Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 32169
CITY SECRETARY . . E. FILE SPECIFICATIONS CCNTRACTC]R'S BONDING CO. CITY SE�CRETARy AND -QNTRACT NO CONSTRUCTION'S COPY CONTRACT DOCUMENTS i CLIENT �rPAi�TMENT *c 5 FOR lie//,S.? / 7 WATER MAIN EXTENSION .5uhmi�fll T4 SERVE WALSH RANCH, PHASE 1 (UNIT 1, UNIT 2 & UNIT 3) CITY PROJECT NO. 04218 WATER PROJECT NO. PW77-060770144980 D.D.E. NO.4750 (UNIT 1) D.Q.E. NO. 4158 (UNIT 2) D.O.E. NO. 4635 (UNIT 3) IN THE CITY OF FORT WORTH, TEXAS pike Moncrief Robert D. Goode, P.E S. Frank.Crumb, P.E. A. Douglas Rademaker, P.E. Charles R- Boswell Director interim Director Director Mayor Transportation and Water Department Department of Engineering City Manager Public Works Department PREPARED BY: Du j'� !��� a Engineers ,•'� rr II 11{•,�,►I►+' y iPlanneris ��`� 0 ]- ►� L.P. Surveyors .,L�{91�+ ��w►•` �;��' Associates, Llandscape Arcr+nects *`?•' �'•:r*�� r(E ,�Te` ,ml 1501 Merrimac Circle,Suite 100 -X � '. *i _+�,�,•',.. .� Fort North,Texas 76107 ...........................� �•� BRIAN Phone 817.335.1121 Fax 817.335.7437 S. ❑ABBY WIIIDIY 1 �. IAa11�11'RE •. ..•8.2 6 2 3 •*� IRNI p� .fid NQS rte` 2005 e iMGYC6 ;Fq�Zac)S DA No. 20C.'l13 Unit 1 Unit 2 A MOOYX. f pop PART G-CONTRACT rTHIS STATE OF TEXAS COUNTY OF TARRANT � Jul- I 9 J.11 THIS CONTRACT, made and entered into the day of 2005and between the City of Fart Worth, a home-rule municipal corporation located in Tarrant County, Texas, acting through its City Manager thereunto duly authorized so to do, Party of the First fart, hereinafter termed "OWNER.", and S.J. LOUIS r CONSTRUCTION OF TEXAS LTD., LLPthe City of MANSFIELD County of TARRANT and State. of TEXAS, Parry of the Second Part,hereinafter termed"CONTRACTOR". P, I WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (Owner), said Party of the Second Part (Contractor) hereby agrees with the said party of the First Part(Owner) to commence and complete certain improvements described as follows: WALSH RANCH WATER MAIN EXTENSION, PHASE I, UNITS 1,2,AND 3 I And all extra work connected therewith, under the terms as stated in the Contract Documents, and at his (their)own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendent, labor, bonds, insurance, and other accessories and services necessary to complete the said construction, in accordance with ^" all the requirements of the Contract Documents, which include all maps, plats, blueprints and other drawings and printed or written explanatory matter thereof, and the specifications thereof,as prepared by the Engineers employed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon, together with the Contractor's Written Proposal and the other parts of the Contract Documents hereto attached, including the Fort Worth Water Department General Contractor Documents and General Specifications,all of which are made a part hereof and collectively and constitute the entire contract. 1 r PQ The Contractor hereby agrees to commence work within ten (14)days after the date written notice to do so shall have boon given to him,and to substantially complete same within t'rie time stated in rhe propusal. The Owner agrees to pay the contractor in curt-ent funds for the performance of the contract in accordance •vith the Proposal submitted therefore, subject to additions and deductions, as provided in the Contract Documents and all approved modifications thereof,and to make paynent on account thereof as provided therein. IN WITNESS WHEREOF, the Parties to these presents have executed this Contract in 8 counterparts in the year and say first above written. City of Fort Forth Texas(awner) ATTEST: Par4OtT, art y BY �.. ,i. Mata ty Manager CitySecretary (seat) ra WII NL'.SSES: AN S.J. LOUTS CONSTRUCTION OF TEXAS LTR LLP Bv:S-J.LOUIS LLC we It's General Partner PO BOX 834 MANSFIELD] TX 76463 A ' Contractor Peter J . Stahl , Secretary/Treasurer Title: Les V . Whitman General Manager .a APPROVED. App ved as t orm Legality- A. Douglas Rademaker,P.E.Director Asst. City A rMey Oepartrnent of Engineering AM � C ac sfzation Late r l� Bond No, 194-413-937 w PERFORMANCE BOND THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS. « COUNTY OF TARRANT That we (I) S.J. LOUIS CONSTRUCTION OF TEXAS LTD., LLP as Principal herein,. and (2) Liberty Mutual Fire Insurance C001p30Y a corporation organized under the laws of the State of (3) Massachusetts _ _, 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. r► SEVEN MILLION FIVE HUNDRED ELEVEN THOUSAND THIRTY-THREE AND 951100............................................................................................................. Dollars($7,511,033.95) for the payment of which sum we bind ourselves,our heirs,exectnors,administrators, successors and assigns,jointly and severally,firmly by these present. JUL 19 ZOOS WHEREAS, Principal has entered into a certain written contract with the Obligee dated the of 2005 a copy of which is hereto attached and made a part hereof for all purposes, for the construction of, WALSH RANCH WATER MAIN EXTENSION PHASE 1,UNITS 1,2,AND 3 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 shalt 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 2005. r A " EST• lotS.J. LOUIS COiNSTRUCTI ON OP'TEXAS LTD.,LLF (Principa)Secretary PRINCIPAL By:-64"— (SEAL) + (SEAL) 'ritle. Les V.Whitman,General Manager PO BOX 834 MAIVSFI ELD,TX 76063 _ Wi[ness as to Ari eipal LIBERTY MUTUAL FIRE INSURANCE COMPANY surety BY: Name: Laurent R. Laventure KrTEST� (Attorney-in-Fact) N/A Address:4300 MarketPoiinte Drive Secretary Bloomington, MN 55435 (SRAL� Y, /' - -Telephone Number: 852-830-3000 jjj;'��J) Witness a to Surety NOTE: (1) Correct name of Principal(Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Teiep}tone number of surety must be stated, In addition,an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact, The date of the bond shall not be prior to date of Contract. LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT ,J L I J On this day of 2005 before me personally appeared Les V. Whitman to me known, who being by me duly sworn that he is the General Manager the S. J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership described in and which executed the foregoing instrument; that he signed his name thereto by order of the Board of Governors of said Limited Partnership. Notary Public V BSG sor�EYORFs tary eal) s�v�Qµ�rtiss� r ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN „d On this �ay of , 2005 before me appeared Laurent R. Laventure to be known, who being by me duly sworn, did say that he is the aforesaid Attorney-in-Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. Notary Public, (Notary Seal) l �I KATHLEEN SORE tSON .