline of existing meter location and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Meter Service Relocate" installed for : a) Various size of services c. The price bid shall include : 1) Service I ine 2) Fittings 3) Connection to service line 4) Pavement removal 5) Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 4/5/20 11 Part I -Hend erson Street Bridge Water and Sanitary Sewer Rel oc atio ns Ci ty Project II 00969 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 6) Hauling 7) Disposal of excess material 8) Clean-up 9) Cleaning 4 . Private Service a . Measurement 331210-3 WATER SERVICES I-INCH TO 2-fNCH Page 3 of 13 I) Measurement for this Item shall be per linear foot of Private Service relocation complete in place from the meter box to a connection to the existing service line on private property. b . Payment I) The work performed in conjunction with Private Service Line installation where the meter and meter boxes are moved more than 5 feet in any direction from centerline of existing meter location and materials furnished in accordance with the Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Private Service" installed for: a) Various sizes of service c. The price bid shall include: 1) Submitting product data 2) Private Service line 3) Fittings 4) Connection to existing private service line 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Clean-up 10) Cleaning 11) Disinfection 12) Testing 31 1.3 REFERENCES 32 A. Definition s 33 1. New Service 34 a. Install ation of new I-inch to 2-inch Water Service Line by open cut 35 construction from the water main to the right-of-way , including corporation 36 stop, curb stop, fittings , and water meter boxes complete in place, as shown on 37 the Drawings . 38 2. New Service (Bored) 39 a . Installation of new I-inch to 2-inch Water Service Line by trenchless 40 construction method from the water main to the right-of-way, including 41 corporation stop, curb stop, fittings, and water meter boxes complete in place, 42 as shown on the Drawings . 43 3. Meter Service Relocate 44 45 46 47 a . Relocation and reconnection of the private service line from an existing meter to be abandoned and a new meter installed that lies within 5 feet of the existing meter. 4 . Private Service C ITY OF FORT WORTH STANDARD CON ST R UCTION SPE C IFIC ATION DOCUM ENTS Rev is ed 415120 11 Part I -Henderso n Street Brid ge Wa ter and San itary Sewer Rel ocati ons City Proj ec t # 0096 9 331210-4 WATER SERVICES 1-INCHTO 2-INCH Page 4 of 13 a . Relocation and reconnection of private service line on private property where 2 the existing meter to be abandoned and the new meter installed is greater than 5 3 feet of the existing meter. A licensed plumber is required to relocate the private 4 service. 5 B . Reference Standards 6 1. Reference standards cited in this Specification refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Specification, unless a date is specifically cited. 9 2. ASTM International (ASTM): 10 a. A48, Standard Specification for Gray Iron Castings. 11 b . A536 , Standard Specification for Ductile Iron Castings. 12 c. B88, Standard Specification for Seamless Copper Water Tube . 13 d. B98, Standard Specification for Copper-Silicon Alloy Rod, Bar and Shapes. 14 e. C 131, Standard Specification for Resistance to Degradation of Small-Size 15 Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. 16 f. C150 , Standard Specification for Portland Cement. 17 g. C330, Standard Specification for Lightweight Aggregates for Structural 18 Concrete. 19 h . 0883, Standard Terminology Relating to Plastics. 20 3 . American Water Works Association (AWW A): 21 a . C700, Cold-Water Meters -Displacement Type, Bronze Main Case. 22 b . C800, Underground Service Line Valves and Fittings . 23 4. NSF International (NSF): 24 a. 61, Drinking Water System Components -Health Effects. 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Scheduling 27 1. Provide affected property owners advance notice for service interruptions . 28 1.5 SUBMITT ALS 29 A. Submittals shall be in accordance with DA-56 . 30 B . All submittals shall be approved by the Engineer or the City prior to delivery . 31 1.6 ACTION SUBMITT ALS/INFORMA TIONAL SUBMITT ALS 32 A. Product Data, if applicable: 33 l. Tapping Saddle 34 2. Corporation stop 35 3. Curb Stop 36 4 . Service Line 37 5 . Meter Box 38 6. Meter Box Lid CITY Of FORT WORTH STANDARD CONSTR UCTION SPEC lflCATION DOCUMENTS Revised 4/5/20 I I Part I -Hendcr.mn Street Bridge Water and Sanitary Sewer Relocations City Proj~-ct # 00969 33 12 10 -5 WATER SERVICES I-INCH TO 2-fNCH Page 5 of 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. Qualifications 5 1. Manufacturers 6 a . Water Services shall meet or exceed the latest revisions of A WW A C800 and 7 shall meet or exceed the requirements of this Specification. 8 1.10 DELIVERY, STORAGE, AND HANDLING 9 A Storage and Handling Requirements 10 1. Protect all parts such that no damage or deterioration will occur during a prolonged 11 delay from the time of shipment until installation is completed and the units and 12 equipment are ready for operation. 13 2 . Protect all equipment and parts against any damage during a prolonged period at the 14 site . 15 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or 16 extremes in temperature. 17 4 . Secure and maintain a location to store the material. 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 -PRODUCTS 21 2.1 OWNER-FURNISHED PRODUCTS 22 A Water meters for various sizes 23 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 24 A. Manufacturers 25 I . Only the manufacturers as listed on the City 's Standard Products List will be 26 considered . 27 a. The manufacturer must comply with this Specification and related Sections. 28 2. Any product that is not listed on the Standard Products List is considered a 29 substitution and shall be submitted to the City for approval. 30 3 . The Water Services and appurtenances shall be new and the product of a 31 manufacturer regularly engaged in the manufacturing of Water Services and 32 appurtenances having similar service and size. 33 B. Description 34 1. Regulatory Requirements 35 a. Water Services shall meet or exceed the latest revisions of A WW A C800 and 36 shall meet or exceed the requirements of this Specification . 37 b . All Water Services components in contact with potable water sh a ll conform to 38 the requirements of NSF 61. C ITY OF FO RT WORTH ST A N DARD CO NS TR UC TION SPEC IFIC ATION DOCU M EN TS Rev ised 4/5/20 I I Part I -Henderso n Stree t Bridge Water and San itary Sewe r Re locati o ns City Projec t # 00969 I 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 C. 33 12 10 -6 WATE R SERVICES I-INCH TO 2-INCH Page 6 of 13 Materials/Design Criteria 1. Service Lines a. Provide Type K Copper Tubing per ASTM B88 . b. Furnish in the annealed conditions, unless otherwise specified in the Contract Documents. 2. Service Couplings a. Provide brass couplings in conformance with A WW A C800 . b . Inlet Type 1) Provide CC pipe threads. c. Outlet Type 1) Provide CC pipe threads . d. Fitting Ends 1) Flared Copper Tubing wi th thread dimensions per A WW A C800 2) Provide coupling nuts with a machined bearing skirt of a length equal to the tubing outer diameter (0.0.). e . Provide with hexagonal wrench grip compatible with the coupling size. 3 . Corporation stops a. Provide brass castings per A WW A C800 for: 1) Bodies 2) Plugs 3) D washers 4) Bottom nuts b. Machining and Finishing of Surfaces: l) Provide 1 ~ inch per foot or 0.1458 inch per inch± 0.007 inch per inch taper of the seating surfaces for the key and body . 2) Reduce large end of the tapered surface of the key in diameter by chamfer or turning for a distance that will bring the largest end of the seating surface of the key into the largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the small end. 4) Extend small end of the key there-through to prevent the wearing of a shoulder and facilitate proper seating of key. 5) Design key, key nut , and washer such that if the key nut is tightened to failure point, the stem end of the key shall not fracture. 6) Design nut and stem to withstand a turning force on the nut of at least 3 times the necessary effort to properly seat the key without failure in any manner. 7) Port through corporation stop shall be full size to eliminate turbulence in the flow way . 8) Design stop for rotation about the axis of the flow passageway inside the following minimum circles in order to properly clear the tapping machine : a) 2 7 /8-inch for 1-inch corporation stops b) 4 15/16-inch for 1 Y2 -inch and 2 -inch corporation stops 4. Curb Stops a. Provide brass castings per A WW A C800. b . Valve plugs shall be: 1) Cylinder type 2) Plug type, or 3) Ball type c. Incorporate full flow porting. C IT Y OF FORT WORTH Part I • Henderson Street Bridge Wat<!r and San i1 ary Sewer Relocations City Proj ec t # 00969 STANDARD CONSTRUCTlON SPEC IFI CATION DOCUMENTS Revised 4/5/201 1 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4 1 42 43 44 45 46 4 7 48 49 33 12 10 -7 WATER SERVICES I-INCH TO 2-INCH Page 7 of 13 d . Provide for full 360 degree plug rotation clockwise or counter-clockwise . e. Overall Length 1) 3-5/16 inch± 1/8 inch for 1-inch diameter 2) 4-1 /32 inch ± 9.32 for I-inch diameter f. Cylindrical Plug Type l) Provide 0-ring seal at top and bottom. a) 0-ring at top only is acceptable if bottom of curb stop body is closed . 2) Seals shall be Buna N. 3) 1 0-ring seal shall surround the outlet port of the curb stop and act to effectively seal in the closed position. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence . 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. g. Tapered Plug Type: 1) Provide 0-ring seal at top and bottom . 2) The ta pered plug and cylindrical recess in the valve body shall be machined to match within approved manufacturing tolerances . 3) Inlet and outlet ports sha ll be sealed by 0-rings or combination Teflon U- shaped seal rings backed with 0-rings. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence . 5) All waterways shall be s mooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. h. Ball Plug Type 1) Provide double 0-ring seals on the stem. 2) The ball shall seal again st rubber rings mounted in the valve body at the inlet and outlet ports . 3) The ball shall be bronze with a smooth Teflon coating. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence . 5) All waterways shall be smo oth and free of burrs or rough areas . 5 . Straight Adapters a. Brass castings and threads per A WW A C800 6 . Three Part Copper Unions a . Brass castings and threads per A WW A C800 7. Straight Meter Couplings a . Brass castin gs per A WW A C800 b . Threads per A WW A C7 00 c . Tailpiece with out s ide iron p ipe thre ad d . C hamfer comers on threaded end of me ter nut. e. Machine in side and outs id e of ta ilpiece . 8 . Branch Connecti ons a. Brass castings per A WW A C800 b . In le t and outlet connections per A WW A C800 9. Se rvice Saddle s a . Castings C ITY OF FORT WORTH STANDARD CONS TR UCTION SPEC IFI CATION DOCUMENTS Re vised 4/5/20 11 Part I -Henderson Street Bridge Water and Sanitary Se wer Re locati o ns C ity Proj ec t # 0096 9 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 2 1 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 33 12 10 - 8 WATER SERVICES I-INCH TO 2-LNCH Page 8 of 13 l) Brass or Nylon coated ductile iron castings per A WW A C800 2) Free of porosity with sharp edges removed 3) Fit contour of pipe as follows : Minimum Outside Maximum Outside Nominal Pipe Size Diameter of Pipe Diameter of Pipe (inches) (inches) (inches) 1.50 1.900 2.000 2.00 2.375 2.500 2.25 2.875 3.000 4.00 4.900 5.000 6 .00 6.900 7.100 8 .00 9.050 9 .300 10.00 11.100 11.400 4) Saddle a) Form to fit firmly against side of maximum diameter of water main with approximately 180 degrees wrap around . 5) Outlet a) Design outlet boss for no thread distortion by bending moments . b) Tapped for corporation stop thread conforming to A WW A C800 b . Straps I) Conform to ASTM B98 . 2) Form flat to fit uniformly against the wall of the water main . 3) Rod diameter not less than 5/8 inch flattened to 1 inch on one side . 4) Straps shall be threaded 5/8 inch (1 l-NC-2A) for a distance such that Yi inch remains after clamp is fully tightened on the pipe. 5) Chamfer strap ends to protect the starting threads . 6) The threads shall be full and free from shear. 7) Double straps are required for Saddles for 4-inch and larger pipe . 8) Single straps are required for Saddles for pipe smaller than 4-inch . c. Nuts 1) Bronze material a) Same material as strap s 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 inch (1 l-NC-2B) d. Gaskets 1) Neoprene rubber material 2) C emented to saddle and positioned to facilitate install ation l 0 . Bras s Fl anged Angle Valve a. For 1 Yi -inch and 2-inch services b . Brass castings per A WW A C800 c. Valve Body with integral outlet flange and inlet wrenching flat d . Fit together key a nd body by turning ke y and reaming body 1) Key with 0-ring seal seat at the upper end 2) Lap key and body se at are to conform to corporation stop requirements of this Specification . 3) The outlet flange shall contain an 0-ring seat or a uniform flat drop-in flange ga sket surface . C ITY OF FO RT WORTH STANDARD CON STR UCTIO N SPEC IFIC AT ION DOC UMENTS Revi soo 4/5/20 I I Pan I -Henderson St reet Bridge Wa ter and Sanitary Se wer Relo cations City Project II 0096 9 l 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 33 12 10 -9 WATER SERVICES I-INCH TO 2-rNCH Page 9 of 13 4) Drop-in flange gasket surface shall contain gasket retaining grooves milled circular about the axis of the flange . 5) The size of the outlet flange and the diameter and spacing of the bolt holes shall conform to A WW A C700. 6) The flange on 2-inch angle valves shall be double drilled to permit connection to 1 Yi -inch meters . 7) The inlet port of the valve shall be tapered to conform to A WW A C800 taper pipe thread . 8) The key cap shall include a wrenching tee marked with a raised or recessed arrow to show whether the valve is open or closed. 9) Valve Assembly (main body, key, key cap): a) Brass material per A WW A C800 b) 0-ring seal on the top of the key between the key and body seat c) Key cap shall complete the assembly by attaching to the key by means of a strong bronze pin with phosphor bronze spring washer(s) depressed between the key cap and the top of the valve main body . d) Provide with padlock wings for locking the valve in the closed position. e) There shall be a uniform application of cold water valve grease between the body and the key. f) The valve shall be capable of being easily opened and stopping lugs. g) The waterway through the valve shall be smooth and rounded for minimum pressure loss, and shall be free of burrs or fins. h) The valve shall be strong, well designed, neat in appearance, water- tight, and entirely adequate for the intended purpose. i) Provide with either a high quality rubber drop-in gasket or an 0-ring seal depending on the manufacturer's flange seal surface design choice . 11. Meter Boxes shall: a . Be constructed of: 1) Linear Medium Density Polyethylene (LMDPE) as defined in ASTM D883, as follows : a) Not allowed to be located within driveways b) Minimum wall thickness of0 .500 inches c) Black exterior to provide UV protection d) Exterior free from seams or parting lines e) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. 2) Concrete a) Frame of No. 6 gauge wire welded closed b) Type I or Type II Portland cement, in accordance with ASTM C 150, portioned with lightweight aggregate, in accordance with ASTM C330 ( l) Percentage of wear not to exceed 40 per ASTM C 131 (2) Minimum 28 day compressive strength of 3,000 psi b . Be able to withstand a minimum 15,000 pounds vertical load c. Withstand a minimum 400 pounds sidewall load. d . Class A Standard Meter Box: I) For use with services utilizing 5/8-inch x .Y.-inch, .Y.-inch or I-inch meter 2) Size : a) 11-inch x 18-inch Box, 12 inches high e . Class B Standard Meter Box: 1) For use with services utilizing 1-1/2-inch or 2-inch meter C ITY OF FORT WORTH STANDARD CO NSTR UCTIO N SPECIFI C ATION DOC UMENTS Revised 4/5/20 I I Part I -Henders on Street Brid ge Water and San itary Sewer Re locati o ns City Proj ec t # 00969 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 33 12 10 -10 WATER SERVICES 1-LNCH TO 2-INCH Page 10 of 13 2) Size: a) 15.25-inch x 27-inch Box, 12 inches high f. Class C Standard Meter Box: I) For use with services utilizing 2 5/8-inch x Y.-inch or Y.-inch meters 2) Size : a) 18-inch x 16-inch Box, 12 inches high 12. Meter Box Lid a . Cast Iron or Ductile Iron 1) Per ASTM A48, Class 30B or ductile iron per ASTM A536 2) Shall withstand a minimum vertical load of 15,000 pounds 3) Coat castings with a bituminous emulsified asphalt unless otherwise specified in the Contract Documents, ground smooth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. 4) Dimensions shall be within industry standards of± 1/16 inch per foot. 5) All castings will bear the Manufacturer's IS (name or logo) and Country of Origin. 6) Casting weights may vary ±5 percent from drawing weight per industry standards. b . Plastic 1) Plastic meter lids not allowed to be installed within driveways . 2) The lid shall: a) Be modified polyethylene material with ultraviolet protection b) Seat securely and evenly inside the Meter Box and shall not overlap the top edge of the Meter Box c) Have a grid pattern for skid resistance d) Be solid through and rated for traffic loads 13. Horizontal Check Valve a . Equip 1 Yi-inch and 2-inch Water Services with a horizontal check valve, with pipe plug, unless otherwise specified in the Contract Documents . 14 . Service Marker a . 3 inch wide , 10 mil blue vinyl tape 32 2.3 ACCESSORIES [NOT USED] 33 2.4 SOURCE QUALITY CONTROL 34 A. Tests and Inspections 35 1. At the City's option, the manufacturer shall be required to provide certification 36 records showing conformance of materials, design, and testing to these 3 7 Specifications . 38 2 . The test procedures shall conform to A WW A C800 . 39 a. In the event that a chosen valve fails the City hydrostatic test, the cost of the 40 test shall be at the expense of the supplier. 41 b . Proof testing of the remainder of the valves shall be at the cost and 42 responsibility of the supplier. 43 c. These tests will be the basis of acceptance or rejection of the remainder of the 44 shipment by the City . 45 3. The City reserves the right to select products at random for testing. The failure of 46 materials to confonn to the applicable Specification may result in the rejection of 4 7 the entire shipment. CITY OF FOR T WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revi sed 4 /5/20 l I Pa rt I · Hend erson Street Bridge Wa ter and Sanitary Se wer Rel ocati ons City Proj ec t # 00969 33 12 IO -II WATER SERVICES I -INCH TO 2-INCH Page 11 of 13 B. Marking 2 1. Service saddle castings shall be clearly marked by letters and numerals cast thereon 3 showing: 4 a. Manufacturer's name 5 b. Type 6 c. Size of Pipe 7 PART 3-EXECUTION 8 3.1 INST ALLERS 9 A. A licensed plumber is required for installations on the outlet side of the service meter. 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 A. General : 14 1. Install Water Services and appurtenances in accordance with AWW A C800 . 15 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 16 feet or wider. 17 3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless 18 otherwise shown on the Drawings. 19 4. Install services at a minimum depth of 36 inches below final grade/proposed top of 20 curb , unless otherwise specified in the Contract Documents. 21 5. Perform leak tests in accordance with Section 33 04 40. 22 6. Replace existing :X -inch Service Lines with I-inch new Service Line, tap , and 23 corporation . 24 7 . Install replaced or relocated services with the service main tap and service line 25 being in line with the service meter, unless otherwise directed by the City. 26 8 . Excavate, embed and backfill trenches in accordance with Section 33 05 10. 27 B. Handling 28 l . Haul and distribute Service Lines fittings at the project site and handle with care to 29 avoid damage . 30 a. Inspect each segment of Service Line, and reject or repair any damaged pipe 31 prior to lowering into the trench . 32 b . Do not handle the pipe in such a way that will damage the pipe. 33 2 . At the close of each operating day : 34 a . Keep the pipe clean and free of debris, dirt, animals, and trash -during and 35 after the laying operation. 36 b . Effectively seal the open end of the pipe using a gasketed night cap . 37 C. Service Line Installation: 38 1. Service Taps 39 a. Only ductile iron pipe may be directly tapped . C ITY O F FORT WORTH STAN DARD CONSTR UCTIO N SPEC IFIC ATION OO CU MENTS Rev ised 4/5/20 I I Pa rt I -Henderson St reet Brid ge Wat er and Sanitary Sewer Rel ocati o ns City Proj ect # 00969 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 33 1210-12 WATER SERVICES I-INCH TO 2-INCH Page 12 of 13 b . Install service taps and/or tap assemblies of the specified size as indicated on the Drawings , or as specified by the Engineer. c . Perform taps on a water system that is either uncharged or under pressure. d. Taps consist of: l) For Concrete Pressure Pipe or Steel Pipe a) Standard internal pipe threaded holes in the pipe walls ( 1) Made during pipe fabrication (2) Provide nylon sleeved inserts for up to 1-inch taps. (3) Provide flange outlet with flange to thread insulator adaptor kits for 1 Yi-inch and larger taps . 2) Other pipe materials : a) Bronze service clamp with a sealed, threaded port through which the pipe wall is drilled to complete a service port e . Tap Assemblies: 1) Consist of corporation stop with iron to copper connection attached to : a) Copper tubing terminating as shown on the City's Standard Detail b) May be required adjacent to gate valves c) Install as shown on the Drawings, or as directed by the Engineer. d) When required, shall be included in the unit price bid for installing gate valve. 2) For chlorination and testing purposes : a) No separate payment will be made for taps required for testing and chlorination . 2. Install Water Services in 2 separate operations : a . Install tap and Service Line in accordance with City Details. b. Install meter box in accordance with City Details. 1) Adjustment of the Service Line to proper meter placement height shall be considered as part of the Meter Box installation. 3 . Trenching a. Provide a trench width sufficiently wide to allow for 2 inches of granular embedment on either side of the Service Line . 4. Bored Services a. Services shall be bored utilizing a pilot hole having a diameter Yi inch to :Y. inches larger than the Service Line . 5 . Arrangement a . Arrange corporation stops , branches, curb stops, meter spuds, meter boxes , and other associate appurtenances as shown in the City Detail, and to the approval of the Engineer. 6 . Service Marker a . When Meter Box is not installed immediately subsequent to service installation: 1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the service and extending through the backfill approximately 6 inches above ground at the Meter Box location . b. Installation of service taps only: I) Attach service ma rker tape to the corporation stop or plug and extend upward and normal to the main through the backfill at the adjacent trench edge to at least 6 inches above ground to flag the tap location . 7 . Corporation stops C IT Y OF FOR T WOR TH STANDARD CO NST RUC TIO N SPEC IFICATION DO CU M EN T S Re vised 4/5/2011 Pa rt I -Hend er.;on Street Brid ge Wa ter a nd San itary Se wer Re locat io ns City Proj ec t # 00969 a. Fully open corporation stop prior to backfill. 2 D. Removal of Existing Water Meters: 33 12 10 -13 WATER SERVICES I-INCH TO 2-INCH Page 13 of 13 3 1. Remove, tag, and collect existing Water Service meter for pickup by the City for 4 reconditioning or replacement. 5 2 . After installation of the Water Service in the proposed location and receipt of a 6 meter from the City inspector, install the meter. 