• a. OP PP Pr Liberty Mutuai Surety Bond Number 190-013-937 ON NOTICE FROM SURETY REQUIRED BY TERRORISM RISK INSURANCE ACT OF 2002 11P In accordance with the Terrorism Risk Insurance Act of 2002 (referred to hereinafter as the "Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: Liberty ra Mutual Insurance Company, Liberty Mutual Fire Insurance Company; LM Insurance Corporation; The First Liberty Insurance Corporation; Liberty Insurance Corporation; Employers Insurance Company of Wausau (formerly "EMPLOYERS INSURANCE OF WAUSAU A Mutual Company,"); Peerless Insurance Company; and any other company that is a part of or added to the Liberty Mutual Group for which surety business is underwritten by Liberty Mutual Surety (referred to collectively hereinafter as the "Issuing Sureties"). NOTICE FORMS PART OF BOND This notice forms part of surety bonds issued by any one or more of the Issuing Sureties. DISCLOSURE OF PREMIUM The premium attributable to any bond coverage for "acts of terrorism" as defined �*+ in Section 102(1) of the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will reimburse the Issuing Sureties for ninety percent(90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. go IN LMIC-6539 11/15/04 r a. THIS POWER OF ATTORNEY IS NOT VALiD UNLESS IT IS PRINTED ON R E 0 BACKGROUND. 12890 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to is the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY IF KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Fire Insurance Company (the "Company`), a Massachusetts stock insurance company,pursuant to and by authority of the By-law and Authorization hereinafter set forth,does hereby name,constitute and appoint CRAIG REMICK,TONY D. BECKER, NATHAN P. HUGHES, STEVEN C.ARONSON, JANET D. BUERG, rTERESA HAMMERS, LAURENT R. LAVENTURE, KATHLEEN SORENSON, JOHN D. MOORE, JAMES R. PERKINS, STANLEY L. PEARSON, ALL OF THE CITY OF BLOOMINGTON, STATE OF MINNESOTA............................................. ,each individually if there be more than one named, its true and lawful atterney-+n-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND OMOO •`••••• z ••"** _ COLLARS($_�0,017f]�'DO_fJ0 1 each,and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by aulhorlty of the following By-law and Authorization: rARTICLE 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 attomeys-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, bands, recognizances and other surety obligations. Such attomeys-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 0 & as binding as if signed by the president and attested by the secretary. qt By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: >� A Pursuant to Article Xlli,Section 5 of the 8y-Laws,Garnet W. Elliott,Assistant Secretary of Liberty Mutual Fire Insurance Company,is hereby authorized to appoint such attomeys-in-fact as may be necessary to act in behalf of the Company to make,execute, seal,acknowledge and _ A :5 deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. o CD v F- 7 That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. m U) y IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of0 a Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting,Pennsylvania this 110thday of May 2004 a c� bpi ` v LIBERTY MUTUAL FIRE INSURANCE COMPANY C i L i �'^-• O E CL By r.=-r ri✓- s` tq Garnet W.Elliott,Assistant Secretary 4 ` COMMONWEALTH OF PENNSYLVANIA ss — .• COUNTY OF MONTGOMERY G 3 On this 10th-day of May 2004 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and — acknowledged that he is an Assistant Secretary of Liberty Mutual Fire insurance Company; that he knows the seal of said corporation; and that he [3 41, executed the above Power of Attomey and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said corporation. J cTi IN TESTIMONY WH lhave h6%unlo subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year Cy first above written. cC14aL (� :7'tarhr.w C r V OF i>We4r M"arM-072 MW.ali,2MX1 ay C! Ter sa Pastella,Notary Public 0 CERTIFICATE Ry I, the undersigned, Assistan ecretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy, is In full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII,Section 5 of the By-laws of Liberty Mutual Fire Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Fire 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. 'JUL rr�VL 1 9 200 IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said company,this day of V Byr David M.Carey,Assi t r Secretary Liberty Mutual. Important Notice TO OBTAIN INFORMATION ABOUT THIS BOND, TO MAKE A COMPLAINT OR TO FILEA NOTICE OF CLAIM: You may contact the Texas Department of insurance to obtain information on companies, coverages, rights, complaints, or surety company address at- 800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 -� Austin, TX 78714-9144 This notice is for information purposes only and does not become a part of or a condition of the athached document. It is given to comply with Sactlon 2253,048, Government Code, and Sectian 5.3.202, `■ properly Cock,Effective September 1, 2001 v. Mcmber of Uberty Mutual Group 1 Bond No. 190-013-937 r I� PAYMENT BOND r THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we (1) S.J. LOUIS CONSTRUCTION OF TEXAS LTD., LLPas Principal herein, and (2) Liberty Mutual Fire Insurance Company a corporation organized and existing under the laws of the State of (3)Massachusetts 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 SEVEN MILLION FIVE HUNDRED ELEVEN THOUSAND THIRTY-THREE AND 951100...............................Dollars (S7,511,033.95) for the r payment whereof, the said Principal and Surety hind 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 A.D.,2005, 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_ WALSH RANCH WATER MAIN EXTENSION,PHASE 1,UNITS 1,2,AND 3 f NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION l5 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 on void;otherwise,to remain in full force and effect. PROVIDED. HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEA LEI]this day of ,2005. .JUL 1 9 r 1 S.J.LOUIS CONSTRUCTION OF TEXAS LTD., LLIP ATTEST. PRINCIPAL BY, _ee�a.(PrincipallySecretary Name: Les V.Whitman Title: General Manager f (SEAL) PO BOX 834 MANSFIELD,TX 76063 r ��-- i Witness as to Pri opal LIBERTY MU L FIRE INSURANCE COMPANY SURETY ATTEST- By; NIA Name; Laurent R. Laventure Secretary Attorney in Fact (SEAT_)j ,. Address. 4300 MarketPointe Drive Ay, I - �AAJ :' t` r� #,1 Bloomington,MN 55435 Witness as to Surety Telephone Number: 952-830-3006 WUIt L 1. Correct name of Principal(Contractor). 2. Correct name of Surety. 3. State of incorporation of Surety- Telephone number of surety must be stated. In addition,an original copy of Polder of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not he prior to date of Contract I LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this JaYi of 2005 before me personally appeared Les V_ Whitman to me known, who being by me duly sworn that he is the General_Manager the S. J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership described in and which executed the foregoing instrument; that he signed his name thereto by order of the Board of Governors of said Limited Partnership. B?c1,'NOE8f, Es Notary Public _ete" ca �^rn�s°g (N ry S 1) ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this day of , 2005 before me appeared Laurent R. Laventure to be known, who being by me duly sworn, did say that he is the aforesaid Attorney-in-Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation-, that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authority of its Board of directors; and the aforesaid oFFicer acknowledged said instrument to be the free act and deed of said corporation_ Notary Public, (Notary Seal) KATHLEEN SORENSON Nutary Public-Minnesota -•4•J VLV -amf"43PII E40f0%JjY 11 Sl.wusa VVRh 1r+�f I1,A4%A0 Liberty Mutual Surety Bond Number 190-013-937 NOTICE FROM SURETY REQUIRED BY TERRORISM RISK INSURANCE ACT OF 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (referred to hereinafter as the "Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: Liberty Mutual Insurance Company; Liberty Mutual Fire Insurance Company; LM Insurance Corporation; The First Liberty Insurance Corporation; Liberty Insurance Corporation; Employers Insurance Company of Wausau (formerly "EMPLOYERS INSURANCE OF WAUSAU A Mutual Company"); Peerless Insurance Company; and any other company that is a part of or added to the Liberty Mutual Group for which surety business is underwritten by Liberty Mutual Surety (referred to collectively hereinafter as the "Issuing Sureties"). NOTICE FORMS PART OF BOND This notice forms part of surety bonds issued by any one or more of the Issuing Sureties. DISCLOSURE OF PREMIUM The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will reimburse the Issuing Sureties for ninety percent (90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. 1 L.MI+C-6539 H/15/04 I THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND, 1 12 8 91 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY PIP KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Fire insurance Company (the "Company'), a Massachusetts stock insurance company,pursuant to and by authority of the By-law and Authorization hereinafter set torth,does hereby name,constitute and appoint CRAIG REMICK, TONY D. BECKER, NATHAN P HUGHES, STEVEN C.ARONSON, JANET D. BUERG, TERESA HAMMERS, LAURENT R. LAVENTURE, KATHLEEN SORENSON, JOHN D. MOORE, JAMES R. PERKINS, STANLEY L. PEARSON, ALL OF THE CITY OF BLOOMINGTON, STATE OF MINNESOTA....................................I........ each individually if there be more than one named,its true and lawful attomey-in-fact to make, execute,seal, acknowledge and deliver,for and on its behalf as sure and as its act and deed,any and all undertakings,bonds,recognizances and other surety obliggations in the penal sum not exceeding FIFTY MILLION AND 00/100****"*********"*** DOLLARS($ 50.000,000.Q0'**'* }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. I That this power is made and executed pursuant to and by authority of the fallowing By-law and Authorization: rARTICLE]Gill-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, .b execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations- Such atlomeys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their (n signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be m y as binding as If signed by the president and attested by the secretary. e .y By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact; .r s= Pursuant to Article Xill, Section 5 of the By-Laws,Garnet W. Elliott, Assistant Searetary of Liberty Mutual Fire Insurance Company,is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and _ C r deliver as surety any and aP undertakings,bonds.recognizances and other surety obligations. 0 O ' � vF That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. W UJ M r-1 > IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Com any and the corporate seal of 1y �, I Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting,Pennsylvanla this 10thday of may ' 20174 4 ra Z0, LIBERTY MUTUAL FIRE INSURANCE COMPANY 4) C � � .-�. 3 is 0. ca C Garnet W.Elliott,Assistant Secretary y 4 COMMONWEALTH OF OENNSYLVANtA ss ;.01'�' t O r I COUNTY OF MONTGOMERY L G C ?4T On this 10th day of May 2004 , before me, a Notary Public, personalty came Garnet W-_Elliolt, tome known, and w e•— acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he .2 0 executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the M direction of said corporation. p L. u IN TESTIMONY WH 6 ] unto subscribed my name and affixed my notariai seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. . :wlw� i — — Fr+r L 4r D� e.r. (I Q 0F Tom: 4k.�.�G+ir'rfQ 6 Lrrbzmq�&Moc&iW7 M 20* By 0 r Ter6sa Pastella,Notary Public CERTIFICATE AIRY 1, the undersigned, Assistan ecretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, Is in full force and effect on the date of this certillcate; and I do further certify that the officer or official who 'rA executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII,Section 5 of the By-laws of Liberty Mutual Fire Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the r following vote of the board of directors of Liberty Mutual Fire Insurance Company at a meeting duly called and held on the 12th day or 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. IftIN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seat of the said company,this `1 "I j j day of y David M.Carey,Ass' f Secretary Liberty Mutual Important Notice TO OBTAIN INFORMATION ABOUT THIS BONG, TO MAKE A COMPLAINT OR TO FILEA NOTICE QF CLAIM' You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, complaints, or surety company address at: 800-252-3439 You may write the Texas Department of Insurance at.- P. t:P. O. Box 149104 Austin, TX 78714-9104 i his nchre!s for information purposes only and does not became a part of ora condition of rhe artachad rocvmenf. It is given to comply with Section 2253.048, Government Code, and Section 53.202, Property Code, Effactive September 1, 2001 Memher of Liberty Mutual Group w f Bond No -190-013-937 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TAR RANT � KNOW ALL MEN BY THESE PRESENTS. That S.J. LOUIS CONSTRUCTION OF TEXAS LTD., LLP(Contractor), as principal, and Liberty Muluai Fire 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 chisrtered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas the sum of SEVEN MILLION FIVE HUNDRED ELEVEN THOUSAND THIRTY-THREE AND 951100...............................Dollars 07,511,033.95) 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 entered into a written Contract with the City of Fort Worth,dated the d y t,J 1: 2005copy of which is herero attached and made a part hereof,the performance of the following descry ii `dppublic improvements: WALSH RANCH WATER MAIN EXTENSION,PHASE 1, UNITS 1,2, AND3 the same being referred to herein and in said contract as the Work and being designated as project PW77- 060770140580and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and made a part hereof,and, WHEREAS,in said Contract,Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of Two (2)Years after the date of the final acceptance of the work by the City:and WHEREAS,said Contractor binds itseIrto maintain said work in good repair and condition for said term of Two(2)Years;and, i W-HEREAS. said Contractor binds itself to repair or reconstruct tate work in whole or in pan at any time within said period, if in the opinion of the Director of the Water Department of the City of Fort Wonh. it be necessary;and. WIIEREAS, 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 the Contractor and Surety damages in the premises prescribed by said Contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 8 counterparts, each one of which shall be deemed an original,this day of ,A.D. 2005. ATTEST: JUL 1 9 2005 (SEAL) S.J.LOUIS CONSTRUCTION OF TEXAS LTD.,LLP Contractor Ri;�I secretary Name: es V. Whitman Title: General Manager ATTEST: NIA (SEAL) LIBERTY MUTUAL FIRE INSURANCE COMPANY S u rety Witness j Name: Laurent R. Laventure 1J Title: Attorney-in-Fact 4300 MarketPointe Drive _Bloomington, MN 55435 Address LIMITED PARTNERSHIP ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT On this day df 2005 before me personally appeared Les U. Whitman to me known, who being by me duly sworn that he is the General Manager the S. J. LOUIS CONSTRUCTION OF TEXAS LTD. the Limited Partnership described in and which executed the foregoing instrument; that he signed his name thereto by order of the Board of Governors of said Limited Partnership, 1 ---_..