7 3. Reset the meter box as necessary to be flush with existing ground or as otherwise 8 directed by the City. 9 4. All such work on the outlet side of the service meter shall be performed by a IO licensed plumber. 11 3.5 REPAIR/ RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD [oR] SITE QUALITY CONTROL 14 A. Field Tests and Inspections 15 1. Check each Water Service installation for leaks and full flow through the curb stop 16 at the time the main is tested in accordance with Section 33 04 40. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING (NOT USED) 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE (NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 26 Revision Log DATE NAME I (2010 JAN 06) CITY OF FORT WORTH ST ANDA RD CON STR UCTION SPEC IFI C ATION DOCUMENTS Re vis ed 415/20 I I SUMMARY OF CHANGE Part I -Hend erson Street Bridge Water a nd Sanitary S e wer Re locati o ns C it y Proj ec t # 00969 331220-1 RESILIENT SEATED (WEDGE) GATE VALVE Page I of8 I SECTION 33 12 20 2 RESILIENT SEATED (WEDGE) GA TE VAL VE 3 PART l -GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 7 water mains 8 B . Related Specification Sections include but are not necessarily limited to: 9 1. 33 11 IO -Ductile Iron Pipe 10 1.2 PRICE AND PAYMENT PROCEDURES 11 A. Measurement and Payment 12 1. Measurement 13 a. Measurement for this Item shall be per each. 14 2. Payment 15 a. The work performed and the materials furnished in accordance with this Item 16 shall be paid for at the unit price bid per each "Resilient Seated (Wedge) Gate 17 Valve" installed for: 18 l) Various sizes 19 3 . The price bid shall include : 20 a. Furnishing and installing Gate Valves with connections as specified in the 21 Drawings 22 b. Valve box 23 c. Extension 24 d. Valve vault and appurtenances (for 16-inch and larger gate valves) 25 e. Polyethylene encasement 26 f. Pavement removal 27 g. Excavation 28 h. Hauling 29 1. Disposal of excess material 30 J . Furnishing, placement, and compaction of embedment 31 k. Furnishing, placement, and compaction of backfill 32 1. Clean-up 33 m. Cleaning 34 n. Disinfection 35 o. Testing 36 1.3 REFERENCES 37 A. Abbreviations and Acronyms 38 I . NRS -Non Risin g Stem 39 2 . OS&Y -Outside Screw and Yoke C ITY OF FO RT WORTH STANDARD CONSTR UC TION SP EC IFIC ATIO N DOCUMENT S Rev ised 4/5/20 I I Part I -Henderso n Street Brid ge Water and Sanita ry Se wer Rel ocation s C ity Proj ec t # 00969 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 331220-2 RESILIENT SEATED (WEDGE) GATE VALVE Page 2 of8 B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2 . American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). 4. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b . A242, Standard Specification for High-Strength Low-Alloy Structural Steel. c . A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. d . A536, Standard Specification for Ductile Iron Castings. e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. f. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 5 . American Water Works Association (A WWA): a . C509, Resilient-Seated Gate Valves for Water Supply Service. b . C5 J 5, Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service. c . C550, Protective Interior Coatings for Valves and Hydrants. d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN through 12 IN, for Water Transmission and Distrbution. 6. American Water Works Association/ American National Standards Institute (AWW A/ANSI): a . Cl 05/ A2 l .5, Polyethylene Encasement for Ductile-Iron Pipe Systems. b. Cl l l/A21. l l, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. c . Cl 15 /A21.l5, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges . 7 . NSF International (NSF): a . 61, Drinking Water System Components -Health Effects . 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with DA-56 . 35 B . All submittals shall be approved by the Engineer or the City prior to delivery . 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 37 38 39 40 41 42 43 A. Product Data l. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system supplied, including: a . Dimensions, weights, material list, and detailed drawings b. Joint type c . Maximum torque recommended by the manufacturer for the valve size 2 . Polyethylene encasement and tape C ITY OF FORT WORT H ST ANDARD CON STR UCTION SP EC IFICAT ION DOC UMENTS Rev ised 4/5/20 I I Pan I -Hend erso n Street Bridge Water and Sanitary Sewer Relocati ons City Proj ec t# 00969 • e 33 12 20 -3 RESILIENT SEATED (WEDGE) GATE VALVE Page 3 of8 1 a. Whether the film is linear low density or high density cross linked polyethylene 2 b. The thickness of the film provided 3 3. Thrust Restraint 4 a. Retainer glands 5 b . Thrust harnesses 6 c. Any other means 7 4 . Bolts and nuts for mechanical and flange joints 8 5. Instructions for field repair of fusion bonded epoxy coating 9 6. Gaskets 10 B . Certificates 11 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet 12 the provisions of this Section, each valve meets Specifications , all inspections have 13 been made, and that all tests have been performed in accordance with A WW A 14 C509orAWWAC515. 15 2 . Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 16 1.7 CLOSEOUT SUBMITTALS [NOT USED) 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.9 QUALITY ASSURANCE 19 A Qualifications 20 l. Manufacturers 21 a. Valves 16-inch and larger shall be the product of 1 manufacturer for each 22 project. 23 1) Change orders, specials, and field changes may be provided by a different 24 manufacturer upon City approval. 25 b . For valves less than 16-inch, valves of each size shall be the product of 1 26 manufacturer, unless approved by the City. 27 1) Change orders, specials, and field changes may be provided by a different 28 manufacturer upon City approval. 29 c. Valves shal I meet or exceed A WW A C509 or A WW A CS 15. 30 d . Resilient Seated Gate Valves shall be new and the product of a manufacturer 3 1 regularly engaged in the manufacturing of Resilient Seated Gate Valves having 32 similar service and size. 33 1.10 DELIVERY, STORAGE, AND HANDLING 34 A Storage and Handling Requirements 35 1. Protect all parts so that no damage or deterioration will occur during a prolonged 36 delay from the time of shipment until installation is completed and the units and 37 equipment are ready for operation . 38 2 . Protect all equipment and parts aga inst any damage during a prolonged period at the 39 site. 40 3 . Protect the finished surfaces of all exposed flanges by wooden blank flanges, 41 strongly built, and securely bolted thereto . 42 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. C ITY OF FORT WORTH STANDARD CONSTR UC TION SPEC IFIC ATION DOCUMENTS Revi sed 4/5/20 I I Part I -He nderson Street Bridge Water and Sanitary Sewer Relocations City Proj ec t # 00969 33 12 20 - 4 RESILIENT SEATED (WEDGE) GATE VALVE Page 4 of 8 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 2 extremes in temperature. 3 6. Secure and maintain a location to store the material. 4 1.11 FIELD {SITE] CONDITIONS [NOT USED] 5 1.12 WARRANTY 6 A. Manufacturer Warranty. 7 PART 2 -PRODUCTS 8 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 9 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 10 A. Manufacturers 11 1. Only the manufacturers as listed on the City's Standard Products List will be 12 considered. 13 a. The manufacturer must comply with this Specification and related Sections. 14 2 . Any product that is not listed on the Standard Products List is considered a 15 substitution and shall be submitted to the City for approval. 16 B . Description 17 1. Regulatory Requirements 18 a. Valves shall be new and meet or exceed A WW A C509 or A WW A CS 15 and I 9 shall meet or exceed the requirements of this Specification. 20 b . All valve components in contact with potable water shall conform to the 21 requirements of NSF 61. 22 C . Materials 23 1. Valve Body 24 a. Valve body: ductile iron per ASTM A536 25 b. Flanged ends: Furnish in accordance withAWWA/ANSI CI15/A21.15 . 26 c. Mechanical Joints: Furnish with outlets which conform to AWW A/ ANSI 27 Clll/A21.1I. 28 d. Valve interior and exterior surfaces : fusion bonded epoxy coated, minimum 5 29 mils, meeting A WW A C550 requirements 30 e. Buried valves: Provide with polyethylene encasement in accordance with 31 AWW A/ANSI CI05/A2l.5. 32 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10 . 33 2. Wedge (Gate) 34 a. Resilient wedge: rated at 250 psig cold water working pressure 35 b . The wedge (gate) for all valve sizes shall be I piece, fully encapsulated with a 36 permanently bonded EPDM rubber. 37 3. Gate Valve Bolts and Nuts 38 a. Bonnet, Stuffing Box, and Gear Box -Hex head bolt, and hex nut: Steel 39 ASTM A307 Gr. B, Zinc Plate per ASTM B633 , SC3 for non-buried service (4- 40 inch through 12-inch valves) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 4/5/20 I I Part I -Henderson Street Brid ge Water and Sanitary Sewer Re locati ons City Project II 00969 2 3 4 5 6 7 8 9 tO 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 33 1220-5 RESILIENT SEATED(WEDGE) GATE VALVE Page5of8 b . Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all sizes) and for valves 16-inch through 36-inch (non-buried service) 4 . Bolts and Nuts a. Mechanical Joints 1) High strength corrosion restraint low-carbon weathering steel in accordance with AWWNANSI Cl l l/A21.l l , and ASTM A242 . 2) Cor-Blue coated with FluoroKote #1, or equal a) Coating shall conform to the performance requirements of ASTM Bl 17 for up to 4000 hours and shall include, if required, a certificate of conformance. b. Flanged Ends 1) Meet requirements of A WW A C509 and CS 15. 2) For buried and non-buried applications, provide AISI 304 Stainless Steel bolts and AISI 316 Stainless Steel nuts . 3) Spray bolts and nuts with anti-seize compound. 5 . Joints a. Valves: flanged, or mechanical-joint or any combination of these as specified on the Drawings or in the project Specifications 1) Flanged-joints: A WW NANSI Cl 15/A21.15, ASME B16 .1, Class 125 a) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. b) Field fabricated flanges are prohibited. 2) Steel or concrete cylinder pipe a) Use flange-joints unless otherwise specified in the Contract Documents. 3) Ductile Iron or PVC pressure pipe a) Use mechanical-joints unless otherwise specified in the Contract Documents. 6 . Operating Nuts a. Supply for buried service valves b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3 /4-inch high c. Cast an arrow showing the direction of opening with the word "OPEN" on the operating nut base . d . To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) direction. e . Connect the operating nut to the shaft with a shear pin that prevents the nut from transferring torque to that shaft or the gear box that exceeds the manufacturer's recommended torque . f. Furnish handwheel operators for non-buried service. 7. Gearing a. Gate valves that are 24 inch and larger: Equip with a spur gear. b. Bevel gears for horizontally mounted valves are not allowed . c . The spur gear shall be designed and supplied by the manufacturer of the valve as an integral part of the gate valve . 8. Ga s kets a . All rubber joint gaskets utilized on valves shall be in conformance with AWWNANSI Cl I l/A21.I I. b . Flanged Gaskets C IT Y OF FORT WORTH STAN DARD CONSTRUCTION SPECIFICATION DOCUMENTS Rev ised 4/5/20 I I Part I . Hen derson Street Bridge Water a nd Sanitary Sewer Rel ocat ions City Project # 00969 331220-6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of8 1) Full face 2 3 4 5 6 7 8 9 2) Manufactured true to shape from approved synthetic rubber stock of a thickness not less than 1/16 inch 10 11 3) Virgin stock and conforming to the physical and test requirements specified in A WW A/ANSI Cl l l/A21.l l 4) Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. 5) Frayed cut edges resulting from job site gasket fabrication are not acceptable. 6) Furnish Viton® Rubber gaskets hydrocarbon restraint gaskets, where required. 12 2.3 ACCESSORIES 13 A. All gate valves shall have the following accessories provided as part of the gate valve 14 installation: 15 l . A keyed solid extension stem of sufficient length to bring the operating nut up to 16 within 1 foot of the surface of the ground, when the operating nut on the gate valve 17 is 3 feet or more beneath the surface of the ground . Extension Stems are: 18 a . Not required on City stock orders 19 b. Not to be bolted or attached to the valve-operating nut 20 c . To be of cold rolled steel with a cross-sectional area of l square inch, fitting 21 loosely enough to allow deflection 22 2 . Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in 23 sufficient quantity for assembly of each joint. 24 3 . Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve 25 boxes and covers 26 a . Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5-1 /4-inch 27 shafts , screw type , consisting of a top section and a bottom section. 28 b . Valve boxes shall be as listed in the City of Fort Worth Standard Products List. 29 c . Valve box covers shall be so designed that they can be easily removed to 30 provide access to valve operating nut. 31 d . Valve box covers must be designed to stay in position and resist damage under 32 AASHTO HS 20 traffic loads. 33 e . Each cover shall be casted with the word "WATER" in raised letters on the 34 upper surface . 35 f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 40 . 36 g . Box extension material shall be A WW A C900 PVC or ductile iron. C IT Y O F FORT WO RT H STANDARD CON ST RU CTION SPEC IFIC ATION OO CU M EN T S Re vi sed 4/5/20 11 Pa11 l -Henderson St ree t Brid ge Water a nd San ita l)I Sewer Re loc ati ons C ity Pro j ec t # 00969 2.4 SOURCE QUALITY CONTROL [NOT USED) 2 PART 3 -EXECUTION 3 3.1 INSTALLERS [NOT USED! 4 3.2 EXAMINATION [NOT USED) 5 3.3 PREPARATION [NOT USED) 6 3.4 INSTALLATION 7 A. General 331220-7 RESILIENT SEA TED (WEDGE) GATE VALVE Page 7 o f 8 8 1. All valves shall be installed in vertical position when utilized in normal pipeline 9 installation . 10 2. Valves shall be pl a ced at line and grade as indicated on the Drawings. 11 3 . Polyethylene Encasement installation shall be in acco rdance with Section 33 11 I 0 . 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD [oR] SITE QUALITY CONTROL 15 A . Field In s pecti o ns 16 l . Before acc eptance of the installed valve, the City Field Operations Staff shall have l 7 the opportunity to operate the valve. 18 2 . The Opera tor will be ass essing the ease of access to the operating nut within the 19 valve box a nd ea s e of o perating the valve from a fully clo sed to fully opened 20 position . 21 3 . If acces s and ope ration o f the va lve meet the City's criteria, then the valve will be 22 acce pted as in sta ll ed . 23 B. N o n-Conforming W o rk 24 I . If acces s and operation of the valve does not meet the City's criteria, remedy the 25 s itu a ti o n until the va lve mee ts the City 's criteria. 26 3.8 SYSTEM STARTUP [NOT USED! 27 3.9 ADJUSTING (NOT USED] 28 3.10 CLEANING (NOT USED! 29 3.11 CLOSEOUT ACTIVITIES [NOT USED) 30 3.12 PROTECTION [NOT USED! 3 1 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 END OF SECTION C IT Y OF FO RT WO RTH Pa n I -Hend erso n S treet Bri dge Water and San itary Sewer Relocati ons STAN DARD CONST RUCTI ON SPEC IF ICATI ON DO CUMENTS City Project # 00969 Revised 4 /5/20 I l 2 33 12 20 -8 RESILIENT SEATED (WEDGE) GATE VALVE Page 8 of8 Revision Log DATE NAME (20 IO JAN 06] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revi sed 4 /5/20 I I SUMMARY OF CHANGE Pan I -Hrodersoo Street Bridge Water and Sanitary Sewer Relocations City Project # 00969 SECTIO N 33 12 25 33 12 25 -I CONNECTION TO EXISTING WATER MAINS Page I of8 2 CONNECTION TO EXISTING WATER MAINS 3 PART 1-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 l. Connection to existing water mains to include but not limited to: 7 a. Cutting in a tee for a branch connection 8 b . Extending from an existing water main 9 c. Performing in-line connections 10 d. Installing a tapping sleeve and valve 11 B . Related Specification Sections include but are not necessarily limited to : 12 l. 33 04 40 -Cleaning and Acceptance Testing of Water Mains 13 2. 33 05 10 -Utility Trench Excavation, Embedment and Backfill 14 3. 331110-DuctilelronPipe 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A . Measurement and Payment 17 l. Connection to an existing unpressurized Fort Worth Water Distribution System 18 Main that does not require the City to take part of the water system out of service 19 a. Measurement 20 1) This Item is considered subsidiary to the water pipe being installed. 21 b . Payment 22 1) The work performed and the materials furnished in accordance with this 23 Item are subsidiary to the unit price bid per linear foot of water pipe 24 complete in place, and no other compensation will be allowed . 25 2. Connection to an existing pressurized Fort Worth Water Distribution System Main 26 that requires a shutdown of some part of the water system 27 a. Measurement 28 1) Measurement for this Item shall be per each connection completed . 29 b . Payment: 30 I) The work performed and the materials furnished in accordance with this 3 I Item shall be paid for at the unit price bid per each connection installed for: 32 a) Various sizes of connecting main 33 b) Various sizes of existing water distribution main 34 c . The price bid shall include all aspects of making the connection including, but 35 not limited to: 36 1) Preparing submittals 3 7 2) Dewatering 38 3) Exploratory excavation (as needed) 39 4) Coordination and notification 40 5) Remobilization 41 6) Temporary lighting C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION OOCUMENTS Revised 4/5/20 I I Part I -Henderson Street Bridge Water and Sanitary Sewer Rel ocati o ns C ity Project # 00969 2 3 4 5 6 7 8 9 10 11 12 l3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 7) Polyethylene encasement 8) Make-up pieces 9) Linings 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Cleaning 16) Disinfection 17) Testing 331225-2 CONNECTION TO EXISTING WATER MAINS Page 2 of8 3. Connection to an existing pressurized Fort Worth Water Distribution System Main by Tapping Sleeve and Valve: a. Measurement: I) Measurement for this Item shall be per each connection completed. b. Payment: 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each connection installed for: a) Various sizes of connecting main b) Various sizes of existing water distribution main c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Tapping Sleeve and Tapping Valve 6) Remobilization 7) Temporary lighting 8) Polyethylene encasement 9) Make-up pieces 10) Linings 11) Pavement removal 12) Excavation 13) Hauling 14) Disposal of excess material 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 41 1.3 REFERENCES 42 A Reference Standards 43 1. Reference standards cited in this Specification refer to the current reference 44 standard published at the time of the latest revision date logged at the end of this 45 Specification, unless a date is specifically cited. 46 2. American Society of Mechanical Engineers (ASME): 47 a. B 16 . l , Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFI C ATION DOC UMENTS Re vised 4/5/2011 Part I -Henderso n Street Bridge Water and Sanita ry Sewer Rel ocations C ity Project # 00969 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 331225-3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 3. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b . A242, Standard Specification for High-Strength Low-Alloy Structural Steel. c. A283, Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. d . A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- and Intermediate-Tensile Strength. e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus . f . D2000, Standard Classification System for Rubber Products in Automotive Applications . 4 . American Water Works Association (AWWA): a. C200, Steel Water Pipe - 6 IN and Larger. b. C207, Steel Pipe Flanges for Waterworks Service -Sizes 4 IN through 144 IN. c . C2 l 3, Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines . d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves . 5. American Water Works Association/ American National Standards Institute (A WW A/ANSI): a. Cl 05/ A2 l .5, Polyethylene Encasement for Ductile-Iron Pipe Systems. b. Cl 11/ A21. l 1, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings . 6. NSF International (NSF): a . 61, Drinking Water System Components -Health Effects. 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. (MSS): a . SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Pre-installation Meetings : 29 1. Required for any connections to an existing, pressurized 16-inch or larger City 30 water distribution system main that requires a shutdown of some part of the water 31 system 32 2. May also be required for connections that involve shutting water service off to 33 certain critical businesses 34 3 . Schedule a pre-installation meeting a minimum of 3 weeks prior to proposed time 35 for the work to occur. 36 4 . The meeting shall include the Contractor, City Inspector, and City Valve Crew. 37 5 . Review work procedures as submitted and any adjustments made for current field 38 conditions . 39 6 . Verify that all valves and plugs to be used have adequate thrust restraint or 40 blocking . 41 7. Schedule a test shutdown with the City. 4 2 8 . Schedule the da te for the connection to the existing system . 43 B . Sc heduling : 44 l . Schedule work to make all connections to existing 16-inch and larger mains : C ITY OF FORT WORTH STAN DA RD CONSTRUCTION SPEC IFICAT ION OOCUMENTS Revised 4 /5/2011 Part I -Henderso n Street Bri dge Water and San itary Sewer Rel ocations Ci ty Project# 00969 331225-4 CONNECTION TO EXISTING WATER MAINS Page4 of8 I 2 3 4 a. During the period from November through April, unless otherwise approved by the City b . During normal business hours from Monday through Friday, unless otherwise approved by the City 5 6 7 8 9 2. Schedule City Valve Crew by l :00 P.M . a minimum of l business day prior to planned disruption to the existing water system . a . In the event that other water system activities do not allow the existing main to be dewatered at the requested time, schedule work to allow the connection at an alternate time acceptable to the City. 10 11 I) No additiona l payment or remobilization shall be paid if the water main cannot be taken out of service at the originally requested time . 12 1.5 S UBMITT ALS 13 A. Submittals shall be in accordance with DA-56. 14 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 15 fabrication for specials. 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 17 A. Product Data, if applicable: 18 1. Tapping Sleeve noting the pressure rating and coating system supplied including: 19 a . Dimensions, weights, material list, and detailed drawings 20 b . Maximum torque recommended by the manufacturer for the valve by size 21 B. Submittals 22 1. Provide a detailed sequence of work for 16-inch, or larger, connections that 23 includes: 24 a . Results of exploratory excavation 25 b . Dewatering 26 c . Procedure for connecting to the existing water main 27 d . Time period for completing work from when the water is shut down to when 28 the main is back in service 29 e . Testing and repressurization procedures 30 2 . Welders that are assigned to work on connection to concrete cylinder or steel pipe 3 I must be certified and provide Welding Certificates, upon request, in accordance 32 with A WW A C200 . 33 1.7 CLOSEOUT SUBMITTALS [NOT USED) 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USEDl 36 1.10 DELIVERY, STORAGE, AND HANDLING 3 7 A. Storage and Handling Requirements 38 I . Protect parts so that no damage or deterioration occurs during a prolonged delay 39 from the time of shipment until installation is completed . 