� Notary Public BECKY JONES ra ) ' ;:{v COMMISSION EXPIRES 1 Seal) Owember 19,2006 ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA COUNTY OF HENNEPIN On this day of 2005 before me appeared Laurent R. Laventure to be known, who being by me duly sworn, did say that he is the aforesaid Attorney-in-Fact of the LIBERTY MUTUAL FIRE INSURANCE COMPANY, a corporation-, that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed on behalf of said corporation by the aforesaid officer, by authoi-ity of its Board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. Notary Public, `r (Notary Seal) `•�',�np i�iT�EN St7FlFNSGN — ��1vl4ty flrugl"sr>>.hA}n 'es ata .�esr.nrrlorrrf+rala► a� Liberty Mutual Surety Bond Number 190-013-937 NOTICE FROM SURETY REQUIRED BY TERRORISM RISK INSURANCE ACT OF 2002 " In accordance with the Terrorism Risk Insurance Act of 2002 (referred to hereinafter as the "Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: Liberty Mutual Insurance Company; Liberty Mutual Fire Insurance Company; LM Insurance Corporation; The First Liberty Insurance Corporation; Liberty Insurance Corporation; Employers Insurance Company of Wausau (formerly "EMPLOYERS INSURANCE OF WAUSAU A Mutual Company"); Peerless Insurance Company; and any other company that is a part of or added to the Liberty Mutual Group for which surety business is underwritten by Liberty Mutual Surety (referred to collectively hereinafter as the "Issuing Sureties"), NOTICE FORMS PART OF BOND This notice forms part of surety bonds issued by any one or more of the Issuing Sureties. DISCLOSURE OF PREMIUM The premium attributable to any bond coverage for "acts of terrorism" as defined . in Section 102(1) of the Act is Zero Dollars ($0.00). # DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will reimburse the Issuing Sureties for ninety percent (90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. LM.IC-6539 11/15/04 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 12892 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY a KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Fire Insurance Company (the "Company"), a Massachusetts stack Insurance company,pursuant to and by authority of the By-law and Authorization hereinafter set forth,does hereby name,constitute and appoint CRAIG REMiCK, TONY D. BECKER, NATHAN P. HUGHES, STEVEN C.ARONSON, JANET D. BUERG, rr TERESA HAMMERS, LAURENT R. LAVENTURE, KATHLEEN SORENSON, JOHN D. MOORE, JAMES R. PERKINS, STANLEY L. PEARSON, ALL OF THE CITY OF BLOOMINGTON STATE OF MINNESOTA............................................. ,each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any "*** DOLLARS($y and all undertakings, bonds,recognizances and other surety obliggations in the penal sum not exceeding ^I FIFTY MILLION AND 00/100**************"&*** 50,f}f]t},;]ONO..., )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 duty signed by the president and attested by the secretary of the Company in their own proper persons. That this power Is made and executed pursuant to and by authority of the following By-law and Authorization: i 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, recognisances and other surety obligations. Such attorneys-In-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their H signature and execution of any such instruments and to attach thereto the seal of the Company_ When so executed such instruments shall be w 1y as binding as if signed by the president and attested by the secretary. E 7y 3i (D By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: j 03 a. Pursuant to Article XIII, Section 5 of the By-Laws,Garnet W. Elliott,Assistant Secretary of Liberty Mutual Fire Insurance Company,is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge andCZ = z+ 3 deliver as surety any and all undertakings,bonds,recognisances and other surety obligations. t] ' zea v l+- ' 3 That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. l ti ; IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Com any and the corporate seal of E 0 CL Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting,Pennsylvania this 1 Othday of may ) O 2094 r, a, L LIBERTY MUTUAL FIRE INSURANCE COMPANY c ns t` �I Garnet W.Elliott,Assistant Secretary o COMMONWEALTH OF PENNSYLVANIA ss ``-Dil COUNTY OF MONTGOMERY C n On this 10th day of May 2004 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and o acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he ai executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the i m direction of said corporation_ d e s uu' IN TESTIMONY WHKEJb�Ji# unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania,on the day and year y first above written. �,� •` ' ;,'F ,r CV FM Iomu.-IN„ r 00 1400 hAw U GO V wR rrW%ACWWMr i By U r l mim&„rmwo—o"A ft,,,,,v x Ter6sa Pastella, Notary Public 10 CERTIFICATE �4s?y I, the undersigned, Assistan ecretary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further cerlify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Artcie XIIi,Section 5 of the By-laws of Liberty Mutual Fire Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Fire Insurance Company at a meeting duly called and held on the 12th day of March,198D, 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_ r fN TESTifJIONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seal of the said company,th'r&'U L � � - day of r. f` � By i .� Davi M_Carey.Assiptgiit Secretary Mutual,Liberty Important Notice TO OBTAIN M-ORMATION ABOUT THIS BOND, TO MAKE A COMPLAINT OF TO FILE NOTICE OF CLAI'Ut: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, complaints, or surety company address at: 800-252-3439 You may write the Texas Department of Insurance at; P. O. Box 149104 Austin, TX 78714-9104 This notice is for information purposes only and does not income a parr of or a condition of the attached document. It is green to comply with Section 2253.048, Govemmenf Code, and Sectrorr 53.202, Property Code, Effective September x, 2001 Meniber of 1,ihcrtV Mutual Group WWgCFNt,0r9 FoRTMbRTH Print M&C COUNCIL ACTION: Approved on 7/19/2005 DATE: 7119/2005 REFERENCE NO.: *"C-20846 LOG NAME: 30WALSHWATER CODE: C TYPE: CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of Contract with S.J. Louis Construction of Texas Ltd. LLP, for Walsh Ranch Water Main Extension, Phase 1. Units 1, 2 and 3 (City Project No. 00218) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with S.J. Louis Construction of Texas Ltd., LLP in the amount of$7,611,033.96 for Walsh Ranch Water Main Extension, Phase 1, Units 1, 2 and 3. DISCUSSION: On April 29, 2003 (M&C C-19566), the City Council authorized the City Manager to execute an Economic Development Agreement (City Secretary Contract No. 28585) for Walsh Ranch with Walsh Ranches Limited Partnership, H. Howard Walsh, Jr. and various Walsh family trusts (Walsh parties). The agreement included terms of design and construction of water and wastewater infrastructure to serve the property and requires the City to design and construct Phase 1 water facilities, and the Phase 1 wastewater facilities within approximately 36 months after execution of the agreement. On August 12, 2003, (M&C C-19701) the City Council authorized the City Manager to execute an engineering agreement with Dunaway Associates, Inc., to prepare plans and specifications for Walsh Ranch Water Main Extension, Phase 1. The project consists of the installation of approximately 43,0010 LF, of 30-inch water pipe, 12,600 LF of 16- inch water pipe and related appurtenances. The project was advertised with all three units on April 21 and 28, 2005. On June 9, 2005, the following gids were received for Units 1, 2 and 3 respectively, Bidder Amount Time of Completion Unit 1 S.J. Louis Construction of Texas Ltd., LLP $1,700,479.58 160 Calendar Days Jackson Construction Company $1,751,568.00 Unit 2 S.J. Louis Construction of Texas Ltd., LLP $3,048,318.20 240 Calendar Days Unit 3 S.J. Louis Construction of Texas Ltd., LLP $2,762,236_17 240 Calendar Days Jackson Construction Company $2,969,742.00 In addition to the contract cost $697,993 is required for inspection and survey and $225,330 is required for project contingencies.. Since S.J. Louis Construction of Texas Ltd., LLP is the low bidder on all three units, construction of all three units will begin simultaneously and the contractor will be allowed a total of 240 calendar days tc complete construction of three units as stipulated in the project contract documents. S.J. Louis Construction of Texas Ltd., LLP, is in compliance with the City's MNVBE Ordinance by committing to 18% MNVBE participation. The City's goal for on this project is 18%. The project is located in COUNCIL DISTRICTS 3 and 7. FISCAL IN FORMAT ION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Water Capital Project Fund. TO FundlAccount/Centers FROM Fund/Account/C enters P264 541200 603140021883 $7,511,033.95 Submitted for City Manager's Offices_ Marc Ott (8476) Originating Department Head: A. Douglas Rademaker (6157) Additional Information Contact: A. Douglas Rademaker (6157) ATTACHMENTS 05/10/1 035 84:48 8173357437 DUNAVIA',' ASSOC. PAGE 82103 CITY OF FORT WORTH, TERAS WATER DEPARTMENT ■ ADDENDUM NO. 1 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WATER MAIN EXTENSION TO SERVE WAUSH RANCH, PHASE I (UNIT 1, UNIT 2 & UNIT 3) CITY PROJECT NO.00218 WATER PROJECT Nn. PW77-060770140580 D.O.E. NO. 4750(UNIT 1) D.O.E. NO.4158(UNIT 2) D.O.E. NO. 4635(UNIT 3) Addendum Issued: May 10,2005 Bids Received Until. May 19,2005, 1--30 p.m. The Specifications for the subject project are hereby revised or amended as follows: t, SPECIFICATIONS A) 'Part B Proposal: 1. The Bid items for Unit 1 -3A, 3B, 3C, 4A.4B &4C Unit 2-4A, 4B &4C Unit 3-4A, 413 &4C Shall read" Pipe fittings and specials, furnish, install, eompiete in place, with concrete blocking and carbon steel bolts,"In I;eu of stainless steel bolts. 8} Part C General Conditions- 1. C 7-7.10 Time of Completion, The amount of liquidated damages that shall be assessed to this project shall be $1260,0U In lieu of 63Q.l10. Additionally, the parties hereto understand and agree that any harm to the City caused by the Contractor's delay In completing the work hereunder in the time specified by the Contract Documents would be Incapable or very difficult of accurate estimation, and that the "Amount of Liquidated Damages Per D2y", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. Il. PLANS A) DETAIL, 1. Unit 2 sheet 30 of 37 and Unit 3 sheet 30 of 37 TYPICAL EMBEDMENT & BACKFILL shall be used in lieu of Unit 1, sheet C13 TYPICAL BACKFILL DETAIL . �Uaa 1 i314�oenQ+.rnr!�5GEa'i9 - t — 05/10/2005 00:49 8173357437 DI-NAI44V ASSOC. PAGE 03163 ti CITY OF FORT WORTH,TEXAS r WATER DEPARTMENT I ADDENDUM NO. 1 III. OWNER CONTACT INFORMATION (FOR PROPERTY ACCESS) Walsh tract: Jimmy Soules cell: 817-996-3123 Brown tract: Chrls Strainlck home: 817-560-7892 Vernon tract: Helen Hyles cell. 817-825-9127 This Addendum farms a part of the Contract Documents referenced above and modlfles the original r" Contract Documents and plans. Acknowledge receipt of this Addendum on the space provided below and your Bid Proposal and note on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject bidder to disqualifpcalion. r RECEIPT ACKNOWLEDGED: By. .Cid01.11at By: v y� ,G.r Rick Tr;ca, P.E. Title: Assistant Director. Department of Engineering v . e. iy Address: 'ladt itJ T� t .f�Ls3 Telephone; r r 200Z i3 Hlden4umf_CS. 148 -2 �J7C11�2$1k9Z) ri4:la 1]11�-]114-11 u" i*n.O-I ----. --+- -- - CITY OF FORT WORTH, TEXAS WATER DEPARTMENT ADDENDUM NO. 2 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WATER MAIN EXTENSION TO SERVE WALSH RANCH, PHASE I (UNIT 1, UNIT 2 & UNIT 3) CITY PROJECT NO. 00218 WATER PROJECT NO.PW77-060770140580 D.O.E. NO.4750(UNIT 1) D.O.E. NO, 4158 (UNIT 2) D.O.E. NO. 4635 (UNIT 3) Addendum Issued: May 16,2005 Blds Received Until. May 26,2005, 1:30 p.m. The Specifications for the subject project are hereby revised or amended as follows: I. SPECIFICATIONS A) Notice to Bidders and Comprehensive Notice to Bidders • Revised bid opening date to "May 2.6, 2005"in lieu of "May 19, 2005-- 8) 9. 2005".8) Part 6— Proposal —Unit 1 r' + Revise Bid Itern No. 19 "2.000 LF Silt fence"to read "I LS SWPPP". C) Part DA—Adgitional S pecial Conditions 1. Update to DA-204 Gate Valves Additionally, all gate valves shall be resilient sealed as specified in GA- 74. 2. Add the following: DA-207 Requirements of City's Contractor on Walsh property • The Walsh Ranches Limited Partnership, a Texas limited partnership is referred to as"Grantor". • Contractor to adhere to the following requirements when working on the Walsh Ranch property: i)Insurance. During the course of any Construction activity udder this ,w Agreement, the City shall require any of the City's contractors (including subcontractors of any tier) to obtain and maintain comprehensive general liability and property damage insurance in an amount not less than $500,000 for each occurrence of bodily injury, including death. and �n • amount not less than $500,000 covering each occurrence of property damage with $2,040,000 umbrella policy coverage. The City shall require any of the City's contractors (including subcontractors of r, any tier) to Include Grantor as an additional insured Marty on that contractors comprehensive general liability Insurance and utornobile I iab 111 ity Insurance req uIred by the C Ity and shall re uire the City's contractors to pro-vide Gr;ntor with a walver of 2Y721ia_na enaun% OS-6518 T' CITY OF FORT WORTH, TEXAS WATER DEPARTMENT ADDENDUM NO. 2 subrociatlon on the contractor's workers' compensation Insurance Poi_ -— ii) Damage Claims. During the course of any construction activity under this Agreement, the City shall require any of the City's contractors (including subcontractors of any tier) to indemnify Grantor for the contractor's sole negligence. In addition,the City shall require the contractors to covenant and agree to indemnify, hold harmless, and defend at their own expense, the Grantor, its officers, agents, servants, and employees, from and against ail claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise of, the work and services to be performed in installation of the Facilities by the contractors, their officers, agents, employees, subcontractors, licensees, or invitees. Also during the course of any construction activity under this Agreement,the City shall require the contractors to indemnify and hold harmless Granter from and against any and all injuries to the Grantor's officers, agents, servants, and employees, loss or destruction of Grantor's property arising from the performance of any of the terms and conditions of this Contract_ iii) Performance of work. The City shall require any of the City's contractors (including subcontractors of any tier) to perform all work done in connection with the Easements as expeditiously as possible so as not to interfere unreasonably with the use and occupancy of Grantor's property by Grantor, its agents, contractors and subcontractors, employees, invitees, licensees, and representatives. In performing the work or causing the work to be performed, the City shall make adequate provisions for the safety and convenience of Grantor, its agents, Contractors and subcontractors, employees, invitees, licensees, representatives, and livestock. To protect Grantor's livestock, the City shall require that any open trench be temporarily fenced and covered at the end of each workday, In addition, the City shall cause all work to be cleaned up as is reasonably prompt in order to minimize disruption or Grantor's inconvenience in the use of its property, iv) Restoration of Grantor's property. After any disturbance of the surface of the Grantor's properly burdened by the Easements for any purpose authorized under the Easements (whether in connection with initial construc(ion; any reconstruction or replacement, alteration, or repair; any operation or maintenance;any survey or inspection; any relocation within the Easements; removal; or otherwise), the City shall require any of the City's contractors(including subcontractors of any tier) to restore the surface to the same or similar condition as existed before any such disturbance. v) Replacement of gates and fencing. If any of Grantor's gates and fencing is removed for construction and installation of the Facilities, the City shall require any of the City's contractors (including subcontractors of any tier)to replace the nates and fencing to the same Construction as soon as is practicably possible so as not to permit Grantor's livestock to escape. ` vi) Preservation of trees. Before construction begins, the City's contractors will walk the Easements' rights of way with representatives of r.he City to identify the trees that have been previously shown for ZGfS2t13_MgBhtl%1te•2 OS 4`+G _2 _ CR . ill triol r 1 CITY OF FORT WORTH, TEXAS WATER DEPARTMENT ADDENDUM NO. 2 I1 preservation on the engineering plans and drawings. The contractor will ` fence or otherwise adequately mark all trees in the path of the Facilities to be preserved to insure the trees are not removed during construction. vii)Grantor's livestock, In addition to the protections for Grantor's livestock contained in this Agreement, the City shall require any of the City's contractors (including subcontractors of any tier) to notify the Grantor or its representative of the portion of any easement to be r` completed so Grantor may have sufficient time to move any livestock out of the path of construction and to secure its livestock if a fence must he down temporarily for construction, D) Appendix G: Cathodic Protection Specification Test Station Scheduie—Unit 3 Two additional Foreign Gas Pipeline Crossing test stations will be needed at Sta. 216+55 and 5ta- 288+87. II. PLANS COMBINATION AIR VALVE DETAIL: The callout referring to the air release valve in Unit 2 sheet 30 of 37 and Unit 3 sheet 30 of 37 shall now read "150 psi operatingpresstare combination air Valve with 1251b flange APCO Slow Closing Air/Vacuum Valve series 1700 with flange outlet or Vent-O-Mat Series RBX with flange outlet or improved equal'. Ill. CONTACT INFORMATION For Antero Gas Line Coordination • Per notes in UN IT 3 on Sheets 15 of 37 thru 23 of 37 contact Antero/XTO Operations Department at 817-820} 0624 for gas line coordination. This Addendum forms a part of the Contract Documents referenced above and modifies the original Contract Documents and plans. Acknowledge receipt of this Addendum On the space provided below and your Bid Proposal and note on the outer envelope of your bid. Failure to acknowledge receipt of this '. Addendum could subject bidder to disqualification. RECEIPT ACKNOWLEDGED: � ff sy. llu- By. G h G IQ Rick Trice, P,E. Title; + Asststant Director, Department of Engineering Iv 5 S. C ve., Address: +truer 6i] Telephone: 1 P ZQU its AddandwmZ,054510 -3 - IV 3 _IV 05/24/200'i 92:90 8173357437 DIJhIA4WAY ASSOC. PAGE 02/62 CITY OF FORT WORTH, TEXAS WATER DEPARTMENT ADDENDUM NO. 3 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WATER MAIN EXTENSION TO SERVE WALSH RANCH, PHASE I (UNIT 1, UNIT 2& UNIT 3) CITY PROJECT NO. 00218 WATER PROJECT NO. PW77-060770140580 D.O.E. NO. 4750(UNIT 1) D.O.E. NO.4158 (UNIT 2) D.O.E. NO. 4635 (UNIT 3) Addendum issued: May 23, 2005 Bids Received Until. June 9, 2005, 1:30 p.m. The Specifications for the subject project are hereby revised or amanded as follows: SPECIFICATIONS A) Notice to Bidders and Com rehensive otica to Bidders Revised bid openIng date to "4une 9,_2005"in Iiau of"MeV 26, 2005". 6) Additional Special Conditions DA-202 BOr Wrappo ( oncreta Gy_tinder Pipe and Fittint7s: The design Criteria working pressure shall be 150 PSI in lieu of 200 PS/t This Addendum forms a part of the Contract Documents referenced above and modifies the original Contract Documents and plans. Acknowledge receipt of this Addendur'n on the space provided be:ow and your Bid Proposal and note on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject bidder to disquaiifi=ion. RECEIPT ACKNOWLEDGED: By: By: � n ,r Rick Trice, P.E. Title: f f Assistant Director, Department of Engineering 5au rc. 1 0. &x �1 Address: 16 0 Telephone. - G t ao�x�4ss_�dca.dw.r9_�os�s _1 �Klf� W'/ - CITY OF FORT WORTH, TEXAS RECD JUN 0 6 2005 WATER DEPARTMENT ADDENDUM NO. 4 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR WATER MAIN EXTENSION TO SERVE WALSH RANCH PHASE I (UNIT 1, UNIT 2 & UNIT 3) CITY PROJECT NO. 00218 WATER PROJECT NO. PW77-060770140580 D.O.E. NO.4750 (UNIT 1) D.O.E. NO. 4158 (UNIT 2) D.O.E. NO. 4635 (UNIT 3) Addendum Issued: June 3, 2005 Bids Received Until: June 9, 2005, 1:30 p.m. The Specifications for the'subject project are hereby revised or amended as follows: I. SPECIFICATIONS Aj PART 8 - PROPOSAL • Replace page Part B-4 in Unit 2 with attached revised page Part H-4R Unit 2- B) PART DA- Additional Special Conditions 16 Add attached pages: DA-208 48-INCH BUTTERFLY VALVES (FURNISHED AND DELIVERED) 111. PLANS CATHODIC PROTECTION TEST STATION SCHEDULES: • The test station schedules in Unit 2 on sheets 33 and 37 (CPSS-3) and Unit 3 or, sheets 34 and 37 (CPSS-3) shall hereby be rendered null and void and shall be replaced by the revised Test Station Schedules attached in 1 following section with Appendix G. Ill. ADDITIONAL DOCUMENTS APPENDIX G— C©RROSIVITY STUDY AND QORROSION PROTECTION DESIGN For Units 2 and 3, update the following attached pages Replace Test Station Schedule Replace Specification Section 15640 Sections 2.43 -2,05 and 3.04 - 3.06 Add Specification Section 15642 The current issued specification section applies only to Unit 'l 200'2113_AWerdum,4_45-06-01cloc - 1 - CITY OFFORT WORTH, TEXAS ,rt WATER DEPARTMENT ADDENDUM NO. 4 This Addendum forms a part of the Contract Documents referenced above and modifies the original r Contract Documents and plans. Ackrowledge receipt of this Addendum on the space provided below and your Bid Proposal and note on the:outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject bidder to disqualification. a• RECEIPT ACKNOWLEDGED: By: By: !r Qn�l —�� for" Rick Trice, P.E. Title: Assistant Director, Department of Engineering Address: SZO S. k&Ave. 4. 