40 2. Protect all equipment and parts against any damage during a prolonged period at the 41 site . C ITY OF FOR T WORTH STAN DARD CONSTR UCTI ON SPE CIFIC ATION DOC UM ENTS Re vi sed 4/5/20 I I Pa,1 I -Hend ers on Street Bridge Water a nd Sanitary Sewer Relocations City Project # 0096 9 33 12 25 -5 CONNECTION TO EXISTING WATER MAINS Page 5 of8 1 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly 2 built and securely bolted thereto. 3 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 4 5 . Prevent plastic and similar brittle items from being exposed to direct sunlight and 5 extremes in temperature . 6 6. Secure and maintain a location to store the material. 7 1.ll FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY 9 A . Manufacturer Warranty 10 PART 2-PRODUCTS 11 2.1 OWNER-FURNISHED [oR) OWNER-SUPPLIED PRODUCTS [NOT USED] 12 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 13 A. Manufacturers 14 1. Only the manufacturers as listed by the City's Standard Products List will be 15 considered. 16 a . The manufacturer must comply with this Specification and related Sections . 17 2. Any product that is not listed on the Standard Products List is considered a 18 substitution and shall be submitted to the City for approval. 19 B . Description 20 l . Regulatory Requirements 21 a. Tapping Sleeves shall meet or exceed A WW A C223 and the requirements of 22 this Specification. 23 b. All valve components in contact with potable water shall conform to the 24 requirements of NSF 61. 25 C. Tapping Sleeve Materials 26 1. Body 27 a . Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM 28 A36 Steel or equal 29 b. Finish: fusion bonded epoxy coating to an average 12 mil thickness . Fusion 30 applied per AWWA C213. 31 c. All buried tapping sleeves shall be provided with polyethylene encasement in 32 accordance with A WW A/ ANSI CI 05 / A2 l .5. 33 I) Polyethylene encasement shall be in accordance with Section 33 11 10. 34 2. Flange 35 a . Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME 36 816.1 Class 125 . 37 b . Rece s sed for tapping valve per MSS SP-60 38 3 . Bolts and Nuts 39 a . Flanged Ends: 40 I) Meet requirements of A WW A C207 . C ITY OF FORT WORTH STANDARD CON STR UC TIO N SPEC IFI C ATION DO C UM EN TS Revised 4/5/20 I I Part I -Hend erson Street Brid ge Water and Sanit a ry Sewer Re locations C ity Project # 00969 33 12 25 -6 CONNECTION TO EXISTING WATER MAINS Page 6 of8 2 3 4 5 6 7 8 2) Provide AISI 304 Stainless Steel bolts and AISI 316 Stainless Steel nuts. a) Spray bolts and nuts with anti-seize compound . 4 . Gaskets a . Nitrile Butadiene Rubber (NBR, Buna-N) per ASTM D2000 b . Bonded into cavity for internal and external retention c. Temperature range: -20 degrees F to+ 180 degrees F d. Suitable for water, oil, mild acids, bases, and most (aliphatic) hydrocarbon fluids 9 5. Test Plug 10 a . :X -inch NPT carbon steel with square head, and fusion bonded epoxy coating I I 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 -EXECUTION 14 3.1 INSTALLERS [NOT USEDJ 15 3.2 EXAMINATION 16 A. Verification of Conditions 17 1. Verify by exploratory excavation, if needed, that existing water main is as depicted 18 in the Drawings and that the location is suitable for a connection to the existing 19 water main . 20 a. Excavate and Backfill Trench for the exploratory excavation in accordance with 21 330510. 22 2 . Verify that all equipment and materials are available on-site prior to the shutdown 23 of the existing main. 24 3. Pipe Lines shall be completed, tested, and authorized for connection to the existing 25 system in accordance with Section 33 04 40 . 26 3.3 PREPARATION [NOT USED] 27 3.4 INSTALLATION 28 A. General : Upon disruption of the existing wat er main , continue work until the 29 connection is complete and the existing water ma in is bac k in service . 30 B . Procedure: 31 1. Expose the proposed connection point in accordance with Section 33 05 10. 32 2. Dewater the existing water line so the chlorinated wate r is not unlawfully 33 discharged . 34 3 . Maintain the water that may bleed by existing valves or plugs during in stallation 35 within the work area to a re as onable level. 36 a . Control the water in such a way th at it do es not interfere with the proper 3 7 installation of the connection or create a discharge of chlorinated water. 38 4 . If a fish kill occurs associated with the construction activities: 39 a . Immediately a lter activities to prevent further fish kills . C ITY OF FORT WORTH STANDARD CO N ST RUCTION SPECIF IC AT ION DOCUMENTS Re vi sed 4/5/20 I I Pan I -Henderson Street Bridge Water and Sanitary Sewer Relocations City Project # 00969 33 12 25 -7 CONNECTION TO EXISTING WATER MAINS 2 3 4 b . Immediately notify Water Department. c . Collect and classify fish in accordance with TCEQ requirements . d. Coordinate with City to properly notify TCEQ. e. Be responsible for fines assessed. 5 . Cut and remove existing water main in order to make the connection. 6 . Verify that the existing pipe line is suitable for the proposed connection. 7 . Place trench foundation and bedding in accordance with 33 05 10 . Page 7 of 8 5 6 7 8 9 8. In the event that a tapping sleeve and valve is used , the coupon from the existing water main shall be submitted to the City. IO I I 12 13 9 . Prevent embedment, backfill, soil, water or other debris form entering the pipeline. l 0 . Establish thrust restraint as provided for in the Drawings. 11 . Clean and disinfect the pipeline associated with the connection in accordance with Section 33 04 40 . 14 15 16 17 12 . Place embedment to the top of the pipe zone . 13 . Request that the City Valve Crew re-pressurize the pipeline . 14. Directionally flush the connection in accordance with Section 33 04 40 . 15 . Request that City Valve Crew open all remaining valves. 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [oRI SITE QUALITY CONTROL 21 A. Field Inspections 22 l. Observe the pipe for any drips or leaks. 23 a. If any visible leakage is observed , remedy the connection so that no visible 24 leaks are present. 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USEDJ 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION [NOT USED) 30 3.13 MAINTENANCE [NOT USED] 31 3.14 ATTACHMENTS [NOT USED] 32 END OF SECTION 33 34 35 C ITY OF FORT WORTH STANDARD CO NSTRUCTION SPECIFICA TJO N DOC UM ENTS Rev ised 4/5/20 I I Part I -Henderson Street Brid ge Water and Sanita ry Sewer Re loc ation s City Proj ec t # 00969 33 12 25 -8 CONNECTION TO EXISTING WATER MA[NS Page 8 of8 Revision Log DATE NAME (2010 JAN 06] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS Revi sed 4/5/20 I I SUMMARY OF CHANGE Part I -Hend erson Street Bridge Water and Sanitary Sewer Reloca tions Ci ty Project# 00969 331240-1 DRY-BARREL FIRE HYDRANTS Pa ge I o f7 1 SECTION 33 12 40 2 DRY-BARREL FIRE HYDRANTS 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A . Section Includes : 6 1. Dry-barrel fire hydrants with 5 1/4 -inch main valve for use with potable water main s 7 B. Standard Details 8 I. WTR-006 Standard Fire Hydrant 9 C . Related Specification Sections include, but are not necessarily limited to: IO 1. Specification 33 05 10 -Utility Trench Excavation, Embedment, and Backfill 11 2. Specification 33 04 40 -Cleaning and Acceptance Testing of Water Mains 12 3. Specification 3 3 11 10 -Ductile Iron Pipe 13 4 . Specification 33 11 11 -Ductile Iron Fittings 14 5 . Specification 33 12 20 -Resilient Seated Gate Valves 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A . Measurement and Payment 17 l. Measurement: 18 a. Dry-Barrel Fire Hydrant , and extension I 9 I) Measurement for this item shall be by the each hydrant, complete in place. 20 2 . Payment: 21 a . The work perforn1ed a nd materials furnished in accordance with thi s Item and 22 mea s ured under "Meas urement" will be paid for at the unit price bid each 23 Hydrant in s ta ll e d fo r: 24 l) Vari ou s types 2 5 3 . The price bid s ha ll include: 26 a . Furnis hin g and in stallin g Dry-Barrel Fire Hydrants with appurtenances as 27 s pecified in the Drawings 28 b . Dry-Barre l Fire Hydra nt ass embly from b as e to ope rating nut 29 c. Extens ion barrel and s tem 30 d . Pavement Removal 31 e . Excavation 32 f. Freight, loading, unloading and ha ndling 33 g . Disposal of e xcess materia l 34 h . Furnish, placement, and compaction of embedment 35 1. Furnish, placement, and compaction of backfill 36 J . Blocking, Braces , and Res t 3 7 k. C lean up 38 I. Disinfection 39 m . Testing C IT Y O F FO RT WO RTH ST AN DA RD CONSTR UC TI O N SPEC IFJ C A TI ON DOCU M EN T S Rev ised 4/5/20 11 Part I -Hend erson Street Brid ge Wa ter a nd Sa nit a ry Sewer Re locatio ns C ity Proj ec t # 00969 33 12 40 -2 DRY-BARREL FIRE HYDRANTS Page2 of? 1.3 REFERENCES 2 A. Definitions 3 1. Base: The lateral connection to the fire hydrant lead; also called a shoe 4 B . Reference Standards 5 1. Reference standards cited in this Specification refer to the current reference 6 standard published at the time of the latest revision date logged at the end of this 7 Specification, un less a date is specifically cited. 8 2 . American Water Works Association (A WW A): 9 a. C502, Dry-Barrel Fire Hydrants 10 b . Manual of Water Supply Practices Ml 7 (A WW A Manual Ml 7)-Installation, l l Field Testing, and Maintenance of Fire Hydrants 12 3. NSF International 13 a . 61, Drinking Water System Components -Health Effects 14 4 . National Fire Protection Association (NFPA) 15 a . 1963 , Standard for Fire Hose Connections 16 5 . Underwriters Laboratories, Inc. (UL) 17 a. 246, Hydrants for Fire-Protection Service 18 6 . Factory Mutual (FM) 19 a. Class Number 1510, Approval Standard for Fire Hydrant (Dry Barrel Type) for 20 Private Fire Service 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A. Submittals shall be in accordance with DA-56. 24 B. All submittals shall be approved by the Engineer or the City prior to construction. 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 26 A. Product Data 27 1. Dry-Barrel Fire Hydrant stating: 28 a. Main valve opening size 29 b. Nozzle arrangement and sizes 30 c . Operating nut size 31 d . Operating nut operating direction 32 e. Working pressure rating 33 f. Component assembly and materials 34 g . Coatings and Finishes 35 1.7 CLOSEOUT SUBMITTALS [NOT USED) 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSURANCE 38 A. Qualifications 39 1. M a nufacturers 40 a . Dry-Barrel Fire Hydrants shall be the product of 1 manufacturer. C ITY OF FORT WORTH STANDARD CONSTRU CTION SPE CI F IC ATIO N DO C UMENTS Revi sed 4/5/20 I I Part I -Henderson Street Brid ge Wat er and Sanita ry Sewer Rel oc ati ons City Project# 00969 331240-3 DRY-BARREL FIRE HYDRANTS Page 3 of7 l) Change orders , specials, and field changes may be provided by a different 2 manufacturer upon City approval. 3 2. Dry-Barrel Fire Hydrants shall be in conformance with A WW A C502, UL 246, and 4 FM 1510. 5 1.10 DELIVERY, STORAGE, AND HANDLING 6 A. Storage and Handling Requirements 7 l. Store and handle in accordance with the guidelines as stated in A WW A C502 and 8 AWWAManual M17. 9 2. Protect all parts so that no damage or deterioration will occur during a prolonged l O delay from the time of shipment until installation is completed and the units and 11 equipment are ready for operation. 12 3. Protect all equipment and parts against any damage during a prolonged period at the 13 site. 14 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 15 strongly built, and securely bolted thereto . 16 5 . Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 17 6 . Prevent plastic and similar brittle items from being directly exposed to sunlight or 18 extremes in temperature . 19 7 . Secure and maintain a location to store the material. 20 1.11 FIELD CONDITIONS [NOT USED] 21 1.12 WARRANTY 22 A. Manufacturer Warranty 23 PART 2 -PRODUCTS 24 2.1 OWNER-FURNISHED 1onJ OWNER-SUPPLIEDPRODUCTS [NOT USED] 25 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 26 A. Manufacturers 27 1. Only the manufacturers as listed on the City's Standard Products List will be 28 considered. 29 a . The manufacturer must comply with this Specification and related Sections. 30 2. Any product that is not listed on the Standard Products List is considered a 31 substitution and shall be submitted to the City for approval. 32 3. The Dry-Barrel Fire Hydrant shall be new and the product of a manufacturer 33 regularly engaged in the manufacturing of Dry-Barrel Fire Hydrants having similar 34 service and size. 35 B. Description 36 1. Regulatory Requirements 37 a . Dry-Barrel Fire Hydrant s hall meet or exceed the latest revisions of A WWA 38 C502 and shall meet or exceed the requirements of this Specification . 39 b. All Dry-Barrel Fire Hydrant components in contact with potable water shall 40 conform to the requirements of NSF 61. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 4 /5/20 I I Part I -Henderso n Street Bridge Water and Sanitary Sewer Rel ocation s Ci ty Proj ec t # 00969 1 C . Performance I Design Criteria 2 I . Capacities 3 a . Rated working pressure of 250 psi or greater 4 2. Design Criteria 5 a . Operating nut 6 I) Uniformly tapered square nut measuring : 7 a) I inch at the base 8 b) 7 /8 inch at the top 331240-4 DRY-BARREL FIRE HYDRANTS Page 4 o f7 9 2) Open by turning the operating nut to the right (clockwise) 10 a) Provide operating direction clearly marked with an arrow and the word 11 "OPEN". 12 3) Provide weather shield with operating nut. 13 b . Main Valve 14 I) Minimum 5\-inch opening 15 2) Compression type 16 a) Opening against pressure 17 b) Closing with pressure 18 c. Nozzle s l 9 l) 'T' shape, three nozzle arrangement 20 2) Nozzle sizes, threads, and configuration in accordance with NFPA 1963 21 a) 2 x 2 1/i-inch hose nozzles 22 ( l) 180 degrees apart 23 b) 4 1/i-inch pump nozzle 24 d . Hydrant Barrel Configuration 25 I) Upper barrel 26 2) Breakable flange and stem 27 a) To be installed above ground at the connection to the upper barrel 28 3) Extension barrel (if needed) and lower barrel 29 a) Extension barrel and stem 30 (1) Lengthen in 6-inch increments 31 e . Drain Valve 32 l) Non-corrodible material 33 2) Spring operated drain valves are not allowed. 34 D . Function 35 1. Drain Valve 36 a . Drain fire hydrant barrels when main valve is cl os ed . 37 E. Material s 3 8 l. Furni sh materials in accord ance with A WW A C50 2. 39 2. Dry-Barrel Fire Hydrant Ass embly 40 a . Internal part s 41 I ) Threads 42 a) Provide operating thread designed to avoid metal such as iron or st eel 43 threads against iron or steel part s. 44 2) Stem 45 a) Stem Nut s 46 (I) Provide bronze st em nuts . 47 (a) G ra des per A WW A C502 4 8 b) Where ne eded , stem shall be gro oved and se a led with 0-rings . C ITY OF FO RT WO RTH STAN DARD CONS T RUCTION SPEC IFICATION DO CU M EN T S Revised 4/5/20 11 Part l -Henderso n Strc:et Bridge Wa ter a nd Sanitary Sewer Re locatio ns City Proj ec t # 00969 331240-5 DRY-BARREL FIRE HYDRANTS Page 5 o f7 3 . Provide crushed rock for placement around base conforming to Section 33 05 10. 2 F . Finishes 3 I . Primer Materials 4 a . Furnish primer for Dry-Barrel Fire Hydrants in accordance with A WW A C502 . 5 2 . Finish Materials 6 a. Dry-Barrel Fire Hydrant 7 I) Exterior 8 a) Above grade 9 (l) Furnish exterior coating for above grade Dry-Barrel Fire Hydrant l O assembly components in accordance with A WW A C502. 11 (2) Silver coating in accordance with City of Fort Worth requirements 12 b) Below grade 13 (1) Furnish exterior coating for below grade Dry-Barrel Fire Hydrant 14 assembly components in accordance with A WW A C502. 15 2) Interior: 16 a) Interior coating for Dry-Barrel Fire Hydrants assemblies in accordance 17 with A WW A C502 18 2.3 ACCESSORIES 19 A. Polyethylene Encasement 20 1. Provide polyethylene encasement in accordance with Section 33 11 10 . 21 B . Embedment 22 1. Provide crushed rock and filter fabric in accordance with Section 33 05 l 0 . 23 2.4 SOURCE QUALITY CONTROL 24 A. Tests and Inspections 25 l . Testing and inspection of Dry-Barrel Fire Hydrants in accordance with A WW A 26 C502 . 27 B . Markings 28 l . Provide each Dry-Barrel Fire Hydrant marked in accordance with A WW A C502 . 29 PART 3 -EXECUTION [NOT USED] 30 3.1 INST ALLERS [NOT USED) 31 3.2 EXAMINATION [NOT USEDJ 32 3.3 PREPARATION [NOT USED) 33 3.4 INSTALLATION 34 A. General 35 l . Install in accordance with AWWA Manual of Water Supply Practice Ml 7, 36 manufacturer 's recommendations, and as s how n on the Drawings . 37 2 . Provide ve rtical installation with braces, re st, and blocking in accordance with City 38 Standard Detail WTR-006 . 39 3 . E xcavate and Backfill Tre nches in accordance with 33 05 10 . CITY OF FORT WORTH STANDARD CONST RUCTION SPECIF ICATION DOCUMENTS Revised 4/5/20 I I Pa rt l -Henderson Street Bridge Water and Sani tary Sewer Rel ocati o ns City Project # 00969 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 33 12 40 -6 DRY-BARREL FIRE HYDRANTS Page 6 of7 4 . Embed Dry-Barrel Fire Hydrant assemblies in accordance with 33 05 l 0. a. At the location of the weep holes , wrap barrel with polyethylene encasement and crushed rock with filter fabric to prevent dirt and debris from entering the fire hydrant. 5 . Polyethylene Encasement installation shall be in accordance with the applicable portion of the Ductile Iron Pipe Section 33 11 10. 6. Install concrete blocking and rest as indicated in the Drawings . 7 . A minimum one-third cubic yard of crushed rock shall be placed around the base, in accordance with A WW A Manual of Water Supply Practice M 17, to allow drain outlets to operate. a. The crushed rock should extend 6 inches above the drain outlets and a minimum of I foot on all sides of the fire hydrant base. 8. Fire hydrant lead line shall be installed with a maximum cover of7 feet. a. Cover is measured from the invert at the fire hydrant base, vertical to ground elevation . b. Fittings may be used along fire lead line to ensure minimum and maximum cover requirements are met. 18 3.5 REPAIR/ RESTORATION [NOT USED) 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD CONTROL 21 A . Field Inspections 22 1. The dry-barrel fire hydrant and assembly shall perform as intended with no 23 deformation, leaking or damage of any kind for the pressure ranges indicated . 24 2 . City inspector will issue final inspection notice to City staff. 25 3 . City field operations staff and Fire Department staff shall have the opportunity to 26 inspect and operate the hydrant, to ensure that the fire hydrant was installed in 27 accordance with A WW A Manual of Water Supply Practice M 17 . This includes but 28 is not limited to: 29 a. Operation of Nozzles and operating nut are not obstructed . 30 b. Drain valve is not obstructed or plugged 31 4 . Keep fire hydrant wrapped or covered to identify that it is out of service until the 32 water line it's connected to is put in service. 33 B . Non-Conforming Work 34 1. If access and operation of the dry-barrel fire hydrant or its appurtenances do not 35 meet the criteria of the AWWA Manual of Water Supply Practice Ml 7, the 36 Contractor will remedy the situation criteria, at the Contractor's expense. C ITY OF FORT WORT H ST AN DARD CONSTRUCTION SPECIFICATION DOCUMENTS Rev ised 4/5/20 I I Part I · Hend erson Street Bridge Water an d Sanitary Sewer Rel ocati ons C it y Proj ec t # 00969 3.8 SYSTEM STARTUP (NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED) 5 3. 12 PROTECTION [NOT USED) 6 3.13 MAINTENANCE 7 3.14 ATTACHMENTS 33 12 40 - 7 DRY-BARREL FIRE HYDRANTS Page 7 o f 7 8 END OF SECTION 9 10 Revi sion Log DAT E NAME [2010 JAN 06] C ITY OF FOR T WORTH STANDARD CONS TR UC TION SPEC IFICATI ON DOCUMENTS Revi sed 4/5/20 I l SUMMARY OF CHANGE Part I -Hend erso n Street Brid ge Water a nd Sanitary Sewe r Rel oc ati ons Ci ty Proj ec t # 00969 331250-1 WATER SAMPLING STATIONS Page I of5 I SECTIOND12~ 2 WATER SAMPLING STATIONS 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Water sampling stations for potable water mains 7 B . Products Installed But Not Furnished Under This Section 8 1. I-inch water service line 9 a . From water main to curb stop (including tap) JO C. Standard Details l l 1. WTR-024 Combination Turbine Meter Vault Installation with Bypass 12 2 . WTR-025 Water Sampling Station 13 D. Related Specification Sections include, but are not necessarily limited to : 14 1. Section 03 30 00 -Cast-In-Place Concrete 15 2. Section 33 04 40 -Cleaning and Acceptance Testing of Water Mains 16 3. Section 33 05 10 -Utility Trench Excavation, Embedment, and Backfill 17 4. Section 33 12 10 -Water Services I-inch to 2-inch 18 5. Section 33 12 25 -Connections to Existing Water Mains 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 I . Water Sampling Station 22 a. Measurement 23 1) Measurement for this Item shall be per each. 24 b . Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the unit price bid per each "Water Sampling 27 Station" completed in place. 28 c. The price bid includes : 29 1) Furnishing and installing Sampling Station with appurtenances as specified 30 in the Drawings 31 2) Concrete support block 32 3) Curb stop 33 4) Fittings 34 5) Incidental 5 feet of service line 35 6) Pavement Removal 36 7) Excavation 37 8) Hauling 38 9) Disposal of excess material 39 10) Clean up 40 11) Disinfection C ITY OF FORT WORTH STAN DARD CO NSTRUCTION SPEC IFIC ATION DOC UMENTS Rev is ed 4/5/20 I I Part I -Hend erso n Street Bridge Wa ter and Sanitary Sewer Rel ocati ons City Proj ect# 0096 9 33 12 50 -2 WATER SAMPLING STATIONS Page 2 of 5 12) Testing 2. Water Sampling Station installed per City Standard Detail WTR-024 a. Measurement I) This Item is considered subsidiary to Water Meter Vault b. Payment 1 2 3 4 5 6 7 8 I) The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price per each Water Meter Vault ( with Sampling Station) installed and no other compensation will be allowed . 9 1.3 REFERENCES 10 A. Reference Standards 11 l . NSF International 12 a . 61, Drinking Water System Components -Health Effects 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 SUBMITTALS 15 A. Submittals shall be in accordance with DA-56 . 16 B . All submittals shall be approved by the Engineer or the City prior to construction . 17 1.6 ACTION SUBMITT ALS/INFORMA TIONAL SUBMITT ALS 18 A. Product Data 19 l. Product Data submitted in accordance with Section 33 12 10 . 20 2 . Sampling Station 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED) 24 1.10 DELIVERY, STORAGE, AND HANDLING 25 A. Storage and Handling Requirements 26 1. Protect all parts such that no damage or deterioration will occur during a prolonged 27 delay from the time of shipment until installation is completed and the units and 28 equipment are ready for operation . 29 2. Protect all equipment and parts against any damage during a prolonged period at the 30 site. 31 3 . Prevent plastic and similar brittle items from being directly exposed to sunlight or 32 extremes in temperature . 33 4 . Secure and maintain a location to store the material. C ITY OF FORT WORTH STANDARD CON STRUC TION S PEC IFI C ATION DOCUMENTS Revi sed 4/5/20 11 Part I -Hend erson Street Brid ge Wat er a nd Sanitary Sewer R~l ocati ons City Project II 00969 33 12 50 -3 WATER SAMPLING ST A TIONS Pa ge 3 o f 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2-PRODUCTS 4 2.1 OWNER-FURNISHED PRODUCTS 5 A. Water sampling station 6 1. Eclipse TM Number 88 Sampling Station, or approved equal, with 12-inch depth of 7 bury 8 2 . Lockable, aluminum weather shield enclosure 9 3 . Brass internal piping and a ppurtenances 10 4 . Galvanized riser pipe 11 5 . Brass isolation valve with .Y.-inch female iron pipe inlet 12 6 . Removable parts that require no excavation 13 2.2 EQUIPMENT, PRODUCT TYPE, AND MATERIALS 14 A. Manufacturers 15 1. Only the manufacturers as listed on the City's Standard Products List will be 16 considered. 17 a. The manufacturer must comply with this Specification and related Sections. 18 2 . Any product that is not listed on the Standard Products List is considered a 19 s ubstitution and shall be s ubmitted to the City for approval. 20 3 . The Water Services and appurtenances shall be new and the product of a 21 manufacturer regularly engaged in the manufacturing of Water Services and 22 a ppurtenances having similar service and size . 23 B. Description 24 1. Regulatory Requirements 25 a. All Water Sampling Station components in contact with potable water s hall 26 c o nform to the requirements o f NSF 61. 27 C. Materials / Design Criteria 28 1. W a ter Service 29 a. In accordance with Section 33 12 l O include: 30 1) 1-inch Water Service 31 2) .Y.-inch Water Service 32 3) I-inch Corporation Stop 33 4) 1-inch Curb St op 34 5) Fittings 35 2. Concrete Pad 36 a. In accordance with drawings 3 7 b. Dime nsions 38 l ) 2 feet x 2 feet 39 2) 6 inches thick 40 c . Design 41 1) C lass 'B' Concrete (2500 psi) CITY OF FORT WORTH STAN DA RD CONSTRUCT ION SPEC IFI C ATION DOCU M ENTS Rev ised 4/5/20 11 Pan I -Henderson Street Brid ge Water and San itary Sewer Re locat ions C ity Proj ec t # 00969 2) Reinforced with #4 Rebar 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL 4 A. Tests, Inspections, and Marking 5 1. In accordance with Section 33 12 10 6 PART 3 -EXECUTION 7 3.1 INST ALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED) 10 3.4 INSTALLATION l l A . General 331250-4 WATER SAMPLING ST A TIONS Page 4 of 5 12 1. Install Sampling Station in accordance with City Standard Detail WTR-025 and 13 Section 33 12 10 Water to include: 14 a. I-inch Corporation Stop 15 b. !-inch Water Service 16 c . I-inch Curb Stop l 7 d. 1-inch 90 Degree Elbow 18 e. 1 inch x Y.. inch Reducer 19 f. Y..-inch Water Service 20 g. Sampling Station 21 h. Concrete Pad 22 2. Where appropriate, place sampling station adjacent to power pole, elevated tank, 23 street sign, tree , or fire hydrant 24 a . Typical installation on short side of street 25 b . When placing adjacent to fire hydrant: 26 1) Maintain 4-foot offset from fire hydrant and lead . 27 2) Do not tap fire hydrant lead line. 28 c . For installations adjacent to valves along large water mains, connect to existing 29 large valve copper riser. 30 1) Do not tap main, unless approved by City. 31 3. Excavate, embed, and backfill trenches in accordance with 33 05 l 0 . 32 3.5 REPAIR/ RESTORATION [NOT USEDI 33 3.6 RE-INSTALLATION [NOT USED] 34 3.7 FIELD QUALITY CONTROL 35 A. Field Tests and Inspections 36 I. See Section 33 l 2 10 . CITY OF FORT WORTH STANDARD CONSTRUCTION SPE CIFICATION DO CUMENTS Revi sed 4/5/20 11 Pan 1 -Hend erson Street Bridge Water and Sanitary Sewer Rel ocation s City Proj ec t# 0096 9 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED! 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES (NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED! 7 3.14 ATTACHMENTS [NOT USED) 33 12 50 -5 WATER SAM PUNG STATIONS Pa ge 5 o f 5 8 END OF SECTION 9 10 Revision Log DATE NAME [2010 JAN 06) C ITY OF FORT WORTH STA N DARD CONSTR UC TION SP EC IFIC ATION DOCU MENT S Revised 4/5/20 I I SUMMARY OF CHANGE Pa n I -Hend erson S treet Bri d ge Water and Sanitary Sewer Re loca t io ns City Projec t # 00969 333120-1 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page I of6 SECTION 33 31 20 2 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 l. Polyvinyl Chloride (PVC) pipe 4-inch through 27-inch for gravity sanitary sewer 7 applications 8 B . Related Specification Sections include, but are not necessarily limited to: 9 1. Section 33 01 30 -Sewer and Manhole Testing 10 2 . Section 33 01 31 -Closed Circuit Television (CCTV) Inspection 11 3 . Section 33 05 10 -Utility Trench Excavation , Embedment, and Backfill 12 4 . Section 33 05 26 -Utility Markers/Locators 13 5 . Section 33 31 50 -Sanitary Sewer Service Connections and Service Line 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 l . Measurement 17 a. Measured horizontally along the surface from center line to center line of the 18 manhole or appurtenance 19 2. Payment 20 a . The work performed and materials furnished in accordance with this Item and 2 1 meas ured as provided under "Measurement" will be paid for at the unit price bid 22 per linear foot of PVC Pipe installed for: 23 l) Varioussizes 24 2) Various Standard Dimension Ratios 25 3. The price bid shall include: 26 a . Furnishing and installing PVC gravity pipe with joints as specified by the 27 Drawings 28 b . Pavement removal 29 c. Excavation 30 d . Hauling 31 e . Disposal of excess material 32 f. Furnishing, placement, and compaction of embedment 33 g . Furnishing, placement, and compaction of backfill 34 h . Clean-up 35 1. Cleaning 36 J . Testing 3 7 1.3 REFERENCES 38 A. R eference Stand a rd s C ITY OF FORT WORTH STANDA RD CO N STRUCT IO N SPEC IFIC ATION DOCUMENTS Revi sed 4 /5/2011 Part 1 - Hend erson Street Bridge Water and Sanitary Sewer Relocati o ns City Project# 00969 333120-2 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 2 of6 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. American Association of State Highway and Transportation (AASHTO). 5 3. ASTM International (ASTM): 6 a . Dl 784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) 7 Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 8 b. D24 l 2, Standard Test Method for Determination of External Loading 9 Characteristics of Plastic Pipe by Parallel-Plate Loading. 10 c . D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) 11 Sewer Pipe and Fittings. 12 d . D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes 13 Using Flexible Elastomeric Seals. 14 e. F679, Standard Specification for Poly (Vinyl Chloride) (PVC) Large-Diameter 15 Plastic Gravity Sewer Pipe and Fittings. 16 4. Texas Commission on Environmental Quality (TCEQ): 17 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.53 -Pipe Design. 18 b. Title 30, Part I, Chapter 217, Subchapter C, Rule 217 .54 -Criteria for Laying 19 Pipe. 20 c. Title 30, Part I, Chapter 217, Subchapter C, Rule 217 .57 -Testing 21 Requirements for Installation of Gravity Collection System Pipes. 22 5. Underwriters Laboratories, Inc. (UL). 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED) 24 1.5 SUBMITTALS 25 A. Submittals shall be in accordance with DA-56. 26 B. All submittals shall be approved by the Engineer or the City prior to delivery. 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 29 30 31 32 33 34 35 36 37 38 A. B . Product Data I. Product data sheet 2 . Manufacturer 3. Nominal pipe diameter 4. Standard dimension ratio (SDR) 5 . Cell classification 6 . Laying lengths Certificates 1. Furnish an affidavit certifying that all PVC Gravity Pipe meets the provisions of this Section and has been air and deflection tested and meets the requirements of ASTM D3034 and ASTM F679. CITY OF FORT WORTH Part I -Hend erson Street Bridge Water and Sanitary Sewer Relocations C ity Project # 00969 STANDARD CO NSTRUCTION SPEC IFICATION DOCUMENTS Revised 4/5/2011 33 31 20 - 3 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PTPE Page 3 of6 1.7 CLOSEOUT SUBMITTALS [NOT USED) 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 3 1.9 QUALITY ASSURANCE 4 A. Qualifications 5 1. Manufacturers 6 a. Finished pipe shall be the product of I manufacturer for each size per project, 7 unless otherwise approved by the City. 8 1) Change orders, specials, and field changes may be provided by a different 9 manufacturer upon City approval. IO b. Pipe manufacturing operations shall be performed under the control of the 11 manufacturer. 12 c . All pipe furnished shall be in conformance with ASTM D3034 ( 4-inch through 13 15-inch) and ASTM F679 (18-inch through 27-inch). 14 1.10 DELIVERY, STORAGE, AND HANDLING 15 A. Storage and Handling Requirements 16 l. Gravity pipe shall be stored and handled in accordance with the manufacturer's l 7 guidelines. 18 2. Secure and maintain a location to store the material. 19 B. Do not string pipe unless it is specifically called for in the Drawings. 20 1. Only the pipe and fittings that will be installed during a single work day will be 21 allowed to be stored within the barricaded work area . 22 1.11 FIELD [SITE] CONDITIONS [NOT USED) 23 1.12 WARRANTY [NOT USED) 24 PART 2 -PRODUCTS 25 2.1 OWNER-FURNISHED [oR) OWNER-SUPPLIEDPRODUCTS (NOT USED) 26 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 27 A. Manufacturers 28 I. Only the manufacturers as listed in the City's Standard Products List will be 29 considered. 30 a . The manufacturer must comply with this Specification and related Sections. 31 2 . Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in to the City for approval. 33 B . Performance / Design Criteria 34 1. Pipe 35 a . Meet all requirements ofTCEQ. 36 b . Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 35 /26 3 7 and ASTM F679 for 18-inch through 27-inch 46PS/l l 5PS . 38 c . PVC Gravity Sanitary Sewer Pipe shall be approved by the UL. C ITY OF FORT WORTH STANDARD CONSTRU CTION SPE C TFI C A TION DO C UM ENTS Re vi sed 4/5/20 11 Part I -Henderson Stree t Brid ge Waler and Sanitary Sewer Re locati o ns C ity Proj ect # 00969 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 2 . 3 . 333120-4 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page4 of6 d. Assume a standard lay length of 14 feet and 20 feet except for special fittings or closure pieces necessary to comply with the Drawings . e. Use green coloring for ground identification as sanitary sewer pipe. f. PVC meeting the requirements of ASTM Dl 784, with a cell classification of 12454 or 12364 g. Deflection Design: 1) Base pipe design on pipe stiffness, soil stiffness, and load on the pipe. 2) Design pipe according to the Modified Iowa Formula as detailed by the Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe, using the following parameters: a) Unit Weight of Fill (w) = 130 pounds per cubic foot b) Live Load= AASHTO HS 20 c) Trench Depth= 12 feet minimum, or as indicated in Drawings d) Maximum (E') = 1,000 max e) Deflection Lag Factor (DL) = 1.0 f) Bedding Factor constant (K) = 0 .1 g) Mean radius of the pipe (r), inches, as indicated in Drawings h) Marston's load per unit length (W), pounds per inch, calculate per Drawings i) PVC modulus of elasticity (E) = 400,000 psi j) Moment of inertia of pipe wall per unit length, (I) = t 3 /12 , (in4/in), per pipe type and size (1) Where (t) = pipe thickness, inches k) Maximum Calculated Deflection = 5 percent h. Pipe Flotation: If the pipe is buried in common saturated soil (about 120 pounds per cubic foot) with at least 1 Yi pipe diameters of cover, pipe is generally not subject to flotation . If shallower, check groundwater flotation potential. Flotation will occur if: Where : Fb = buoyant force, pound per foot WP = empty pipe weight, pound per foot W r = weight of flooded soil, pound per foot W d = weight of dry soil, pound per foot Values and formulas for the above variables can be obtained from the pipe manufacturer and site specific soil conditions. 1. Verify trench depths after existing utilities are located. J. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. k. In no case shall pipe be installed deeper than its design allows. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance with ASTM D2412. Pipe markings a. Meet the minimum requirements of ASTM D3034 and ASTM F679 . b. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size CITY Of FORT WORTH Pa rt I -Hend erson Street Bridge Wa ter and Sanitary S.:wer Rel ocations City Project # 00969 STANDARD C ONSTRUCTION SPEC IFI C ATION DOCUMENTS Revised 4/5/2 0 I I 33 31 20 - 5 POLYVfNYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE 2 3 3) PVC cell classification 4) ASTM or Standard Dimension Ratio (SDR) designation 5) Seal of testing agency that verified the suitability of the pipe 4 . Joints a . Joints shall be gasket, bell and spigot, push-on type conforming to ASTM D3212. Page 5 of 6 4 5 6 7 8 b. Since each pipe manufacturer has a different design for push-on joints; gaskets shall be part of a complete pipe section and purchased as such . 9 10 11 12 13 5 . Connections a. Only use manufactured fittings. b. See Section 33 31 50. 6. Detectable Metallic Tape: a. See Section 33 05 26. 14 2.3 ACCESSORIES (NOT USED) 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3-EXECUTION 17 3.1 INST ALLERS [NOT USED) 18 3.2 EXAMINATION [NOT USED) 19 3.3 PREPARATION [NOT USED) 20 3.4 INSTALLATION 21 A General 22 1. Install pipe, specials , and appurtenances as specified herein, as specified in Section 23 33 05 10 , and in accordance with the pipe manufacturer's recommendations. 24 2 . Lay pipe to the lines and grades as indicated in the Drawings . 25 26 3 . Excavate and Backfill Trenches in accordance with Section 33 05 10. 4 . Embed PVC Pipe in accordance with Section 33 05 10. 27 B . Pipe Handling 28 I. Haul and distribute pipe and fittings at the project site . 29 2. Handle piping with care lo avoid damage. 30 a. Inspect each joint of pipe, and reject or repair any damaged pipe prior to 31 lowering into the trench. 32 b. Use only nylon ropes, slings, or other lifting devices that will not damage the 33 surface of the pipe for handling the pipe . 34 3 . At the close of each operating day: 35 a. Keep the pipe clean and free of debris, dirt , animals, and trash -during and 36 after the laying operation. 37 b . Effectively seal the open end of the pipe using a gasketed night cap. 38 C . Pipe Joint In stallation 39 a . Clean dirt and foreign material from the ga sketed socket and the spi got end . C ITY OF FORT WORTH STANDARD C ON STRUC TION SP EC IF!C A T!ON DO CUMENTS Revised 4/5/20 I I Part I - He nderson S t reet Bridge Wat er and Sa n itary Sewer Re locati o ns C it y Proj ec t # 0 0969 33 31 20 -6 POLYVINYL CHLORIDE (PVC) GRAVITY SAN IT ARY SEWER PlPE Page 6 of6 b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell 2 end to the reference mark . 3 c. Install such that identification marking on each joint are oriented upward toward 4 the trench opening . 5 d. When making connection to manhole, use an elastomeric seal, or flexible boot 6 to facilitate a seal. 7 D . Connection Installation 8 1. See Section 33 31 50. 9 E. Detectable Metallic Tape Installation 1 O l. See Section 33 05 26 . 11 3.5 REPAIR/ RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD [oRj SITE QUALITY CONTROL 14 A. Field Tests and Inspections 15 I. Video Inspection 16 a. Provide a Post-CCTV inspection in accordance with Section 33 01 31. 17 2. Air Test and Deflection (Mandrel) Test 18 a. Perform in accordance with Section 33 01 30 . 19 3.8 SYSTEM STARTUP [NOT USED! 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT tJSED) 26 END OF SECTION 27 28 Revision Log DATE NAM E (2010 JAN 06) C ITY OF FORT WORT H STAN DARD CONSTRUCT ION SPEC IFI CATION DOCUMENTS Revi sed 4/5/20 11 SUMMARY OF CHANGE Part I -Henderson Street Bridge Water and Sanitary Sewer Relo ca ti ons C it y Project # 00969 333150-1 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE UNE Pa ge 1 of8 1 SECTION 33 31 SO 2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A. Section Includes : 6 1. Sanitary sewer service connection, service line and 2-way cleanout from the main 7 to the right-of-way, as shown on the Drawings, directed by the Engineer, and 8 specified herein for : 9 a. New Service 10 b . New Service (Bored) 11 c. Private Service Relocation 12 d. Service Reinstatement 13 B. Related Specification Sections include, but are not necessarily limited to: I 4 1. Section 33 05 10 -Utility Trench Excavation, Embedment and Backfill 15 2 . Section 33 31 20 -Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 16 1.2 PRICE AND PAYMENT PROCEDURES I 7 A. Measurement and Payment 18 1. New Service 19 a . Measurement 20 l) Measurement for this Item shall be per each New Sewer Service complete 21 in place. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 will be pa id for at the unit price bid per each New Service installed for: 25 a) V arious sizes 26 c . The price shall include: 27 1) Furnishing and installing New Sanitary Sewer Service Line as specified by 28 the Drawings 29 2) Pavement removal 30 3) Excavation 31 4) Hauling 32 5) Disposal of excess material 33 6) Tee connection to main 34 7) Fittings 35 8) 2-way cleanout 36 9) Furni shing, placing and compaction of embedment 3 7 I 0) Furnishing , placing and compaction of backfill 38 11) Clean-up 39 2 . New Service (Bored) 40 a. Measurement 41 I) Measurement for this Item s hall be per each New Service (Bored) complete 42 in place . 43 b . Payment C ITY OF FOR T WO RTH STANDARD CONSTRUCT ION SPECfFICATION DOCU MENTS Revised 4/5/201 I Part I -Henderso n Street Bridge Wate r a nd Sani tary Sewer Reloca ti ons City Proj ect # 00969 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 33 31 so -2 SANITARY S EWER SERVIC E CONNECTIONS AND SERVICE LINE Page 2 of 8 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each New Service installed for: a) Various sizes c. The price shall include : 1) Furnishing and installing New Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Service Line 8) Fittings 9) 2-w ay cleanout 10) Furnishing, placing and compaction of embedment and backfill 11) Clean-up 3. Deep service a. Measurement 1) Measurement for this Item shall be per each Deep Sewer Service complete in place. b. Payment I) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each new Deep Sanitary Sewer Service installed for : a) Various sizes c. The price shall include : 1) Furnishing and installing Deep Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Service Line 8) Fittings 9) 2-way cleanout 10) Furnishing, placing and compaction of embedment and backfill 11) Clean-up 4 . Private Service Relocation a . Measurement l) Measured horizontally along the surface from center line to center lin e of the fitting, manhole or appurtenance b . Payment l) The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Private Service Relocation" installed for : a) Various sizes c . The price shall includ e : C ITY OF FORT WORT H STANDARD CONSTRUCTION S PEC IF IC ATION DOCUM ENT S Revi sed 4 /5/20 11 Part l -Henderson Street Bridge Water a nd Sanitary Sewer Relocati ons C ity Proj ect # 00969 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 33 31 50 - 3 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 3 of8 I) Performing relocation as specified in the Drawings 2) Excavation 3) Hauling 4) Disposal of excess material 5) Service Line -private side by plumber 6) Fittings 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 5 . 2-way Cleanout a. Measurement 1) Measurement for this Item shall be per each when only a 2-way Cleanout is installed . b . Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "2-way Cleanout" installed for : a) Various sizes c. The price bid shall include: 1) Furnishing and installing the 2-way Cleanout as specified in the Drawings 2) Pavement removal 3) Hauling 4) Disposal of excess material 5) Furnishing, placing and compaction of backfill 6) Clean-up 6. Service Reinstatement a. Measurement 1) Measurement for this Item shall be per each Reinstatement of Service associated with the sewer main being rehabilitated by a trenchless method. b. Payment 1) The work performed and materials furnished in accordance with this item and measured as provided under "Measurement" will be paid for at the unit price bid per each reinstatement of service for: a) Various sizes c . The price bid shall include: 1) Tap to existing main (if required) 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Service line (if required) 8) Fittings 9) Furnishing, placing and compaction of embedment and backfill I 0) Clean-up 46 1.3 REFERENCES 4 7 A. Definitions 48 1. New Service C IT Y OF FORT WORTH STANDARD C ONSTRUC TION SP EC IFI C ATION DOC U MENTS Revised 4/5/20 I I Pan I -Hend erson Street Bridge Wa te r and Sanitary Sewer Rel ocati o ns C ity Project # 00969 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 33 31 50 -4 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Pa ge 4 of8 a . New service applies to the installation of a service to a new or existing sewer main . b . The service materials would include service line, fittings and c leanout. 2. Bored Service a . Bored service applies to the installation of a service to a new or existing sewer main including a bore under an existing road . b. The service materials would include service line, fittings and cleanout. 3. Deep Service (See Detail SAN-012) a . Deep service applies to the installation of a service to a new or existing sewer main where a difference ofat least 15 feet exists between the finished grade and the top of the sewer main . b . The service materials would include service line , fittings and cleanout. 4. Private Service Relocation a. Private service relocation applies to the replacement of the existing sewer service line on private property typically associated with the relocation of the existing main. b. Typical main relocation will be from a rear lot easement or alley to the street. 5. Service Reinstatement a. Service reinstatement applies to the reconnection of an existing service to an existing main that has been rehabilitated by trenchless methods such as pipe enlargement (pipe bursting), slip lining, or CIPP. 22 B. Reference Standards 23 l . Reference standards cited in this Specification refer to the current reference 24 standard published at the time of the latest revision date logged at the end of this 25 Specification, unless a date is specifically cited. 26 2 . ASTM Internationa l (ASTM): 27 a. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) 28 (PVC) Sewer Pipe and Fittings 29 b. ASTM Dl 785 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic 30 Pipe, Schedules 40, 80 and 120. 31 c . ASTM D2321 Standard Practice for Underground Installation of Thermoplastic 32 Pipe for Sewers and Other Gravity-Flow Applications 33 d . ASTM D2412 Standard Test Method for Determination of External Loading 34 Characteristics of Plastic Pipe by Parallel-Plate Loading 3 5 e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic 36 Pipes Using Flexible Elastomeric Seals 37 3. Texas Commission on Environmental Quality 38 a . Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 -Criteria for Laying 39 Pipe and Rule 40 b. Title 30, Part I, Chapter 217, Subchapter C, 217 .55 -Manholes and Rel ated 41 Structures 42 1.4 ADMINISTRATIVE REQUIREMENTS 43 A. Scheduling 44 l . Provide advance notice for service interruption to prope rty owner. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION OOCUMENTS Revi sed 4 /5/20 11 Pan I -Henderson Strec1 Bridge Water and Saniiary Sewer Relocations City Project # 00969 33 31 50 -5 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 5 of8 1.5 SUBMITT ALS 2 A. Submittals shall be in accordance with DA-56 . J B . All submittals shall be approved by the Engineer or the City prior to delivery. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 5 A. Product data shall include, if applicable: 6 1. Tee connection or saddle 7 2 . fittings (including type of cleanout) 8 3. Service line 9 B. Certificates IO 1. Furnish an affidavit certifying that service line and fittings meet the provisions of 11 this Section. 12 1.7 CLOSEOUT SUBMITTALS (NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING 16 A. Storage and Handling Requirements 17 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 18 guidelines . 19 2. Protect all parts such that no damage or deterioration will occur during a prolonged 20 delay from the time of shipment until installation is completed and the units and 21 equipment are ready for operation. 2 2 3. Protect all equipment and parts against any damage during a prolonged period at the 23 site. 24 4. Prevent plastic and similar brittle items from being directly exposed to sunlight or 25 extremes in temperature . 26 5. Secure and maintain a location to store the material. 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2 -PRODUCTS JO 2.1 OWNER-FURNISHED (NOT USED] 31 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 32 A. Manufacturers 33 1. Only the manufacturers as listed on the City's Standard Products List will be 34 considered . 35 a. The manufacturer must comply with this Specification and related Sections . CITY OF FORT WORTH STANDARD CON STRUCTION SP EC IFIC ATION DOC UMENTS Rev ised 4/5/20 11 Part I -Hend erso n Street Bridge Wat er and Sani tary Sew er Rel ocati ons C ity Proj ect # 00969 33 31 50 - 6 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 6 of8 2. Any product that is not listed on the Standard Products List is considered a 2 substitution and shall be submitted to the City for approval. 