66)L 834 rVlo`r�s{,•C�`rx� �G�3 Telephone: 17 -y17_ 03:0 r I2092113_Addendurn4_05-0603(2) -2— TABLE OF CONTENTS PART A NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS PART B UNIT 1 MINORITY & WOMEN'S BUSINESS ENTERPRISES SPECIFICATIONS PROPOSAL CITY APPROVED PRODUCT AND METHOD UNIT 2 MINORITY &WOMEN'S BUSINESS ENTERPRISES SPECIFICATIONS PROPOSAL CITY APPROVED PRODUCT AND METHOD UNIT 3 MINORITY & WOMEN'S BUSINESS ENTERPRISES SPECIFICATIONS PROPOSAL CITY APPROVED PRODUCT AND METHOD PART C GENERAL CONDITIONS PART Cl SUPPLEMENTARY CONDITIONS TO PART C PART D SPECIAL CONDITIONS PART DA ADDITIONAL SPECIAL CONDITIONS PART E SECTION E SPECIFICATIONS SECTION E100 - MATERIAL SPECIFICATIONS PART F UNIT I CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW VENDOR COMPLIANCE TO STATE LAIN EXPERIENCE RECORD EQUIPMENT SCHEDULE PERFORMANCE BOND 2002153 SPeCS�Wete�_6$•Q3_KMC daQ I TABLE OF CONTENTS PAYMENT BOND MAINTENANCE BOND UNIT 2 CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW VENDOR COMPLIANCE TO STATE LAW EXPERIENCE RECORD EQUIPMENT SCHEDULE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND UNIT 3 CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW VENDOR COMPLIANCE TO STATE LAW EXPERIENCE RECORD EQUIPMENT SCHEDULE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND PART G UNIT 1 CONTRACT UNIT 2 CONTRACT UNIT 3 CONTRACT APPENDIX A DETAILS APPENDIX B EASEMENT DOCUMENTS TEMPORARY RIGHT-OF-ENTRY AGREEMENT APPENDIX C TEXAS DEPARTMENT OF TRANSPORTATION PERMIT APPENDIX D GEOTECHNICAL REPORT 2-02;53_Specs_V'Jater_05-Q3_KMC hoc i TABLE OF CONTENTS APPENDIX E ARCHEOLOGICAL REPORT (PORTION) APPENDIX F WETLANDS DELINEATION REPORT (PORTION) *NATIONWIDE PERMIT 12 "WATERS OF THE U-S. CONSTRUCTION LOG APPENDIX G CATHODIC PROTECTION SPECIFICATION APPENDIX H THREATENED AND ENDANGERED SPECIES HABITAT EVALUATION APPENDIX I SWPPP �'0021T3_SAecs_Walef_05-03_KMC doc PROPOSAL PAY APPROX. i DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 18 50 CY Class"E"concrete(1500#)for m[scellaneous placement [Dollars and Cents per CY $ 19A 1 LS Cathodic protection system for concrete water pipe Installation [Dollars and Cents per LS $ $ 198 1 LS Cathodic protection system for DIP water pipe installation Dollars and Cents per LS 19C 1 LS Cathodic protection system for steel water pipe installation Dollars and Cents per L5 $ $ 20 8 EA Furnish and deliver 49 inch Butterfly Valve as described In additional Special Condition AA-708,(Shop[Drawing Submittal required with bid),for the sum of —Dollars and Cents per to $ $ TOTAL AMOUNT 8I0—UNIT 2 WATER IMPROVEMENTS $ Note: Contractor to select only one option for items numbered A, B,C. 2W2113-AWandum4 Par(B_Prop_Unit2_¢5-06-03,doc Part S-4R Unit 2 Revised —Addendum#4 DA.-208 48-INCH BUTTERFLY VALVES (FURNISHED AND DELIVERED) PART I GENERAL 1.01 SCOPE OF WORK Furnish all labor, materials, equipment, and incidentals necessary and to manufacture, test, and deliver butterfly valves as specified herein. Installation_of the butterfly valves will be by others for the Northside II Section B projects. 1.02 SUBMITTALS A, Submittals for the 48-inch butterfly valves shall be included in the bid package and submitted at the time of bids. B. The submittal shall include six copies of complete information on the butterfly valves and appurtenances to be supplied Information shall include an affidavit of compliance with the governing standard,manufacturer's data sheets, dimensions, material descriptions,operating characteristics,number of turns to open, certified delivery schedule and all other data,required to ensure compliance with this Section. B. The City's consultant, CDM, Inc., will review the shop drawings and submittal information from the Contractor. Approval or comments will be provided to the Contractor on the submittal within 34 days of receipt of submittals for this project. C. Certification reports from valve testing shall be submitted to the City prior to shipping of valves. The manufacturer shall submit an affidavit of compliance stating that the valves have been manufactured and tested in accordance with AWWA C-5014 and specifically listing all exceptions. 1.03 REFERENCE STANDARDS A. American Water Works Association(AWWA) 1, AWWA 0504 -Rubber-Seated Butterfly Valves,Class B. 2. AWWA CS 50-Protective Epoxy Interior Coatings for Valves and Hydrants. B. American Society for Testing and Materials(ASTM) 1. ASTM A126-Specification for Gray Iron Castings for Valves,Flanges,and Pipe Fittings. 2, ASTM A48 -Specification for Gray Iron Castings. 3 ASTM A436-Specifications for Austentic Gray Iron Castings. C. American National Standards Institute(ANSI) 1. ANSA B16,104 Butterfly Valves D. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply. 1 E. Applicable standards of the Fort Worth Water Department's specifications shall apply. In case of conflicts or discrepancies between this specification the Water Department Specifications,the Fart Worth Water Department Specifications shall govern. 1.04 QUALITY ASSURANCE A. The butterfly valve manufacturer shall demonstrate and document with shop drawing submissions at least 10 years of experience in the manufacture of valves of the type,size, and class contemplated for provision herein. B. All valves shall be the product of one manufacturer. C. Valves must appear in the latest"City of Fort Worth Standard Product List".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. Butterfly valves currently part of"City of Fort Worth Standard Product List"are: Henry Pratt Company,Mueller Company and Dezurik. D. All of the valves and materials specified herein are intended to be products of proven ability for use in controlling the flow of fluids under pressure. 1..05 SPECIAL TOOLS AND SPARE PARTS A. Special tools and the manufacturer's standard stock of spare parts,if required for normal operation and maintenance of the valve, shall be supplied with each distinct type or size of butterfly valve. 1.06 DELIVERY STORAGE AND HANDLING A. Packing and Shipping 1. Care shall be taken in loading and transporting to prevent injury to the valves, appurtenances, or coatings. 2. Prior to shipping,the ends of all valves shall be acceptably covered to prevent entry of foreign material. 3. All valves shall be shipped with wood or plywood covers on each valve end. 4. Rising sterns and exposed stem valves shall be coated with a protective oil film which shall be maintained until the valve is delivered. B. Delivery 1. The Contractor shall deliver the butterfly valves as needed,during construction of the Northside II Section B,Units 4 and 5. The project sites are located north of Hwy 820 and West of IH35. 