3 3. The services and appurtenances shall be new and the product of a manufacturer 4 regularly engaged in the manufacturing of services and appurtenances having 5 similar service and size. 6 B. Materials/Design Criteria 7 1. Service Line and Fittings (including tee connections) 8 a. PVC pipe and fittings on public property shall be in accordance with Section 33 9 31 20. 10 b . PVC pipe and fittings on private property shall be Schedule 40 in accordance 11 with ASTM Dl 785. 12 2 . Service saddle 13 a. Service saddles shall only be allowed when connecting a new service to an 14 existing sanitary sewer main and shall: 15 1) Be a 1-piece prefabricated saddle, either polyethylene or PVC, with 16 neoprene gasket for seal against main 17 2) Use saddle to fit outside diameter of main 18 3) Use saddle with grooves to retain band clamps 19 4) Use at least 2 stainless steel band clamps for securing saddles to the main 20 b . No inserta tees service connections may be used. 21 3 . Cleanout 22 a. For cleanout stack use same pipe material as the service line. 23 b. Use cast iron cap for cleanout cover. 24 4. Coupling 25 a . For connections between new PVC pipe stub out and existing service line, use 26 flexible adapter coupling consisting of neoprene gasket and stainless steel shear 27 rings with 2-inch stainless steel band clamps . 28 2.3 ACCESSORIES (NOT USED) 29 2.4 SOURCE QUALITY CONTROL INOT USED) 30 PART 3-EXECUTION [NOT USED] 31 3.1 INSTALLERS 32 A. A licensed plumber is required for installations of the service line on private property . 33 3.2 EXAMlNA TION [NOT USEDJ 34 3.3 PREPARATION [NOT USED] 35 3.4 INSTALLATION 36 A. General 37 I. Install service line , fittings, and cleanout as specified herein, as specified in Section 38 33 05 10, and in accordance with the pipe manufacturer 's recommendations. 39 B . Handling C ITY OF FOR T WORTH STA N DARD CONSTRU CTION SPEC IFIC ATION DOCUME NT S Re vised 4/5/20 I I Pa rt I -Henderso n Street Brid ge Water and Sanitary Sewer Re loca ti ons C ity Project # 0096 9 333150-7 SANITARY SEWER SERVIC E CONNECTIONS AND SERVIC E LINE Pa ge 7 of 8 1. Haul and distribute service lines , fittings and cleanouts at the project site and handle 2 with care to avoid damage . 3 a . Inspect each segment of service line, and reject or repair any damaged pipe 4 prior to lowering into the trench . 5 2 . Do not handle the pipe in such a way that will damage the pipe . 6 C. Service Line 7 I . Lay service line at a minimum grade of2 percent, as shown on details SAN-011 8 and SAN-01 lA or at lines and grades as indicated in the Drawings. 9 2 . If service line is installed by bore as an alternative to open cut the cost associated l O with open cut installation such as pavement removal, trenching, embedment and 11 backfill, and pavement patch will not be included as part of the bore installation. 12 3. Excavate and Backfill Trenches in accordance with 33 05 10. 13 4. Embed PVC Pipe in accordance with 33 05 l 0 . 14 D . Cleanout 15 I . Install out of traffic areas such as driveways, streets, and sidewalks whenever 16 possible. 17 a . When not possible, install cast iron cleanout stack and cap . 18 2 . Install 2-way cleanout in non-paved areas in accordance with Detail SAN-011. 19 3 . In stall 2-way cleanout in paved areas in accordance with Detail SAN-011 A. 20 E . Service line connection to main 21 I . New service on new or replacement main 22 a . Determine location of service connections before main installation so the 23 service fittings can be installed during main installation. 24 b . Connect service line to main with a molded or fabricated tee fitting . 25 2 . Reconnection to main a fter pipe enlargement 26 a . Tapping the existing main and installing a strap on tee connection may be used . 27 b . Allow the new main to recover from impo sed stretch before tapping and service 28 in stall ation. 29 l) Follow manufacturer's recommendation for the length of time needed . 30 c. Tap main at 45 de gree angle to horizontal when possible. 31 I) A void tapping the top of main . 32 d. Extend service line from main to property line or easement line before 33 connecting to the existing service line . 34 3 . New service on existing main 35 a. Connect service line to main with a molded or fabricated tee fitting if po ssible . 36 b . Tappin g the existing main and installing a strap on tee connection may be used . 37 F . Private Service Relocation 38 I . Requirements for the relocation of service line on private property 39 a . A licensed plumber must be used to install service l ine on private property . 40 b . Obtain permit from the Development Dep a rtment for wo rk on pri vate property. 41 c . Pay for any in specti on or permit fees assoc ia ted with wo rk o n priva te propert y. 4 2 d . Veri fy (by Exploratory Excavation of Exi stin g Utilities) the elevati o ns at the 43 building cleanout a nd com pa re to data on th e Drawin gs be fore beginning 44 servi ce insta ll ation . 45 e . Submit eleva ti on information to the City in spector. C ITY OF FO RT WORTH STA N DA RD CO NSTRUCTIO N SPEC IF IC ATION DOCUM EN TS Rev ised 4/5/20 11 Part I -Henderson Street Bridge Wate r a nd San itary Sewer Re locati o n s C ity Proj ec t # 00969 33 31 50 -8 SANITARY SEWER SERVIC E CONNECTIONS AND SERVICE LINE Page 8 of 8 f. Verify that the 2 percent slope installation requirement can be met. 2 3 l) If the 2 percent slope cannot be met , verify with the Engineer that line may be installed at the lesser slope. 4 3.5 REPAIR/ RESTORATION [NOT USED] 5 3.6 RE-INSTALLATION 6 A. Service Relocation 7 1. All relocations that are not installed as designed or fail to meet the City code shall 8 be reinstalled at the Contractor's expense. 9 3.7 FIELD (oR] SITE QUALITY CONTROL 10 A. Inspections l l 1. Private property service line requires approval by the City plumbing inspector 12 before final acceptance . 13 3.8 SYSTEM STARTUP [NOT USED! 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED) 20 END OF SECTION 21 22 Revision Log DATE NAME [2 0 10 JAN 06 ) C IT Y O F FO RT WORTH ST A NDA RD CON ST RUCTIO N SPECIF IC AT ION DOC UM EN TS R~vised 4/5/20 I I SUMMARY OF CHANGE Part I -Hend erson Street Bridge Wa te r a nd San itary Se wer Re locati ons C ity Proj ec t # 00969 SECTION 33 39 20 2 PRECAST CONCRETE MANHOLE 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary Sewer Precast Concrete Manholes 7 B. Standard Details 8 l . SAN-002 Standard Type "A" Access Manhole 9 2 . SAN-003 Standard 4' Diameter Manhole IO 3. SAN-004 Shallow Manhole 11 4 . SAN-005 Modified 4' Diameter Drop Access Manhole 33 39 20 -I PRECAST CONCRETE MANHOLE Page I of6 12 5 . SAN-009 Manhole Frame, Cover, Grade Rings and Concrete Collar 13 C . Related Specification Sections include, but are not necessarily limited to : 14 1. Section 33 01 30 -Sewer and Manhole Testing 15 2 . Section 33 05 13 -Frame, Cover, and Grade Rings 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Manhole 19 a. Measurement 20 l) Measurement for this Item shall be by each. 21 b . Payment 22 l) The work perfonned and the materials furnished in accordance with this 23 Item shall be paid for at the unit price bid per each "Manhole" installed for : 24 a) Various sizes 25 b) Various types 26 c . The price bid will include : 27 l) Manhole structure complete in place 28 2) Excavation 29 3) Fonns 30 4) Reinforcing steel (if required) 31 5) Concrete 32 6) Backfill 33 7) Foundation 34 8) Drop pipe 35 9) Stubs 36 10) Frame 37 11) Cover 38 12) Grade rings 39 13) Pipe connections 40 14) Pavement removal 41 15) Hauling C ITY OF FORT WORTH STAN D ARD CONST RUCTIO N SPEC IFICATION DO CU M ENTS Rev ised 4/5/20 I I Pa rt I -Hen derso n Street Bridge Wa ter and Sanitary Sewer Relocations C ity Project II 00969 1 2 3 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 2. Manhole Added Depth a . Measurement 33 39 20 -2 PRECAST CONCRETE MANHOLE Page 2 of6 4 5 6 7 8 9 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b . Payment 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Manhole Added Depth" specified for: a) Various sizes c. The price bid will include: I) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (ifrequired) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 32 1.3 REFERENCES 33 A. Definitions 34 l. Manhole Type 35 a. Standard Manhole (See Detail SAN-003) 36 1) Greater than 4 feet deep up to 6 feet deep 37 b . Standard Drop Manhole (See Detail SAN-005) 38 1) Same as Standard Manhole with external drop connection(s) 39 c . Type "A" Manhole (See Detail SAN-002) 40 1) M a nhole set on a reinforced concrete block placed around 39-inch and 41 larger sewer pipe . 42 d. Shallow Manhole (See Detail SAN-004) 43 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller 44 than 39-inch 45 2 . Manhole Si ze 46 a . 4 fo ot diameter 47 1) Used with pipe ranging from 8-inch to 15-inch 48 b . 5 foot diameter C ITY OF FORT WORTH STANDARD CONSTR UCTIO N S PEC IFI C ATIO N DOCUMENTS Re vised 4/5/2011 Pan I -Henderson Street Bridge Water a nd Sanitary Sewer Reloca ti ons C ity Proj ec t II 00969 33 39 20 -3 PRECAST CONCRETE MAN HOLE Page 3 of6 I 1) Used with pipe ranging from 18-inch to 36-inch 2 2) See specific manhole design on Drawings for pipes larger than 36-inch . 3 B . Reference Standards 4 1. Reference standards cited in this Specification refer to the current reference 5 standard published at the time of the latest revision date logged at the end of this 6 Specification, unless a date is specifically cited. 7 2 . ASTM International (ASTM): 8 a. C478 , Standard Specification for Precast Reinforced Concrete Manhole 9 Sections. 10 b. C923 , Standard Specification for Resilient Connectors Between Reinforced 11 Concrete Manholes Structures , Pipes, and Laterals . 12 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED) 13 1.5 SUBMITTALS 14 A Submittals shall be in accordance with DA-56. 15 B . All submittals shall be approved by the Engineer or the City prior to delivery . 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS I 7 A Product Data 18 I . Precast Concrete Manhole 19 2. Drop connection materials 20 3. Pipe connections at manhole walls 21 4 . Stubs and stub plugs 22 5 . Admixtures 23 6 . Concrete Mix Design 24 1.7 CLOSEOUT SUBMITTALS [NOT USEDl 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 26 1.9 QUALITY ASSURANCE [NOT USED) 27 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED) 28 1.11 FIELD [SITE) CONDITIONS [NOT USED] 29 1.12 WARRANTY 30 A . M a nufacturer Warranty 31 PART2 -PRODUCTS 32 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 33 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 34 A. M a nufacturers C IT Y OF FORT WORTH Part I -Hcrid erso n St reet Bridge Water and Sa nitary Sewer Relocations STANDARD CONSTRUCTION S P ECIF IC ATION DOCUMENTS City Projec t# 00969 Revi sed 4i 5i 20 I I 33 39 20 - 4 PRECAST CONCRETE MAN HOLE Page4 of6 l l . Only the manufacturers as listed on the City's Standard Products List will be 2 considered. 3 a. The manufacturer must comply with this Specification and related Sections . 4 2. Any product that is not listed on the Standard Products List is considered a 5 substitution and shall be submitted to the City for approval. 6 B. Materials 7 l. Concrete -Conform to City standards. 8 2 . Precast Joints -Conform to ASTM C478 9 3. Precast Sections IO a . Provide bell-and-spigot design incorporating a premolded joint sealing 11 compound for wastewater use. 12 b. Clean bell spigot, and gaskets, lubricate, and join. 13 c. Minimize number of segments. 14 d . Use long joints at the bottom and shorter joints toward the top . 15 e . Include manufactures stamp on each section. Exclude flat top upper section 16 unless specifically shown on the Drawings or approved by City Inspector. 17 4 . Lifting Devices 18 a. Manhole sections and cones may be furnished with lift lugs or lift holes. 19 1) If lift lugs are provided, place 180 degrees apart. 20 2) If lift holes are provided, place 180 degrees apart and grout during manhole 21 installation. 22 5. Frame and Cover -Conform to Section 33 05 13 . 23 6. Grade Ring -Conform to Section 33 05 13 and ASTM C478 . 24 7. Pipe Connections 25 a. Utilize either an integrally cast embedded pipe connector, or a boot-type 26 connector installed in a circular block out opening conforming to ASTM C923 . 27 8 . Steps 28 a. No steps are allowed . 29 9 . Interior Coating or Liner -Conform to City Standards. 30 10. Exterior Coating 31 a . Use Coal Tar Bitumastic for below grade damp proofing . Dry film thickness 32 shall be no less than 12 mils and no greater than 30 mils. Solids content is 68 33 percent by volume± 2 percent. 34 2.3 ACCESSORIES (NOT USEDJ 35 2.4 SOURCE QUALITY CONTROL [NOT USED] 36 PART 3 -EXECUTION 37 3.1 lNSTALLERS (NOT USED] 38 3.2 EXAMINATION 39 A. Evaluation and Assessment 40 l. Verify lines and grades are in accordance to the Drawings. C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATIO N DOCUMENTS Revised 4/5/20 I I Part I -Henderson Stnxt Bridge Water and Sanitary Sewer Relocati ons Ci ty Project II 00969 33 39 20 -5 PRECAST CONCRETE MANHOLE Page 5 of6 3.3 PREPARATION 2 A. Foundation Preparation 3 1. Excavate 8 inches below manhole foundation. 4 2. Replace excavated soil with course aggregate; creating a stable base for manhole 5 construction. 6 a . If soil conditions or ground water prevent use of course aggregate base a 2-inch 7 mud slab may be substituted. 8 3.4 INSTALLATION 9 A . Manhole 10 1. Construct manhole to dimensions shown on Drawings. 11 2. Precast Sections 12 a . Provide bell-and-spigot design incorporating a premolded joint sealing 13 compound for wastewater use. 14 b . Clean bell spigot, and gaskets, lubricate and join. 15 c. Minimize number of segments. 16 d. Use long joints used at the bottom and shorter joints toward the top. 17 B. Invert 18 1. Construct invert channels to provide a smooth waterway with no disruption of flow 19 at pipe-manhole connections. 20 2. For direction changes of mains, construct channels tangent to mains with maximum 21 possible radius of curvature. 22 a. Provide curves for side inlets . 23 3. For all standard manholes provide full depth invert. For example, if 8-inch pipe in 24 connected to manhole construct the invert to full 8 inches in depth. 25 C. Drop Manhole Connection 26 1. Install drop connection when sewer line enters manhole higher than 24 inches 27 above the invert . 28 D. Final Rim Elevation 29 1. Install concrete grade rings for height adjustment. 30 a. Construct grade ring on load bearing shoulder of manhole . 31 b . Use sealant between rings as shown on Drawings . 32 2. Set frame on top of manhole or grade rings using continuous water sealant. 33 3. Remove debris, stones, and dirt to ensure a watertight seal. 34 4 . Do not use steel shims, wood, stones, or other unspecified material to obtain the 35 final surface elevation of the manhole frame . 36 E. Internal coating 37 I. Internal coating application will conform to City standards, if required by 38 Drawings. 39 F. External coating 40 1. Remove dirt , dust , oil and other contaminants that could interfere with adhesion of 41 the coating. 42 2. Cure manhole for 3 days before backfilling around the structure. C ITY OF FORT WORTH STAN DARD CONSTRUCTION SPECIFICATIOI\ DOCUMENTS Revi sed 4i5/2011 Part 1 -Henderson Street Brid ge Wa ter and Sanitary Sewer Rel ocati o ns City Project # 00969 33 39 20 -6 PRECAST CONCRETE MAN HOLE Page 6 of6 3. Application will follow manufacturer 's recommendation . 2 G . Modifications and Pipe Penetrations 3 3.5 REPAIR I RESTORATION [NOT USED] 4 3.6 RE-INSTALLATION [NOT USED! 5 3.7 FIELD QUALITY CONTROL 6 A. Field Tests and Inspections 7 1. Perform vacuum test in accordance with Section 33 01 30 . 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED) 10 3.10 CLEANING [NOT USEDJ 11 3.11 CLOSEOUT ACTIVITIES [NOT USED] 12 3.12 PROTECTION [NOT USED) 13 3.13 MAINTENANCE [NOT USED] 14 3.14 ATTACHMENTS [NOT USED) 15 END OF SECTION 16 Revi s ion Log DATE NAME SUMMARY OF CHANGE (2010 JAN 06] 17 C ITY O F FORT WORTH Pan I -Hend erson Street Bridge Water a nd Sanita ry Se wer Relocati o ns ST A DARO CONSTRUCT ION SP EC IFI C ATION DOCU M ENTS City Proj ec t II 00969 Revi sed 4/5/20 I I t 11110·1·111:·ro G 1111 TECHNICAL DATA THE PROVEN CERAMIC EPOXY LINING 888-SPEC-401 I PROTECT0401 .COM STANDARD SPECIFICATION FOR llNING DUCTIU IRON PIPE FOR SEWER SERVICE I. CONDITION OF DUCTILE IRON PRIOR TO SURFACE PREPARATION All ductil e pipe and fittings shall be de livered to the application facility without asphalt, cement lining, or any other lining on the interior surface . Because removal of old linings may not be possible, the intent of this specification is that the entire interior of the ductile iron pipe and fittings shall not have been lined with any substance prior to the application of the specified lining material and no coating shall have been applied to the first six inches of the exterior of the spigot ends . II. LINING MATERIAL The Standard of Quality is Protecto 401rM Ceramic Epoxy. The material shall be an amine cured novalac epoxy containing at least 20% by volume of ceramic quartz pigment. Any request for substitution must be accompanied by a successful history of lining pipe and fittings for sewer service , a test report verifying the following properties, and a certification of the test results. A. A permeability rating of 0 .00 when tested according to Method A of ASTM E-96-66, Procedure A with a test duration of 30 days . B. The following test must be run on coupons from factory lined ductile iron pipe: • ASTM B-117 Salt Spray (scribed panel) -Results to equal 0 .0 undercutting after two years . • ASTM G-95 Cathod ic Disbandment 1 .5 volts@ 77° F . Results to equal no more than 0 .5 mm undercutting after 30 days . • Immersion testing rated using ASTM D-714-87 . -20% Sulfuric acid-No effect after two years . -140° F 25% Sodium Hydroxide-No effect after two years . -160 ° F Distilled Water-No effect after two years. -120° F Tap Water (scribed panel)--{J .O undercutting after two years with no effect. • ASTM G-22 90 Standard practice for determining res istance of Synthetic Polymeric materials to bacteria . The test should determine the resistance to growth of Acidithiobacillus Bacteria and should be conducted at 30 degrees centigrade for a period of 7 days on a minimum of 4 panels . The growth must be limited only to trace amounts of bacteria . C. An abrasion resistance of no more than 3 mils (.075 mm) loss after one million cycles using European Standard EN 598 : 1994 Section 7.8 Abrasion Resistance . Ill. APPLICATION Applicator The lining shall be applied by a certified firm with a successful history of applying linings to the interior of ductile iron pipe and fittings. All applicators must be independently in spected at lea st two times per year to insure compl iance with the requ irements of this specification. This inspection must be coordinated and reviewed by the manufacturer of the lining material and any deviation from the application and /or quality requ i rements shall be corrected by the applicator. All inspections shall be in writing and a permanent record maintained . Surface Preparation Prior to abrasive blasting, the entire area to receive the protective compound sha ll be inspected for oil , grease , etc . Any areas with o il , grease, or any substance that can be removed by solvent, shall be solvent cleaned to remove those substances . After the surface has been made free of grease . o il or other substances , all areas to receive the protective compounds shall be abrasive blasted using sand or grit abrasive media . The entire surface to be lined shall be struck with the blast media so that all rust , loose oxides , etc ., are removed from the surface . Only slight stains and tightly adhering oxide may be left on the surface . Any area where rust reappears before lining must be reblasted. Lining Afte r surface preparation and w ith in 12 hours of surface preparation . the interior of the pipe shall receive 40 m ils nominal dry film thickn e ss of Protecto 401 ™. No lining shall take place when the substrate or ambient tempera ture is be low 40 ° F . The surface also must be dry and dust free . If flange pipe or fittings a re included in the project, the lining shall not be used on the face of the flange . INDURIN 111110T1c·ro t 1111 THE PROVEN CERAMIC EPOXY LINING 888-SPEC-401 I PROTECT0401 .COM Coating of Bell Sockets and Spigot Ends TECHNICAL DATA Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using Protecto 401 ™ Joint Compound . The Joint Compound shall be applied by brush to ensure coverage . Care should be taken that the Joint Compound is smooth without excess buildup in the gasket seat or on the spigot ends . Coating of the gasket seat and spigot ends shall be done after the application of the lining . Number of Coats The number of coats of lining material applied shall be as recommended by the lining manufacturer. However, in no case shall this material be applied above the dry thickness per coat recommended by the lining manufacturer in printed literature. The maximum or minimum time between coats shall be that time recommended by the lining material manufacturer. To prevent delamination between coats, no material shall be used for lining which is not indefinitely recoatable with itself without roughening of the surface . Touch-Up and Repair Protecto 401 n.1 Joint Compound shall be used for touch -up or repair in accordance with manufacturer's recommendations . IV. INSPECTION AND CERTIFICATION Inspection • All ductile iron pipe and fitting linings shall be checked for thickness using a magnetic film thickness gauge . The thickness testing shall be done using the method outlined in SSPC PA-2 Film Thickness Rating . • The interior li ning of all pipe barrels and fittings shall be tested for pinholes with a non-destructive 2,500 volt test. Any defects found shall be repaired prior to shipment. • Each pipe joint and fitting shall be marked with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. Certification The pipe or fitting manufacturer must supply a certificate attesting to the fact that the applicator met the requ irements of this specification , and that the material used was as specified . V . HANDLING Protecto 401 ™ lined pipe and fittings must be handled only from the outside of the pipe and fittings . No forks , chains, straps , hooks, etc. shall be placed inside the pipe and fittings for lifting , positioning , or laying . The pipe shall not be dropped or unloaded by rolling . Care should be taken not to let the pipe strike sharp objects while swing i ng or being off loaded . Ductile iron pipe should never be placed on grade by use of hydraulic pressure from an excavator bucket or by banging with heavy hammers . 111110TIIC'f II t 11 J 1 TECHNICAL DATA THE PROVEN CERAMIC EPOXY LINING 888-SPEC-401 I PROTECT0401.COM oxidos sueltos, etc., sean quitados de la superficie. Solamente manchas pequenas y 6xido pegado finnemente se puede dejar en la superficie. Cualquier superficie donde reaparezca la oxidaci6n antes del revestimiento debe ser granallada otra vez. C . Revestimiento Despues de preparar la superficie y dentro de las 8 horas despues de preparar la superficie, el interior del tuba recibira un espesor nominal de 40 milesimas de pulgadas de capa seca de Protecto 401™. Nose debe aplicar cuando la temperatura del sustrato ni del ambiente este a menos de 40° F (4.5 'C). La superficie tambien debe estar seca y sin polvo. Si tuberia con extremes bridados o conexiones bridadas estan incluidos en el proyecto, el revestimiento no se utilizara en la cara de las bridas. D . Recubrimiento de las cavidades del empaque y del extrema del tubo Debido a las tolerancias involucradas, el area del empaque y el extrema del tuba hasta 6 pulgadas atras del final del extrema del tubo debe recibir una caJ>a nominal de 6 milesimas de pulgadas a 10 milesimas maxima, usando Protecto 401T Joint Compound (Compuesto de adhesion de juntas Protecto 401™). El Compuesto de adhesion de juntas se aplicara con una brocha para asegurar que todo este cubierto. Esto debe ser hecho con cuidado para que el Compuesto de adhesion de juntas este suave sin aumento en exceso en el asiento del empaque o en los extremes del tubo . La capa Protecto 401 TM a que se aplicara al asiento del empaque y a los extremos del tubo debera ponerse despues de aplicar el revestimiento. E . Numero de Capas El numero de capas del material de revestimiento sera el recomendado por el fabricante del mismo . Sin embargo, en ningun caso debe aplicarse este material por encima del espesor seco por capa recomendada por el fabricante en su publicacion de especificaciones tecnicas El tiempo maxima o minima entre capas sera ese tiempo recomendado por el fabricante del material del revestimiento . Para prevenir la delaminaci6n entre capas, ningun material debera ser usado para revestimiento el cual no pueda ser recubierto sobre si mismo indefinidamente sin que la superficie se vuelva aspera. F. Retocar y Re~arar Protecto 401 M Joint Compound (Compuesto de adhesion de juntas-Protecto 401™) debe ser usado para retocar o reparar de acuerdo con las recomendaciones del fabricante . IV_ lnspecci6n y Certificaci6n A . lnspecci6n 1. El espesor de los revestimientos de toda tuberia y conexiones de hierro ductil seran verificados con un indicador magnetico de espesor. La prueba de espesor sera hecha usando el metodo delineado en SSPC PA -2 Film Thickness Rating (Clasificaci6n de Espesor de Capa). 2. El revestimiento interior de todos los tubos y conexiones debera ser verificado para detectar porosidades con una prueba no destructiva de 2,500 voltios . Cualquier defecto que se encuentre debe ser reparado antes de envio. 3 . Cada tubo y conexion debera ser marcado con la fecha de aplicaci6n del revestimiento junto con una secuencia numerica de las aplicaciones hechas en esa fecha y los registros del trabajo deberan ser mantenidos por el aplicador. C . Certificacion El fabricante del tubo o de la conexi6n debera suministrar un certificado atestiguando el hecho de que el aplicador cumpli6 con los requisitos de esta especificaci6n , y que el material usado fue el especificado0 V.Manejo El tubo y las conexiones recubiertas con Protecto 401 TM deben ser manipuladas solamente por el exterior. Ninguna horquilla , cadena , correa , gancho, etc ., se colocara dentro del tubo o las conexiones para levantar, posicionar , o colocar. INDURIN / l1110TIC'f0 t 1111 THE PROVEN CERAMIC EPOXY LIN ING 888 -SPEC-401 I PROTECT0 40 1 .COM Material Safety Data Sheet May be used co comply wil'1 OSHA'• Hazard Communication Standard,~ CFA 11110 1200. Standard must be conautted lor apeelflo requiremente . IDENTITY (u Uud on L.tlBI and Ust) Ductlle Iron Pipe Lined with Protecto 401 Ceramic E ,name 3333 Richard Arnn on Jr. Blvd. N. Birmingham, Alabama 35234 TECHNICAL DATA U.S. Department of Labor Ocoupatlonal Safety and Health Administration (Non-Mandatory Form) F om, Approved 0MB No . 1218-0072 Nole: Bl4ll'lk ~ ""' not permltl«J. If .ny /rem Is not appllcab#e or no lnformallon la •vdable, the apace muet be tNr1uld ro lndlcats tMt. 3 February 2005 Polymeri zed Coel Tar Pitch Non Est.abllehed Not hazardoua under normal oondillona None Iron P"e, Phenol Odor Water~ water log , dry chemical SjSii::liJ ffi Flgl'ing - Wear eelf-contalned breathing epparawa Do not breathe fumM end/or amoke Onui.uii Fri ind tiipbikin Hiiiidi I Spedllc Gravity (HaO -, ) ::::... .......... , l~dmL Do not bfealhe lumea andlor amoka. Wear self-contained breathing appa,atus. OSHA 17.C Sip( 11186 INDURIIN - 07 -Contracts, Bonds and Insurance - r8l 7.1 -Certificate of Insurance r8l 7.2 -Contractor Compliance With Workers' Compensation Law r8l 7.3 -Conflict of Interest Questionnaire r8l 7.4 -Performance Bond C8J 7 .5 -Payment Bond r8l 7 .6 -Maintenance Bond r8l 7.7 -City of Fort Worth Contract MS-Word pdf pdf pdf pdf pdf pdf 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 Project No . D O ze 9 . STATE OF TEXAS COUNTY OF TARRANT § § § , CONATS ER CONSTRU CT ION TX , LP B~~~ /.~ - Name : _ Jerry Conatser, President of Conatser Management Group , Inc. Title : G .P. Date: __________ _ e me , the undersigned authority, on this day personally appeared --=---'--"l---1o::.w-'-~>.....<...C"-=-'-· known to me to be the person whose name is subscribed to the ent, and ac nowledged to e that he e1 ecu ted the same as the act 5 · ~ S<Zr uc1, 'e for the purposes and consideration there in expr ssed and in the capacity therein stated . Given Under My Hand and Seal of Office thisr-a~day ~ , 201L. ~~~~~Ul.-\.:c_=-Cld4n Rev 4-15-10 Bond No: 022034162 PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, (1) CONASTER CONSTRUCTION, TX LP., as Principal herein, and (2) _ LIBERTY MUTUAL INSURANCE COMPANY ' a corporation organized under the laws of the State of (3) MA and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of ONE MILLION TWO HUNDRED FORTY NINE THOUSAND FIVE HUNDRED AND NINETY SEVEN DOLLARS AND NO CENTS {$1,249,597.00) for the payment of which sum we bind ourselves, our heirs, executors, adrninistrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the __ day of ) r 3 , JI 20_ a copy of which is attached hereto and made a part hereof for all purposes, for the construction of: Water and Sanitary Sewer Relocations for The Trinity River Vision -Central City Project and The Trinity Uptown Service Area Phase 1-Bridge and Channel Relocations, Part 1 Henderson Street Bridge Water and Sanitary Sewer Relocations NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans , specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein . IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this ___ day of ___ ~)~_, ___ 7~n1 ___ , 20 _. ATIEST: (Principal) Secretary (SE AL) CONATSER CONSTRUCTION TX, LP PRIN ~ By ~- ~: Jerry R. Conatser President of Conatser Title : Management Group, Inc. , GP Address: P, o, Box I 544 8 Fort Worth, TX 76)19 Witness as to Principal ATIEST: Secretary (SE AL) LIBERTY MUTUAL INSURANCE COMPANY SURETY By ~e/© Name : Glenna S. Davis Attorney in Fact Address : I 7 5 Berkeley Street Boston MA 02117 Witness to Suret Carolyn Maples Telephone Number: 972.233.9588 NOTE : ( 1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated . In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond No: 022034162 PAYMENT BOND THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS : That we, (1 ), CONATSER CONSTRUCTION, TX LP. as Principal herein , and (2) _ LIBERTY MUTUAL INSURANCE COMPANY existing under the laws of the State of(3) __ ~MA~--- a corporation organized and as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of ONE MILLION TWO HUNDRED FORTY NINE THOUSAND FIVE HUNDRED AND NINETY SEVEN DOLLARS AND NO CENTS ($1,249,597.00} for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the __ day of <; F p ' t.l l , 20_, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: \Vater and Sanitary Sewer Relocations for The Trinity River Vision -Central City . Project and The Trinity Uptown Service Area Phase 1-Bridge and Channel Relocations, Part 1 Henderson Street Bridge Water and Sanitary Sewer Relocations 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; othenvise, to remain in full force and effect PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein . IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this ___ day of ___ J_'l_P_1_3_2_0_11 __ , 20_. ATTEST: CON ATSER' CONSTRUCTION TX, LP PRIN~CIPAL ~~ .• ~ By: ~ /. Name: Jerry R. Conatser (Principal) Secretary President of Conatser Title : Management Group, Inc. ,GP (SE AL) Address: P. o. Box 15448 Fort Worth, TX 76119 Witness as to Principal ATTEST: Secretary (SE AL) LIBERTY MUTUAL INSURANCE COMPANY :~~~ Name : Glenna S. Davis Attorney in Fact Address : 175 Berkeley Street Boston, MA 02117 ~s~ Telephone Number: 972. 233. 9588 Carolyn Maples NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated . In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. - Bond No: 02 2 034162 MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS : § § § That CONASTER CONSTRUCTION TX LP. ("Contractor"), as principal, and, LIBERTY MUTUAL INSURANCE COMPANY a corporation organized under the laws of the State of ~MA="--- ___ , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas , the sum of ONE MILLION TWO HUNDRED FORTY NINE THOUSAND FIVE HUNDRED AND NINETY SEVEN DOLLARS AND NO CENTS ($1,249,597.00) , lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby 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 ,~ ' 1 11 , 20_, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements : Water and Sanitary Sewer Relocations for The Trinity River Vision -Central City Project and The Trinity Uptown Service Area Phase 1-Bridge and Channel Relocations, Part 1 Henderson Street Bridge Water and Sanitary Sewer Relocations the same being referred to herein and in said contract as the Work and being designated as project number(s) WATER P265-609170096983 SEWER P275-709170096983 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 sa id 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 ti me within said period , if in the opinion of the D irector of the City of Fort Worth ni:>n::irtmi:.nt nf l=nnini:>i:>ri nn it h,:, no:>r-i:>c::c::::ir\/' :::inri 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 success ive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF, this instrument is executed in eight (8) counterparts , each of which shall· be deemed an original , this_ day of ) ~ 1 J lU 1 , A.O. 20 __ . ATTEST: (SE AL) Secretary ATTEST: (SE AL) Secretary CDNATSER CONSTRUCTION TX, LP Contractor By ~~ ~e : Jerry R. Conatser President of Conatser Title: Management Group, Inc. , GP LIBERTY MUTUAL INSURAN CE COMPAN Y Surety Title : -~A~t~t=o~r~n=e-y_-~i =n_-~F=a c~t~----- 175 Berke ley St r e e t Bo s t on MA 0 2 117 Address 4748527 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON ,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth , does hereby name , constitute and appoint GREG A. WILKERSON, GLENNA S. DAVIS, CATHY VINSON, CAROLYN MAPLES, JOHN R. WILSON, ALL OF THE CITY OF FORT WORTH, STATE OF TEXAS .............................................. . , each individually if there be more than one named , its true and lawful attorney-in-fact to make , execute , seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds , recognizances and other surety obl igations in the penal sum not exceeding TWENTY FIVE MILLION AND 00/100******************************************************************** DOLLARS ($ 25,000,000.00**************************** ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations , in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That t his power is made and executed pursuant to and by authority of the following By-law and Authorization : ARTICLE XIII -Execution of Contracts: Section 5 . Surety Bonds and Undertakings . Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe , shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make , execute , seal , acknowledge and deliver as surety any and all undertakings , bonds , recognizances and other surety obl igations. Such attorneys- in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant to Article XIII , Section 5 of the By-Laws , David M . Carey, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoin t such attorneys-in-fact as may be necessary to act in behalf of the Company to make , execute , seal , acknowledge and deliver as surety any and all undertakings, bonds , recognizances and other surety obligations . That the By-law and the Authorization set forth above are true cop ies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty vi vi Q) C: vi ::::s .0 >, C: ca C: =o ca 1-urn ~w EE 0 Q. :::c <tM ...... o'<t Mutual Insurance Company has been affixed thereto in Plymouth Meeting , Pennsylvan ia this day of 3 rd day of August 2011 LIBERTY MUTUAL INSURANCE COMPANY •,{#£ti; ' ... "'C Q) C: ~ ca oe a.. ca COMMONWEALTH OF PENNSYLVANIA COUNTY OF MONTGOMERY ss Davi~ sistant Secretary On th is 3 rd day of Augus t 2011 , before me, a Notary Public , personally came David M . Carey. to me known , and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of sa id corporation ; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation . first above written . This certificate and the above power of attorney may be signed by facs imile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March , 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds , shall be valid and binding upon the company with the same force and effect as though manually affixed . IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this ___ day of EP 1 3 20\\ Gregory W. Davenport, Assistant Secretary .!!?c ..c:c -·· .... 0) 0 C: >, Q) -Q) :s .! = Q) ~.o a,C ..c: '<t -N e°i> ._N ·-M .... co C: I oc u..- o"? i-,;...- ~Libert): \'pl Mutual Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. 0. Box 149104 Austin, TX 78714-9104 Fax : (512) 475-1771 Web: http://www.tdi.state .tx .us E-mail : ConsumerProtection@tdi .state. tx .us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim , you should contact the company 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 the attached document. LMIC-3500 Page 1 of 2 Rev . 7.1.07 THE STATE OF TEXAS CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT )t 1 3 Lil This Contract made and entered into this the day of A.D ., ~ by and between the CITY OF FORT WORTH, a home-rul e municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties , Tex as, by and through its duly authorized Assistant City Manager, ("Owner"), and (Contracting Company Name here), ("Contractor") Owner and CONASTER CONSTRUCTION TX LP. Owner and Contractor may be referred to herein individally as a "Party" or collectively as the "Partie s ." WI1NESSETH: That said parties have agreed as follows : 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed b y the Owner, and under the conditions expressed in the bond bearing even date herewith , the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows : Water and Sanitary Sewer Relocations for The Trinity River Vision -Central City Proiect and The Trinity Uptown Service Area Phase 1-Bridge and Channel Relocations, Part 1 Henderson Street Bridge Water and Sanitary Sewer Relocations 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 b y the Department of Engineering for the Water Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, w hich 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 hereb y agrees and binds himself to commence the construction of said work within ten (10) days after being notifi ed in writing t o do so by the Department of Wat er (Engineering) of the City of Fort Worth . 4 . The Contractor hereb y agrees to prosecute said w ork with reasonable diligence after th e commencement thereof and to full y complete and finish the same ready for · p ection and approval of the Department of Engineering of the City of Fort Wo 1ty Cou~IS the City of Fort Worth within a period of 180 Calender days . OFFICIAL REC CITY SECRETARY ft. woatK, tX If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $420 .00 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the w ork 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 ex ceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor cov enants 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 anv such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or emplovees. 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 anv such iniury or damage is caused in whole or in part bv the negligence or alleged negligence of Owner, its officers, servants or emplovees .. 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 w ork from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7 . A. If the total contract price is $25,000 or less , payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the Owner. B . If the contract amount is in excess of $25 ,000 , a Payment Bond shall be executed, in the amount of the Contract, solely for the protection of the claimants supplying labor and material in the prosecution of the work. C If the Contract amount is in excess of $100 ,000, a Performance Bond shall be executed, in the amount of the Contract conditioned on the faithful performance of the work in accordance with the Plans , Specifications , and Contract Documents . Said bond shall solely be for the protection of the Owner. D . A Tw o -y ear Maintenance Bond in the name of the Owner is required for all proj ects to insure the prompt, full and faithful performance of the general guarantee contained in the Contract Documents . 8 . The Owner agrees and binds itself to pay, and the Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be ONE MILLION TWO HUNDRED FORTY NINE THOUSAND FIVE HUNDRED AND NINETY SEVEN DOLLARS AND NO CENTS ($1,249,597.00). 9 . It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Owner. Any request for any sublease or assignment shall be made in writing and submitted to the Director of the Engineering Department. 10 . The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas , a 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 w ith references to the ex isting Charter and Ordinances of the City of Fort Worth and the law s 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 . ';rP 1 3 2011 Done in Fort Worth, Texas , this the_. __ day of ___ ·-=-=--_._, A .D.,_ :~~~ DIRECTOR, DEPARTMENT OF WATER CONATSE R C ONSTRUCTION TX , LP CONTRACTOR BY ~ ~ Jerry Conatse r , President of Conatser Management Group , Inc. G.P. TITLE P .O . Box 15448 Fort Wo rth ,TX 76 119 ADDRESS OFFICIAL RECORD CITY SECRETARY fT. WORTH, TX CITY OF FORT WORTH FERNANDO COSTA, ASST CITY MANAGER ATTEST: CI1Y SECRET ARY (SE AL) nAfC C -l c;-1 /Jz __ 1 .11 . }\ APPROVED AS TO FORM AND LEGALITY : ASST. CITY ATTORNEY ..... 08 -Appendices D Easements Index 0 Permits Index D Reports Index 0 Geotech Index D Pavement Cores Index Add TXDOT permit here GEOTECHNICAL INVESTIGATION STREET RECONSTRUCTION WATER AND SANITARY SEWER REPLACEMENT TRINITY RIVER VISION -HENDERSON STREET BRIDGE FORT WORTH, TEXAS SUBMITTED TO KIMLEY-HORN AND ASSOCIATES, INC. 801 CHERRY STREET, UNIT 11, SUITE 1025 FORT WORTH, TEXAS 76102 BY HVJ ASSOCIATES, INC. DALLAS, TEXAS APRIL 7, 2011 REPORT NO . DG0915502 HVJ ASSOCIATES April 7, 2011 Mr. Carl T. DeZee, PE Kimley-Horn and Associates, foe . 801 Cherry Street, Unit 11, Suite 1025 Fort Worth, Texas 76102 Re: Geotechnical Investigation Trinity River Vision -Henderson Street Bridge Owner: City of Fort Worth HVJ Project No.: DG0915502 Dear Mr. DeZee: Houston Austin Dallas San A ntonio El Paso 8701 John Carpenrer Freeway, Suire 250 Dallas, Texas 75247-~ 214.678.0227 Ph 2 I 4.678.0228 Fax www.hvi,com Submitted herein is the report of our geotechnical investigation for the above referenced project. The study was conducted in general accordance with our agreement dated June 5, 2009 and is subject to the limitations presented in this report. We appreciate the opportunity of working with you on this project. Please read the entire report and notify us if there are questions concerning this report or if we may be of further assistance. Sincerely, HVJ ASS OCI ATES, INC. Texas Firm Re istratio n No. F--000646 ':f ,>-.. ,,,L· -f="A ti:. A Fadi N. Faraj, PE Dallas Profess ional Services Manager fF/RE/JP "''''''' ---"' OF r ,, .:-~~--····-.f~, -,~ .. * .. ' ,,,, -,.. •• I '*: · .• , '•: · .. ~ ~-······························.,. ,_ FAO I N. FARAJ ..,_ '-·······························J \~ 96707 :t, ~l.;_e,·~'CF:NS<S!.·~~ •, J's ........ :;.,c, .: ,, 10NAL '<:."._-,,,,,,.., ...... 04/07/2011 The seal appearing on this document was authorized by Fadi N. Faraj, PE 96707 on April 7, 2011. A ltera tion of a sca led document without p roper notification to the re sponsible engineer is an offense under th e Texas Engineering Practice Act. • 1\fain Text -11 pages • Plates -9 pages • 1\p pendix 1\ -1 page u Ravi Teja. E lepe, M.S Staff Engineer CONTENTS ILLUSTRATIONS ........................................................................................................................ IV 1 EXECUTIVE SUMMARY ............................................................................................... V 2 INTRODUCTION ............................................................................................................ 1 2.1 Project Description ............................................................................................................. I 2.2 Geotechnical Investigation Progra m ................................................................................... 1 3 F IELD I NVESTIGATION ............................................................................................... I 3.1 Geotechnical Borings .......................................................................................................... l 3.2 Sampling Methods .............................................................................................................. I 3.3 Water Level Measurements ................................................................................................. 2 4 LABORATORY TESTI NG ............................................................................................... 2 5 SITE CHARACTERI ZATION ......................................................................................... 2 5.1 Genera l Geolo gy ................................................................................................................. 2 5.2 Soil Stratigraphy .................................................................................................................. 3 5.3 Groundwater Conditions .................................................................................................... 3 6 UTILITY DESIGN AND CONSTRUCTION CONSIDERATIONS .............................. 3 6.1 General ............................................................................................................................... 3 6.2 Sewer Vaults Design ........................................................................................................... 4 6.3 Boring and Jacking .............................................................................................................. 5 6.4 Open-Cut Excavation Cons id eration s ................................................................................. 6 6.5 Structural Fill and General Earthwo rk recommendations ................................................... 8 6.6 Groundwater Control ......................................................................................................... 8 7 WATER LI NE DESIGN CRITE RIA AND RECOMMENDATIONS ............................ 8 7.1 General ............................................................................................................................... 8 7.2 Geotechnic al Parameters .................................................................................................... 8 7.3 Pipe In sta llation recommendations ..................................................................................... 9 7.4 Thrust Force Design R ecomme nd atio ns ........................................................................... 11 8 DESIGN REVIEW ......................................................................................................... 11 9 fJMITATIONS ................................................................................................................ 11 w ILLUSTRATIONS Plate SITE VICINITY MAP ..................................................................................................................................... 1 GEOLOGY I\1AP ............................................................................................................................................. 2 PLAN OF BO RINGS ...................................................................................................................................... 3 BORIN G LOGS ............................................................................................................................................. 4,5 KEY TO T E RM S & SYMBOLS USE D ON BORING LOGS ............................................................... 6 THRUST FORCE ACTING ON A BEND ................................................................................................ 7 BRACED EXCA VATlON LATERAL EARTH PRESSURE DIAGRAM ................................... 8 RIGID PIP E LOADS ...................................................................................................................................... 9 APPENDICES Appendix SUMMARY OF LABORATORYTESTRESULTS ................................................................................. A IV 1 EXECUTIVE SUMMARY HVJ Associates, Inc. was retained by Kimley-Horn and Associates, Inc. to provide geotechnical services for the proposed reconstruction of the Henderson Street Bridge . The project involves the in stallation of new water and sanitary sewer lines along Henderson Street and \Vhite Settlement Road in Fort Worth, Texas. Subsurface conditions were evaluated b y drilling and sampling a total of two (2) borings. A brief summary of the investigational findings are as follows: 1. Groundwater was observed in boring BH-2 at depth 19 feet during drilling o perations and at 14 feet below grade after the completion of drilling. Groundwater was not o bserved in boring BH -1. However, it sh ould be noted that groundwater levels will fluctuate with seasonal changes in m o isture conditions. 2. T h e subsurface soils at BH-1 generall y consist o f stiff to very stiff low plasticity clay s to a depth of 15 fee t a nd high plasticity cla ys fo ll owing the next 5 feet to the maximum termination depth of 20 feet below the ground surface" 3. The subsurface soils at BH-2 generally consist of stiff to very stiff low plasticity clays to a depth of 30 feet, and clayey sands following the next 5 feet to the maximum termination depth of 35 feet below the ground surface 4 . The water line will be constructed using either o pen-cut or bore and jack techniques. The invert depth of the water line wa s assumed to be approximately 10 to 15 feet for BH-1 and 10 to 30 feet for BH-2 below existing grade. Please note that this executive summary does n ot fully relate our findings and opinions. Those findings and opinion s are only presented through our full report. V 2 INTRODUCTION 2.1 Project Description HVJ Associates, Inc. was retained by Kimley-Hom and Associates, Inc. to provide geotechnical services for the proposed reconstruction of the Henderson Street Bridge . The project involves the installati on of new water and sanitary sewer lin es along Henderson Street and White Settlement Road in Fort Worth, Texas. A site vicinity map is included on Plate 1. T he purpose of this geotechnical investigation is to provide geotechnical infonnation at the proposed water and sanitary sewer locations. 2.2 Geotechnical Investigation Program The primary objectives of this study were to gather information on subsurface conditions at the site and to provide recommendations for the proposed utilities . T he objectives were accomplished by: 1. Drilling two borings to detennine soil stratigraphy and to obtain samples for la boratory testing; 2. Performing laboratory tests on the samples obtained from the borings in order to determine the es sential physical and engineering characteristics of the soils . Subsequent sections of this report contain descriptions of the field exploration, laboratory-testing program and general subsurface conditions. 3 FIELD INVESTIGATION 3.1 Georechnical Borings The field exploration program undertaken at the project site was performed on October 15, 2009 . The subsurface conditions were investigated by drilling a total of two borings: one twenty (20) feet BH -1 and one thirty five (35) feet BH-2. All boreholes were backfilled with soil cuttings, the ground water readings were obtained during and after drilling. A site plan showing the approximate boring locations is presented on the Plan of Borings , Plate 3. 3.2 Sampling Methods Soil samples were obtained continuously to 10 feet and at 5-foot intervals thereafter in both the borings. Cohesive soil samples were obtained with a three-inch thin-walled (Shelby) tube sampler in general accordance with ASTM D-1587 s tandard. Granular cohesionles s soils were sampled wi th the Standard Penetration Tes t (SPT) sampler in accordance with ASTM 01586 standard . Each sample was removed from the sampler in the field, carefully examined and then classified. The shear strength of the cohesive soils was estimated by a hand penetrometer in the field . Suitable portions of each sample were sea led and packaged for transportation to our laboratory. Detailed de sc ription s of the soil s encountered in the borings are giv en o n the boring logs pre sented o n Plates 4 and 5. A key to the soil s cl as sification and sy mbols use d in the boring logs is al so presented o n Plate 6 . 3.3 \~ater Level Measurements Groundwater levels in the borings were observed during and after completion of drilling . The water levels measured during and after drilling are reported on the boring logs presented on Plates 4 and 5. Groundwater was not encountered in BH-1 during or after completion of drilling operations. Groundwater was encountered at a depth of 19 feet during drilling and 14 feet after completion of drilling in boring BH-2. However, it should be noted that groundwater levels will fluctuate with seasonal changes in moisture conditions. 4 LABORATORY TESTING Selected soil samples were tested in the laboratory to determine applicable physical and engineering properties. All tests were performed according to the relevant ASTM Standards. These tests consisted of moisture content measurements, pocket penetrometer, percent passing No. 200 sieve, sieve analysis, Atterberg Limits, unconfined compression and unit dry weight. The Atterberg limits and percent passing No. 200 sieve tests were utilized to verify field classification by the Unified Soils Classification System, and the unconfined compression tests were performed to obtain the undrained shear strength of the soil . The type and number of tests performed for this investigation are summarized below: Type of Test Moisture Content (ASTM D2216) Atterberg Limits (ASTM 04318) Percent Passing No. 200 Sieve (ASTM 01140) Hand Penetrometer Unconfined Compression (Soil) (ASTM D 2166) Unit Dry Weight (ASTM D 2166) The s ummary of laboratory test results is presented in Appendix A. 5 SITE CHARACTERIZATION 5.1 General Geology Number of Tests 14 6 6 15 7 7 According to the University of Texas at Austin, Bureau of Economic Geology "Geologic Atlas of Texas Dallas Sheet," the project area lie s within the surface express ion of Alluvium (map symbol Qal) and Fluviatile (map symbol Qt) deposits underlain by Fort Worth Limestone Formation (map sy mbol Kfd) and Duck Cree k Formation (map sy mbol Kdc) undivided. The Alluvium and Fluviatile deposits mainly consist of flood-plain deposits including gravel, sa nd , silt, silty clay, clay and organic m atte r. The Fort Worth Limestone Formation is mainly represented b y limestone and cla y. Limestone, aphanitic to biosparite, burrowed, beds 0.2 -2 feet becoming thicker and m o re mass ive southward, light to medium gray; weathers yellO\vish brown; marine megafossils arc Pecten , oys ters , echin o ids and ammonites. C lay, calcareous, in units 0 .1 -5 feet thick, medium gray to yellO\vish brown; weathers yellowi s h brown, forms low rolling hill s, thi c kness 25 -35 feet 2 The Duck Creek Formation consists of limestone, aphanitic and partially bioclastic, locally burrowed, medium gray to yellowish gray and weathers, dark gray with yellowish-brown patches, locally forms topographic benches. Geology map is presented on Plate 2. 5.2 Soil Stratigraphy Our interpretation of soil and groundwater conditions at the project site is based on information obtained at the boring locations only. This information has been used as the basis for our conclusions and recommendations. Significant variations at areas nor explored by t he project boring may require reevaluation of our findings and conclusions . Boring BH-1. The subsurface soils at this location generally consist of stiff to very stiff low plasticity clays to a depth of 15 feet and high plasticity clays following the next 5 feet to the maximum termination depth of 20 feet below the ground surface. Boring BH-2. The subsurface soil s at this location generally consist of stiff to very stiff low plasticity clays to a depth of 30 feet, and clayey sands following the next 5 feet to the maximum termination depth of 35 feet below the ground surface. Details of the s ubsurface stratigraphy encountered in the borings are shown on the boring logs presented on Plates 4 and 5. 5.3 Groundwater Conditions Groundwater levels in the borings were observed during and after completion of drilling. The water levels measured during and after drilling are reported on the boring logs presented on Plates 4 and 5. Groundwater was not encountered in BH-1 during or after completion of drilling operations. Groundwater was encountered at a depth of 19 feet during drilling and 14 feet after completion of drilling in boring BH-2. The measured values are summarized in the table below: Boring No . Water Depth During Water Depth After Drilling (ft) Drilling (ft) BH-1 -- BH-2 19 14 lt should be noted that groundwater level s determined <luring drilling may not accurately reflect the true groundwater conditions, and therefo re s hould only be considered as approximate. It should also be noted that groundwater level s might fluctuate seaso nally and with climatic. 6 UTILITY DESIGN AND CONSTRUCTION CONSIDERATIONS 6.1 Genera) This section is intended to address issues that might arise during construction. Our recommendatio n s are intended for use as guidelines in dealing with particular soil conditions. The to pics addressed in this section include sewer vaults, boring and jacking, o pen-c ut construction, structural fill and general earthwork recommendatio n s, groundwater co ntrol con sidera ti o ns. The recommendatio n s contained herein are not intended to dictate construction m e th ods or sequences. I nstead they a re provided solely to assist designers in id en ti fy in g potential cons tructio n 3 problems related to excavation, based upon findings derived from sampling. Depending upon the final design chosen for the project, the recommendations may also be useful to personnel who observe construction activity. Prospective contractors for the project mus t evaluate potential construction problems on the basis of their review of the contract documents, their own knowledge of and experience in the local area, and on the basis of similar projects in other localities, taking in to account th eir own proposed methods and procedures. 6.2 Sewer Vaults Design T h e following section s discuss bearing capacity, uplift, and lateral earth pressure design criteria fo r the Vaults, which may be constructed by open-cu t excavation methods. Bearing Capacity: We understa n d that Vaults will be approximately at a depth of 10 to 30 feet below the existing ground surface. The base of the vaults will be founded o n and in, firm to very stiff lean clay, sand y lean clay or fat clay. The refore, the bearing capacity of the soil encountered at the proposed invert depth is at least 1000 psf. 11.plift Buoyant uplift pressures will act on the portions of the vaults located below the water table . Groundwater was encountered during t h e completion of the field borings , and a di sc u ssio n is included. Buoyant uplift pressure is a function of the depth to groundwater. The large s t uplift press ure wil l occur when groundwater is at the ground surfa ce . We recommend that the vaults con structed b y open-cut excavation method be designed to resist buoyant uplift based o n the dead weight of the structure and the weight of any soil backfilled a b ove the structure. If weight of the structure alone is in a dequate to res ist uplift forces, a toe may b e constructed into the soil at th e base of the structure. Construction of a toe is appropriate when open -cut excavation m eth ods are used. The toe may consist of a bottom slab th at extends into ad jacent backfill. The weight of the material above the exte n sio n ca n then be relied upon to resist the uplift forces. T h e unit weight of soils above and below the water table for a compacted backfill can be approximated as 125 and 65 pcf, re s p ectively . Lat eral Earth Pressures: The pressures whic h a soil can be expected to exert on the exterior wa ll s of an underground structure depend on the type of soil and the construction technique. If the construction method encompasses backfilling along the exterior walls of the underground structure, then the lateral earth press ure s become a function of the type of backfill and its method of placement. If construction were performed by incorporating temporary excavation sheeting as part of the permanent s truc tu re, then the lateral earth pressures would vary with the type o f existing soil. For a backfill type of soil, the following considerations should be taken into account when estimating lateral earth pressure acting on the wa ll s of a permanent underground structure. Over-compaction of back fill and utilization of highly plastic, expansive clay backfill are practices, which ge n erally produce th e highest wall pressures . In these cases, horizontal earth pressures exceeding the ve rtical pressure can be expected. Backfill selec tion and method of plac ement are critical. Bank sa nd and se lect cohesive soil arc some types of fi ll m aterial that can be considered for t hi s project. Ba nk sa nd is sil ty fine sa nd, which contain s n o more than 15 percent material b y ,veight passing th e number 200 sieve, clay lumps o r balls n ot exceeding 2 percent, and is free of debris. Select cohes ive soil s h o uld h ave a plasticity index between 7 and 20 . Most o f the excavated soi.ls from this s ite a re expected to be coh esive materials . The backfill to be used s hould be tested prior to use as explained in the following sectio n . 4 The backfill around the underground structures will impose active to at re s t earth pressures against the embedded walls. Design lateral pressures may be calculated for each backfill type using the following equivalent fluid densities for drained, level backfill. These pressures are for a re s trained structure that is not free to rotate: Fill Type On-Site or Select Fill (PI ::s; 20) Bank Sand, Gravel On-Site Cohesive Soil (PI>20) Equivalent Fluid Density (pcQ 70 40 90 The above pres sures represent drained soil pres sures only; an allowance for hydrostatic loads, due to groundwater and lateral loads due to surcharge must be considered. We recommend a minimum surcharge load of 250 p s f be included in the design. 6.3 Boring and Jacking We understand that the pipeline may be installed u si ng trenchless techniques. Three basic criteria exist for satisfactory construction. First, construction must be feasible which means that it is p oss ible to advance the bore safely and to maintain the integrity of the bore opening a t lea s t temporarily. Second, the construction should not result in excessive damage to adjacent o r overlying structures, s treets, or utilitie s. Third, the long-term design objectives of the facility must be achieved. A s ummary of the construction conditions for the project is given below. Pipe Design. For pipes to be installed by trenchless techniques , whereby sections of pipe are jacked forward against the surrounding soil, pipes should be designed to re sist significant bending moments, along with the jacking forces exerted o n the pipe during installation . These load s generally exceed the overburden press ure s that a re typically determine d based on the prism earth load to the ground surface, plus hydrostatic press ure and surcharge loads as sh own on Plate 9. Therefore, pipes designe d to resi st construction loads during trenchless installation s hould have adequate strength for most lo ng-term overburden and traffic loads . During design , allowance should be made for any external loads, other than soil and rock load s, which m ay be exerted on the pipe. These include loads from foundations for structures located near the water lin e and any possible future excavatio n to be performed near the water line. Much of the sta bility o f the waterlines is due to the presence of relatively uniform s tress conditions in the so il around the pipe. Relief of the earth loads o n one side of the waterline due to subsequent ad ja cent excavatio n could cause an overstress of the pipe. Alignment. Cons tru crability is determined to a large extent by the type of soil or rock. The bes t conditio n s a re fu ll -faced conditi o n s. Situations that are more difficult are mixed face conditions where two different types of soil and rock, or two differe nt types of rock a re encountered in the excavation face si multaneousl y. These tunneling conditions should be avoided whenever possibl e . We do anticipate mixed face conditions at most of the bores at the proposed invert depths. Where mixed face conditions are encountered con t ro l of the gra d e of the face of excavation is more difficult to co ntrol, and local instability of the face of the excavation is more likely at and ne a r locations where the b oundary between two strata is ex p osed in the excava tion . .5 Face of Excavation Sta bility . The stability o f the face is a function of th e shear s trength and s tress - strain characteristics of the soil or rock, the overburden pressure, the geometry of the cross section, the time-depende nt loss o f strength, the delayed deformation of some soils, a nd the construction procedures. When the face cons is ts of more than one kind of soil or rock, the s tability o f such a face may be assessed b y anal yz ing the diffe rent materials independently. For the cohesive soil materials that may be encountered the stability of a face is determined b y its existing undrained shear s trength . T he s tability of the unsupported face of the excavation may be evaluated by a ratio o f the overburden press ure divided by the undrained shear s trength of the soil a ss uming atmospheric air press ure in the tunnel. This ratio is referred to as the Overload Factor, OF . Ba se d o n the meas ure d soil properties, OF values were 3 .0 or le ss. Generally, a design value for the overlo ad factor of 4 or le ss is d es irable in cohe sive soils. A value of 4 represents a practical limi t below which trenchless construction may be carried out witho ut difficulties. Hig h e r OF values will frequ e ntly lead to large deforma ti o n s of the soil around and ahead of th e excava ti o n , v.rith the associated problem of increased subsidence and p ossi ble deformations. It s hould be n o ted; h o w eve r, that exposure time of the face is m os t important. At the moment of e xcavatio n , n egative p o re press ure s a re generated. If the soil is le ft under the same conditions, the p o re press ures will di ss ipa te res ulting in a re duction o f s hear streng th. T hus, if a slow rate of advance is ex pected, a hi gher value of the OF must b e u sed (o r a r e duced corrected v alu e for the undraine d s h ea r stre ngth). Fill m aterial from road g r ading o r in old utility trenches m ay be encountered. A p o tential for face instability exists where weak fill soils are encountered. The contractor should be aware of t he se conditions and make provisions to avoid loss of ground where fill is encountered. Loss of Ground. A properly designed and controlled operation can eliminate or reduce immediate soil moveme nt and sub si dence to a tolera ble level. Nevertheless, some ground lo ss should b e e xpecte d during trenchless operation. With good construction techniques, ground loss can be he ld to acceptable levels. Generall y, p ipes b o red or jacked beneath paveme nt and burie d utilities can be expected to c reate a loose ned sub grade or b e dding conditio n which m ay le a d to subsequent deformations. Advance ra te a nd excav atio n rate should be compatible to avoid ove r excavation or loss o f ground in order to minimize deformations. Groundwater m ay b e e n countered during tunneling operation. We recomme nd th a t equipment providing p os itive suppo rt to the fac e , s uch as ea rth press ure balance equipment, b e u se d when constructi ng t h.i s segme nt of t h e project. Large ground loss can result from unco ntroll ed flowing g round. T h e p otential fo r such ground loss exis ts whe rever water-bearing sands or sil ts arc enco u ntered alo n g the a li g nment. C areful dewatering of su c h la ye rs will redu ce the potential for development of fl owing conditio n s. Tf s uch soil s a re encounte re d during construction tunneling s h o uld b e halted and m eas ures n eed to be ta ke n to dewater th e area . Graimd Surface Movements. The zone of influence of a t renchl ess crossing e xte nds a di sta n ce equ a l to the in ve rt depth o n eac h s id e of the centerline of th e alignm e nt. N o building stru c ture s are anticipa ted to b e in t he zo n e of influe n ce. The utility line s located adjacent to or crossing the ali g nment m ay experience m ovement caused by t re nchless excavation. Settlement of the utility lines s hould be within acce pta bl e limits provid ed good construction practices are followed . Long-term vertical m ovem e nts cause d b y co n solid a tion of the ground a b ove the tunnel will occur if lea ka ge in to th e liner or the sewe r pipes impacts groundwate r levels in the proj ect a rea G.4 Opeo-CtJt Excavation Cons iderations Excava tion s s h ould sa ti sfy two req uirements. F irst, t he soil s above final g rad e must be removed with o ut di s turbing the soil below excavatio n gra d e, which will s upport co n stru cted fac ili ties. 6 Second, the sides of the excavation must be stable to prevent damage to adjacent streets and facilities as a result of either vertical or lateral movements of the soil. In addition, a satisfactory excavation procedure must include an adequate construction dewatering system to lower and maintain the water level at least a few feet below the lowest excavation grade. Excavation Stability. Excavations shall be shored, laid back to a stable slope or some other equivalent means may be used to provide safety for workers and adjacent structures. Earth pressures for braced excavations are presented o n Plate 8. Assessment of the need for excavation sloping, use of trench boxes or other measures required providing a stable excavation and th e u se of appropriate construction practices and/ or equipment is the contractor's responsibility. The following comments are intended to represent common solution s to stability problems encountered in similar soil conditions in the Fort Worth area, and may not be construed as excava tion system de sign recommendations. The excavation operations shall be performed in accordance with 29 CFR Part 1926 subpart P, as amended, including rules published in the Federal Register, Vol. 54, No. 209, d a ted October 31, 1989 , as a minimum. In addition, the provisions of legislation enacted by the Texas Legislature should be satisfied. Excavations Shallower Than Five Feet. Trenches that are less than five feet deep should be appropriately protected when any indication of hazardous ground movement is anticipated. Based on the soil conditions revealed by the borings, all trenches shallower than five feet may be excavated with side slopes of one vertical to one and one-half horizontal, and are not benched due to instability. If there are any indications of sloughing during excavation, the side slopes should be fl a ttened . Excavations Deeper Thao Five Feet. Trenches that are deeper than five feet should be shored, lay back to a s table slo pe, or some other appropriate means of protection should be provided where workers mig ht be exposed to moving ground or caving. The slopes may b e constructed at a ratio of o ne vertical to one horizontal, benched at 4 feet vertical to 4 feet horizontal, in accordance with Table B-1 and shoring may be constructed in accordance with Table C-1.1, Table C-1.2 and Table C-1.3 of 29 CFR P a rt 1926 . Soil types required by Table C-1.1, Table C-1.2 and Table C-1.3 (Tre n c h Shoring -Minimum Timber Requirements) are given below: Boring OSHA Soil Type No. Depth of Trench (ft) 0-5 5-10 10-15 15-20 BH-1 C B B B BH -2 C B C B In general, it is o ur op1ruon that the pres sure distribution (for braced walls) should be u sed for design of sheeting or trench boxes. To reduce the potential for ground movement adjacent to the top of the excavation, the bracing should be preloaded in stages as th e excavation is deepened. The d etailed earth press ure diagrams are presented on Plate 8. T h e planned construction will be performed along alignments near existing utility installations (either crossing or paralleling the new alignments). The contractors should be awa re of potential excavation s tabili ty problems while working in the vicinity of o ld tre nche s and th e excavation system s hould be designed to accommodate this weak material (trench backfill). The vertical wall s of excavations s h ould be located a safe distance from existing utilities in order to prevent movement in the soil mass behind the excavation that may adversely affect the utilities. We recommend that th e horizontal distance should be 4 feet for excavation depths of up to 10 feet. 7 6.5 Structural F ill and General Earthwork recommendations Select fill required to raise the grade or backfill sh ould consist of lean silty or sandy cl ay with a liquid limit less than 40 and a plasticity index between 7 and 20. Fill material that is used sh o uld be placed in loose lifts n ot exceeding eight inches and s hould be compacted to 95 p e rc e nt of standard Proctor maximum dry dens ity as d etermined b y ASTh1 D698 . 6 .6 Groundwater Control Assessme nt of t h e n eed for groundwa ter control and installation of a ppropriate dewatering equipment is th e con tractor's respon sibility . The foUowing comments ar e inte nded to represent commo n solutio n s to gro undw ater control problems encounte red i n si milar soil cond itions in the Dallas area, and may n ot b e construed as dewatering system desig n recommendati o n s. A conventional pump and sump arrangement m ay b e adequate if w ater b earin g cohesive soil s are encountered during tren ch excavatio n s. Well p o ints o r educators m ay b e utili ze d to lo wer the groundwater level t o at least three feet below the excavation level where water beari ng co h esion less soil s are encountered. Well points are generally not effec tive below about 15 feet beneath the t op of the well point, and deeper dewatering requires dee p weUs with submersible pumps and educato rs. Based on th e su b surface soil s encountered, we anticipate groundwater to b e controlled u sing pump and s ump arrangement. In a n y ca se, the g roundwater control sys tem u se d must prov ide a relatively d ry, stable base for construction. Howeve r, it s h ould b e noted that groundwater conditions will change due to rainfall and seaso nal cha nges . Con trol o f groundwater s hould be acco mplished in a m ann er that will preserve the strength of the fou ndation soils; will no t c ause instability of the excavatio n ; and will not re s ult in d am age to existi n g s tru c tures. \'(!here n ecessary to thi s purpose, the water will be lo wered in advance of excavation b y pump a nd sump arrangement, wells, well points, or similar methods. Open pumping should n ot b e permitted if it results in boil s, loss of fin es, softening o f the sub grade, or excavation insta bili ty. Disc h arge sh o uld be a rra nge d to facilitate sa mpling b y the owner's representative o r e ngi neer. 7 WATER LINE DESIGN CRITERIA AND RECOMMENDATIONS 7.1 General The project will in volve co n struction of a 12 -inch wa te r lin e. The invert depth was not provided and so we assumed that the maximum invert depth will b e between 10 and 30 feet below th e ex is ting ground s urface. We also ass umed t hat all line s will be installed usi ng open -cu t and/or augering techniq ues. Our an alyses a nd recommend atio n s for open cu t and/ or a ugering tec hniques are pres ented b elow. 7.2 Geotecboical Parameters Georechnical des ig n parameters are prese nte d in the fo ll owing table. These d esign parameters are b ase d on field and labora t ory test data o btained fr o m the corresponding b o rin g locatio n s and at the a pproximate invert depth o nl y. Please note th a t, b ecau se of the nature of the so il s t ratig ra phy at thi s site, p a rame t e rs at location s th a t dev iate fr om th e b oring location s may vary subs tantia ll y fr o m values reported in th e ta ble provided o n the next page . 8 Undrained Allowable Boring Approximate Soil Total Unit Shear Bearing No. Invert Description Weight Strength (psf) Pressure Depth (ft) (pcf) or Friction (psf) Angle (deg) BH -1 5-15 Very stiff Lean Clay 12 5 2500 4000 BH -2 5-10 Very sti ff Lean Clay 13 0 3000 4500 BH -2 10-15 Firm Lean Clay 125 1000 1600 I BH -2 15 -30 Stiff Lea n C la y 125 1500 2500 The values s hown in the above table represent our interpreta tion of the so il properties b ase d on the ava il able lab o ra tory and field test data. Use o f the soil properties shown ab ove may or may n o t be appropriate for a particular analysis, since choice of design parameters o ften depends on wheth er total or effective stress analysi s is used, rate of lo ading, duration of lo ading, geometry of loaded area, and other fact o r s. The total unit weight values shown above represent o ur interpretatio n of soil unit weight at natural m o is ture content. The undrained shear strength and all owable b ea ring pressure val ues repre se nt o ur interp retatio n o f the s he ar strength in cla y soil s ba se d primaril y on t he re s ults of unconfined compression tes ts , and hand penetrometer tests. The allowable bearing pres sure s include a factor of safety of 3. 7.3 Pipe Installation recomme ndatio ns Pipe Design . The loads imposed o n underground pipes depend principally up o n the metho d o f install a ti o n, the weight of overburden soils, roadway traffic lo ad, and load s due to existing s urface s tructures. For design o f rigid pipes in stall ed u sing open-cut excavation m e th o d s, loads due to overburden and traffic can be determined from Plate 9. The traffic load a pplied to the pip e can b e calculated using 85 % of wheel load with an impact factor o f 1.5 for o ne foot of soil cover, 50% of wheel load with an imp act factor of 1.35 fo r 2 fee t of cover, and 30% of wheel load with an impac t factor of 1.15 for 3 feet of cover. T hi s results in a to tal design traffic loa d on t he pipe o r box c ul vert o f about 1.28 , 0.68 and 0 .3 5 times th e wheel load for 1, 2 and 3 feet of cove r, re s p ectively. For pipes o r b ox culvert with fo ur o r more feet of cover , th e traffi c loads may be taken as a surc harge equivale nt to 250 p sf. The d esign of flexible pipes requires the modulus o f soil reaction of the native soil (En') in the trench wall as input . The En' values are ba se d on empirical relationships to the soil consistency as d e fin ed by unco nfin ed compression te sts for cohesive soil s. En' values for the native so il s are presented in th e fo ll owing table. The E n' va lu es for short-term conditions in cohesive soil s may be ass umed to b e 1.5 time s t he lo ng-term v alue s . These va lues are b ase d o n t h e soil data o btaine d at the boring locatio ns only and may be use d fo r the n o ted invert depth zone . 9 Boring Approximate Soil Total Unit E'n, Long No. Invert Description Weight Term Depth (ft) (pct) (psi) BH-1 5-15 Very stiff Lean Clay 125 600 BH -2 5-10 Very stiff Lean Clay 130 1000 BH-2 10 -15 Firm Lean Clay 125 300 BH-2 15 -30 Stiff Lean Cl ay 125 600 Pipe Bedding and Backfill. Based on the soil borings, it can be ex p ected that stiff to h ard clays will be e ncounte r ed within the bedding zone. We recommend that PVC pipe bedding and backfill b e made o ut of C la ss 10 Aggre gate fill . This fill can consis t of natural sands that h ave been washed and sieved or can be manufactured by crushing stones . Re gardless of so urce, fill material for pipe bedding and backfill must comply with the requirements and tests of "Standard Specifications for Co n c rete Aggregates", ASTM C33. According to ASTM C33, The gradation requirements are as follows: Sieve Size Square Ooenin12: · Percent Passin12: 3/8" 100 No . 4 95 -100 No. 8 80 -10 0 No. 16 50 -85 No. 30 25 -60 No . 50 10 -30 No. 100 2 -10 Class 10 Aggregate Fill shall have no more than a total of 45 % of the material passing any sieve and ret a ined on the next, con secutive sieve, combined . T he fineness modulus of the aggregate fill, as defined in ASTM Cl 25, shall be not le ss than 2.3 and s h ould not exceed 3.1. Compact bedding a nd backfill material sh ould be laid in 6-inch lifts to 95% of the maximum density, as meas ured by ASTM D4253. The bottom of the excavation should be dry before the placement of the pipe . If required, we recommend groundwater control be implemented, if required, to achieve stable trench co nditions a nd a satis factory foundation base. The excavations s hould be performed with equipment capable of providing a relatively clean bearing area. Stable soil s are esse nti al to provide a strong ba se during construction. In addition, stable so il s enhance tre nch bottom s tability, s upport for bedding compaction, a nd minimize possible pipe settlement. Whenever so ft foundation soils are encountered during trench excavation we recommend over-excavating 3 feet below the ba se of the foundation and replacing with on-s ite soils compacted to a t least 95% of maximum dry den sity in loose lifts not exceed in g 8 inches . Trench Back611 . Pipe cmbedment (bedding, hunching, and initial backfill) for water lin es m ay cons is t of coarse gravel. For pipes that will b e located under s treets o r within one foot of s treets and curbs, pip e embedment s hould extend to a minimum of si x inches above the top o f pip e . Tre nch zo n e backfilJ is that portion of tre nch backfill that extends vertically from the top of pipe embedme nt up to pave ment subg rade o r up to fin al grade when n ot benea th pave m e n t . Trench zo n e backfill fo r water line s may consist of bank run sa nd, o r flexible ba se mate ria ls. Trenches that are located partia ll y w ithin the limit o f one foot from stre e ts or c urb s s h o uld be uniformly backfilled acco rd in g to the paved a rea criteria . Backfill m aterial ma y co n sis t o f either in -si tu soil s o r impo rted 10 flexible base materials . Fill material should be placed in loose lifts not exceeding eight inches, a nd should be compacted to 95% of the standard proctor maximum dry d ensity as determined by ASTM D 698. However, the backfill up to 12 inches above the top of the pipe should be compacted so as to prevent structural damage to the pipe. 7.4 Thrust Force Design Recommendations Unbalanced thrust forces will be developed in water lines due to changes in direction, cross -sectional areas, or when the pipe is terminated . These forces may cause joints to di sengage if not adequately restrained. There will be a slight loss of hydraulic head due to the development of turbulence in bends in the pipes. This loss will cause a pressure change across the bend, but it is u sually small enough to be neglected . The thrust force acting on bend is shown in Plate 7. The thrust force may require more reaction than is available just from the pipe bearing against the backfill. In order to prevent intolerable movement and overstressing of the pip e, suitable buttress ing should be provided. In general, thrust blocks, concrete e nca sement, restrained joints and tie rods are common methods of providing reaction for the thrust restraint design. The thrust restraint design provisions described in thi s section are based on the American Water Works Association Manual M9 (1979). 8 DESIGN REVIEW HVJ Associates, Inc. should review the design and construction plans and specifications pnor to release to make certain that the geotechnical recommendations presented herein have been properly interpreted. Our current scope of services does include an allowance for such review. 9 LIMITATIONS This investigation was performed for the exclusive use of Kimley-Horn and As sociates, Inc. for the proposed Water and Sanitary Sewer Reloca tions within Henderson Street Bridge in Fort Worth, Texas. HVJ Associates, Inc. ha s endeavored to comply with generally accepted geotechnical engineering practice common in the local area . HVJ A ssociates, Inc. makes no warranty, express or implied. The analyses and recommendations contained in this report are based on d ata obtained from subsurface exploration , laboratory testing, the project information provided co u s and our experience \vith similar soils and site conditi ons. The methods used indicate subs urface conditions only at the specific locations where samples were obtain ed, only at the time they were obtained, and only t o the d epths pene trated. Samples cannot be relied on to accurately reflect the s trata variations that usually exist between sam pling locations . Should any sub s urface conditi o n s other than those described in our boring logs be encountered, HVJ Associates, Inc. s hould be immediately notifi e d so that further investigati o n and supplemental recomme nd atio n s can be provided. 11 PLATES t So urce: geod ata gov U S M a ps & Da ta IJ~OO Kini! AnhU' Dr L>..i llas, rx 1~,:,-1 1 ~1.i -611j-0!1 i .:'l-1-()7tj~,.:'~g I'd '\ DA T E: 12/9/2 00 9 A PPRO V ED BY: PRE PAR ED BY: I FF TRV -HEN DERSO N BRIDGE St SITE VI CIN ITY RE PRO JE CT NO.: DG-09 -155 02 I DRA WI NG NO .: PLATE I t 9200 Kini! Anhur D- l>allu. TX 7S :!-l7 214-6711 --0227 ::.14 -6il!-02::.1' Fa ., """;""'---- DA TE : 12/04/2009 APPROVED BY : I PREPARED BY: PROJECT NO .: FF I RE TRY-HENDERSON BRIDGE St GEOLOGY MAP DRAWING NO .: DG-09-15502 PLATE 2 t -Ex istin ~ WL -Lxi s li11 e; S S 0 Approxi~ate Boring location 9:!00 Kini! ArtJH .. D' 1.411as, l'X 75 ~47 :!l4-67ll -Ol17 :!l 4-(i71l.O:!l8 1,.a., w nc""'-- DATE: 12/4 /2009 APPROVED BY: PR EPARED BY : FF TRV-HENDERSON BRIDG E St PLA N OF BORfNGS RE PROJECT NO.: DG-09-15502 I DRAW ING NO.: PLATE 3 -s Project: TRV Henderson Street Boring No.: BH-1 Groundwater during drilling: Ory Groundwater after drilling : Dry ELEV. DEPTH , FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA LOG OF BORING Date : 10/15/2009 Northing : -- Easting : -- SOIUROCK CLASSIFICATION w "> zW cnw (/)O <( 0 Q. N >-f- in z u. WU 0 a. >- Project No .: DG-09-15502 Elevation : Station: -- Offset: -- SHEAR STRENGTH, TSF • • .. )I( 0.5 1.0 1.5 2.0 ;f.o z a:: 0 MOISTURE O CONTENT , % I------'----------+---------------------+----,---, PLASTI C LIMIT 1-------1 LIQUID LIMIT 10 15 20 25 2" ASPHALT PAVEMENT road .~:_ijAse:. ................ . . T". CJf !;cll"ldy gravel F_l'"L . . . . . . ..................... . Stiff to very stiff, dark gray, damp, SANDY LEAN CLAY (CL)@ 0-6 ft -w/ sandy gravel lenses @ 2 ft -sandy c lay @ 2-6 ft Very stiff, da rk gray, moist, LEAN CLAY (CL)@6-14 ft -laminated reddish brown clay -trace sand and gravel Very siiff, ciark grayisii ii~o:.;,;.,, moisi: FAT cLAv · (CH) -trace sand and gravel 58 92 96 Shear Types : • = Hand Penet. • = Torv ane A= Unconf. Comp . L------------- 116 106 105 10 20 30 40 50 60 70 80 90 .,, .,, '\ '\ '\ '\ I I I I ' ' ' ' I"' I 11 \ I I I I I I ... * = UU Tri axia l PLATE 4 I I I I I a: <.:J >-' w w a: >-<fl z 0 <fl a: ~ z w I > a: >- N ~ <.:J z ii' al ~ B <fl 0 <.:J Project: TRV Henderson Street Boring No .: BH-2 Groundwater during drilling : 19 feet Groundwater after drilling : 14 feet ELEV. LOG OF BORING Date: 10/15/2009 Northing : -- Easting : -- DEPTH , FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIUROCK CLASSIFICATION w >- (!)> 1--zw en U)v5 Zu. cno wu c(O CIQ.. a."' >- Project No .: DG-09-15502 Elevation : Station: -- Offset: -- SHEAR STRENGTH, TSF • • • )K 0.5 1.0 1.5 2.0 ;F. ci c:: z 0 MOISTURE O CONTENT, % l-----__c_--------!-------------------1---+---l PLASTIC LIMIT 1--------l LIQUID LIMIT 0 10 15 20 25 30 35 40 Shear Types : : -):": A$P.~i :~AV~M~~t: .............. ---. . .... -... --. ·.9" BASE ~;iii-/ io 'tiiirci: dark brown ·. t1ami:i .' .LEAN cui. v 1ci.:i .. -w/ sand and organics (fill@ top). -brown at 6 fl -w/ calcarerous deposits at 1 O fl -firm , dark brown @ 14 fl -water@ 19 fl -stiff, brownish yellow -s helby tube refusal at 24 ' -Stiff, brownish yellow, moist, LEAN CLAY (CL)@ 25 fl Firm to stiff. dark brown, moist, SANDY LEAN CLAY . (CLS) ,s.and lenses .. .. .. . .. . .. .. .. .. .. .. . .. . .. . .. . .. .. . .. ....... Grayish brown, moist. CLAYEY SAND (SC) -frequent sand lenses 95 96 93 86 • = Hand Penet . • = Torvane _. = Unconf. Comp. 10 20 30 40 50 60 70 80 90 .11 112 / .83 120 / / / / \ \ I • 111 • 108 f-+--+----1~·-+-+--+---+--l-+-~ • * = UU Triaxial PLATE 5 '3 ~----------- SOIL SYMBOLS SAMPLER TYPES Soil Types I Thin Walled [2J No Recovery ~ UIIill [ill ~ Shelby Tube Clay Silt Sand Gravel ~ Split Barrel [] Auger Modifiers ~ • [ill o</l 'I. ; 0 0 060 ~~ I] Liner Tube B Jar Sample Clayey Silty Sandy Ceme nted I Construction Materials WATER LEVEL SYMBOLS ~ [] rr~I\ ~ s:z_ Gro undwater leve l determined during 1\1\ I drilling operations 1\1\ I Asphaltic Stabilized Fill or Portland Gro undwa ter leve l after drilling in Concrete Debris Cement ..I__ Base -0-open borehole or pi ez ometer Concrete I SOIL GRAIN SIZE Particle Size or Sieve Cl assification Particle Size No . (U .S. Sta ndard) Clay < 0.002 mm < 0.002 mm Silt 0.002 · 0.075 mm 0.002 mm -# 200 sieve Sand 0.075 · 4 .75 mm #200 sieve • #4 sieve Gravel 4.75 -7 5 mm #4 sieve -3 in. Cobble 75 · 200 mm 3 in.· 8 i n . Boulder > 200 m m > 8 in. DENSITY OF COHESIONLESS SOILS CONSISTENCY OF COHESIVE SOILS Desc r iptive Term Very Lo ose Lo ose Medium De nse Dense Very Dense Penetra t ion Resistance "N" * Blows/Foot 0-4 4 · 10 10 · 30 30 · 50 > 50 Consistency Very Soft Soft Firm Stiff Very Stiff Hard Undrained Shear Stre ngth (tsf) 0 · 0.1 25 0.125 · 0.25 0.25 · 0 .5 0 .5 · 1.0 1.0 · 2.0 > 2.0 •-------------------------------~------------------------------ 3/6 50/4" 0/18 " PENETRATION RESISTANCE Blows r eq uired to penet rate each of three consecutive 6-inch increments per ASTM D-1586"' If more than 50 blows are required, driving is discontinued and penetration at 50 blows is noted Sample r pe netrated full depth under weight of dri ll rods and hammer • The N va lue is take n as t he blows r equired to penetrate th e final 1 2 inches -----------------------------------------------------------.ti Slickensided Fissured Inclusion Parting Seam Layer aminated I Str atified TERMS DESCRIBING SOIL STRUCTURE Fracture planes appear pol is hed or glossy, sometimes striated Breaks along definite p lanes of fra cture with l ittle resistance to fracturing Small pockets of different soils, such as small lenses of sand scatte red through a mass of cl ay In cl usion less th a n 1/4 in ch thick extending t hro ugh the sample Inclusion 1/4 in c h to 3 inches thick extending through the sample In clusion g re ater than 3 inc hes thick extending through the samp le Soil sa mple composed of alternat ing parti ngs o f different soi l type Soil samp le composed of alternating seams o r layers of d ifferent soil type Intermixed Calcareous Ferrous Nodule Soil sample composed of pockets of differ ent so il type and lami na ted or stratified structu r e is not evident Having appreciable quantities of ca lcium carbonate Having appreciable quantities of iron A sma ll ma ss of irregular shape ~200 Kme Anhur Or Dalla~. TX 7.524 7 ~ 1.&-67~-0~27 21..i -6n.ft:!:!SFax ------------ KEY TO TERMS AND SYMBOLS USED ON BORING LOGS --------------1 PROJECT NO.: DG-09 -1 5502 I DRAWI NG NO.: PLATE 6 Where : T Tx Ty p A e 6 V D Sample Given: Find : Tx PA ( I-cos El ) Ty PA s in 0 T 2 PA sin 8/2 Ty T 6 = (90-0/2) I I is the r es ulta nt for ce on th e bend . is th e component of thrus t for ce in x-dire c tion . is the component of thrust force in y-dire c tion . is the maximum sustained press ure. is th e pipe c r oss-sec ti o n al are a. is th e bend d e fl ec tion a ngl e. is the angle b e tw ee n T and X-axis. i s th e fluid v e l oc ity. i s the in s ide diam e ter of co nduit. Ca l c ulation: p = A = T TX = Ty = 150 p si, D = 1.0· = 12" For: El = 90 ° (7TD 2 ) /4 = 113.1 in2 2 PA sinEl/2 = 2 X 15 0 23,299 lb = 24 .0 kip s PA (!-cos El) = 150 X 16 ,969 lb = 17.0 kip s PA s in El= 15 0 X 113 .1 16,969 lb = 17 .0 kips X 11 3.1 X sin (90 °/2 ) 113.1 X (I-cos 90 °) X s in (90 °) DA T E: 12/10/2009 9 200 King Arthur Dr. Dallas. r~xas 7524 7 2 14 .6 78 .022 7 Ph 2 14 67R nn .R F;:n I APPROVED BY : FF I PREPARED BY: RE THRUST FORCE ACTrNG ON A B EN D PROJECT NO.: I DRAWING NO .: DG-09-15502 PLATE 7 Excavali o n Bo llo m Unifor l ~F Ff +.-----------r -~---J---+-----"c----0 .2jH+Hs) ---·----T- Ow \_ I Ow ~ L ~::'~:.~· ~--r ____ _L ~\_ S urface Piezomelr i c Ground wa le r i Leve l 0.50 (H+Hs) H Ex c av a li o n S id e Wa ll --~+ 0.25 (H+Hs) Laleral Earlh Pressure, P P= K ~ (H+Hs) Hydroslali c Wal e r Pressure, Pw Pw = ~ w (H-Dw) H, (fl) = Oe plh lo Ex ca valion Bol lom S, ( psf) = S urc harge lo a d i n g a djac e nl l o Excavalion wa ll K = Lateral Earlh Pressure coe ffi c ienl (C l a y -0.5 for shorl lcrm (Ka), J .O for l ong lerm condilion (Ko)) (S a nd - 0 .3 for s horl term (Ka), 0.5 f or l ong lerm condition (Ko)) Ow, (fl) = Il s, (ft) Hs De pth lo gro undwale r b elo w Ex isling grade Zero f o r t e mpor a ry e xcavation Equival e nt Depth o f s urc h a rg e loading s 12 0 Nole: The prr.~sure diagram s h own is not appropriale ror des ign of c antilever wa\18 . ( p cf) = lS w, (pcf) Total unit weight a bove waler table or s ubm e rg e d unit weighl b e low groundwater l e vel Unit we ighl of wale r = 62.4 p c f 9200 King Arthu r Dr Dallas, Texas 7$247 214 .678 .0ll7 Ph 214 678 0228Fax BRACED EXCAVATION LATERAL EARTII PRESSURE DIAGRAM ----------·-------~-------- PROJECT NO.: DRAWING NO.: DG-09-15502 PLATE 8 For Dw < - pl = P2 - P3 = P4 = For H < p I = - P2 = P 3 = P4 = for Dw > - p I = - P2 = P3 = P4 = H 'f Dw+(H-Dw)(r-'fw)+P5 +(H-Ow)'fw p 1 p 4 ['f Dw+(I-1-Dw)('f-'fw)+i§]K 0 +(H-OwJ'f w ['f Dw+(H+W-Dw)(1-'f w)+Pg]K 0 +(H +W-Dw) 'w 'f Dw+(H+W-Dw)(r-1w)+P5 +(H+W-DwPw Wh e r e Dw < H+W pl . p2. H'f+P5 ('f H+P5 )K 0 [r Dw+(H+ W-Dw)('f-'f w)+ Pg)K 0 +(H+ W-DwJ1w 1 Dw +(H+W-J\v )(7-'f w)+Pg+(ll +W-Dw)'fw (H+W) l-l 'f +Ps (i' 1-!+Ps )Ko [(H+W)7+1§)K 0 (H+W)i'+Pg p3 = Dw 1-1 = w = ., = 'w = PS = Ko = Pressure imposed on pip e, p s f Deplh of groundwaler, f ee t De p l h o f lop of pipe fr o m ground s urface , feel Di a m e l e r of p i p e . f ee l Tola I Unit weight of so il , p cf Unil we i g ht of wale r , pcf Surcharge load, psf Coe ffi c i e nt of earth pressure, ( 1.0 for clays and 0.5 for sands ) 9200 King Anhur Dr. Dalla5 , Texas 75247 214 .678 .0217 Ph )1.4 l.1R: Oi?R FH DATE : 12/\8/2009 I APPROV~~-s_v _: -~P-REPAR~E BY : RIGID PIPE LOADS PROJECT NO.: I DRAWING NO .: DG -09 -15502 PLA TE 9 APPENDIX A SUMMARY OF LABORATORY TESTING RESULTS Percent Shear Liquid Plastic Finer Moisture Dry Unit Strength Shear Borehole Depth Limit Limit PI Than Content Weight (UC) Str . (Pkt #200 (%) (pd) (tsf) Pen) (tsf) Sieve BH-1 1.4 1.5 BH-1 2 1 BH-1 3 32 13 19 58 16.7 BH-1 4 1.5 BH-1 5 15 .6 116 0.72 BH-1 6 1.25 BH-1 7 42 17 25 92 21.7 BH-1 8 J.S BH-1 9 20 .1 106 1.36 BH-1 14 1.08 BH-1 15 1.33 BH-1 15.5 51 18 33 96 20.5 BH-1 19 1 BH-1 19.5 21 105 1.1 BH -2 1 1.5 BH-2 2 J.S BH-2 3 41 15 26 95 13 BI 1-2 4 1.5 BH-2 5 12 .6 112 6.11 BH-2 6 1.5 BH-2 7 44 15 29 96 12.7 BH-2 8 1.5 BH-2 9 13.4 12 0 7.83 BH-2 14 0.3 BH-2 14.5 41 16 25 93 18.1 BH-2 19 0.6 BH-2 19.5 20 .9 111 0.75 BH-2 25.5 20.7 BH-2 25.8 33 17 16 86 BH-2 29 0.4 BH-2 29.5 20.3 108 0 .86 Bf-1-2 34 0.1 BH-2 34.5 22 Total Number of 6 6 6 6 14 7 7 15 Tests: ~ 9~ K.lllli! Anlus Dr ~l1as.TX 7S2o&7 214-6711--02:!7 214·6 7i -022S Fu -- DA TE: 12/04/2009 I APPROVED BY: FF I PREPARED BY: RE TRV-HEN DERSON BR IDGE St SUMMARY OF LAB TEST RESULTS PROJECT NO.: I DRAWING NO.: DG-09-15502 Pl ate A-I Add Pavement Core Index here 09-Addenda D Addenda Index liiil -