2. The valves shall be delivered between the dates of November 1,2005 and April 1,2006. The Engineer will inform the Contractor as to the specific delivery dates and locations where the butterfly valves are to be delivered during construction of the Northside H Section B,Unit 4 and Unit 5 projects. Award of contract for construction of Northside II Section B, Unit 4 is anticipated in mid October 2005. Contract award for construction of Northside H Section B, Unit 5 is anticipated in first of November 2005. 2 C. Unloading 1. Northside R Section B Unit 4 and Unit 5 Contractor(s)will be responsible for unloading and storage of the valves at the project site. The Contractor shall provide the Northside II Contractor(s) at least two days advance notice of delivery. PART 2 PRODUCTS x.01 BUTTERFLY VALVE A. Butterfly valves shall be constructed of close grain cast iron per ASTM A126, Class B. Butterfly valves shall be Class 150E and shall have flanged ends and be short body. The actual minimum inside dimension at any point in the valve shall not be less than 1.5-in less than the nominal valve size. B. All valves shall be provided with manual gear actuators,per Section 2.02 VALVE ACTUATORS. C. All valves shall be RIGHT BAND to open (cloclnvise). Each valve body or actuator shall have cast thereon the word "OPEN" and an arrow indicating the direction to open. D. All ferrous metal surfaces of valves and accessories,both interior and exterior, shall be shop painted with an epoxy coating in compliance with AWWA C550. D. Valve seats shall be of field replaceable synthetic Buna-N or EPT and recessed into the body. Where required, stainless steel hardware shall be used to restrain the seats from any movement at the maximum rated flow in either direction. E. Valve discs shall be constructed of cast iron,ASTM A48,Class 40;Ni-resist, ASTM A436, Type 1; or ductile iron,ASTM A536, Grade 65-45-12. When resilient seats are attached to the body, discs shall have Type 316 stainless steel seating edges. When the resilient seat is attached to the discs,it shall be fastened with a one piece Type 316 stainless steel retaining ring,Type 316 stainless steel Nylock set screws and a mating Type 316 stainless steel ring shall be installed in the valve body. F. As an alternate,corrosion resistant material (epoxy)shall be used to mechanically secure the seat. F. Valve shafts shall be turned,ground, and polished and shall be constructed of Type 304 or 316 or ASTM A564 stainless steel. The disc shall be secured to the shafts with pins. These pins shall be of the same material as the shaft and pass completely through the disc and shaft. Pins shall be tightly secured with lockwashers and nuts to ensure line vibrations cannot loosen the connection. G. Valve bearings shall be sleeve type, corrosion resistant,and self-lubricating. Bearing load shall not exceed.20 percent of the compressible strength of the bearing or shaft materials,and shall be secured in the trunion by a machined ledge. Ferrous bearings in the flow stream shall not be allowed. H. Shaft seals shall be of the chevron or O-ring type. L Cartridge retained seats in the valve body are not acceptable. 3 J_ After each valve is completely assembled, including the actuator, it shall be operated several times in the factory to ensure it is in working condition_ Each valve shall be shop tested and certified for leakage with the disc in the horizontal plane,in accordance with AWWA 0504. K. Extension sterns and/or bonnets shall be provided. Each extension stem shall extend to the finished surface. 2.02 VALVE ACTUATORS A. Manual gear type actuators shall be provided for each valve. B. The valve manufacturer shall supply and integrally,rigidly mount all actuators on the valve at the factory. The valves and their individual actuators shall be shipped as a unit. C. Each valve body or actuator shall have cast thereon the word "OPEN" and an arrow indicating the direction to open. U. All manual actuators shall be provided with a 2-in square operating nut and position indicator. 'Manual actuators shall be serviceable without removal from the valve. Valve disc stops and a shaft sea] shall be incorporated between the manual actuator and the valve. Flow stops in the valve flow stream will not be allowed. All valve gear actuators shall be lubricated and sealed to prevent the entry of dirt or liquids into the actuator. E. All actuators shall be capable of moving the valve from the full open to full closed position and in reverse and holding the valve at any position part way between full open and closed. F. Gear actuators shall be of the worn or helical gear type with output shaft perpendicular to valve shaft. G. Actuators shall be capable of being removed from the valve without dismantling the valve or removing the valve from the line. H. Gearing shall be machine-cut steel designed for smooth operation. Bearings shall be permanently lubricated,with bronze bearing bushings provided to take all thrusts and seals and to contain lubricants. Housings shall be sealed to exclude moisture and dirt,allow the reduction mechanisms to operate in lubricant and be of the same material as the valve body. PART 3 EXECUTION 3.01 TIME OF COMPLETION A. The butterfly valves shall be delivered during the construction of Northside II Section B projects. Each butterfly valve may require separate delivery due to construction sequencing for the Northside II Section B,Unit 4 and Unit 5 projects. B. The butterfly valves shall be available for delivery November 1,2005. If the Northside II Section B projects are not ready for delivery of any or all of the butterfly valves by April 1, 2005, the Engineer will designate a location at the Northside II Section B projects or other nearby storage area for delivery of all remaining valves. 4 3.02 MEASUREMENT AND PAYMENT Payment for Butterfly Valves will be per each. Payment will not be approved by Engineer until after the valve is delivered to the project site aitd has been inspected and found to be undamaged. 3.03 WARRANTY A. The Butterfly valves and actuators shall have a two year warranty beginning after installation and final completion of the construction project, .lune 1,2006. Written warranty shall be provided by the butterfly valve manufacturer after delivery of valves. END OF ITEM DA-208 S—. G i ETCFEN�Y, V:�JRk�S ° -�=. 82)T& i . :11, �7 The engineering seal appeanng on this page is for item DA-208 oily and does not apply to other portions of the contract documents- 5 30" Diameter Walsh Ranch Water Pipeline Unit 2 Test Station Schedule CCF & Mortar Coated Steel Pipe Options Station No. Description Type 0+00 Connection to Existing 30"Diameter IF Waterline 2+50 Future West Point Boulevard TS 8+00 Future West Point Boulevard TS 13+50 Future West Point Boulevard TS 19+00 Future West Point Boulevard TS 23+70 Future West Point Boulevard TS 29+00 Future West Point Boulevard TS 34+30 Future West Point Boulevard TS 39+60 Future West Point Boulevard TS 44+90 Future West Point Boulevard TS 50+20 Future West Point Boulevard TS 55+50 Future West Point Boulevard TS 60+80 Future West Point Boulevard TS 65+60 Denbury Resources Pipeline FL* 66+10 Future West Point Boulevard TS 71+40 Future Walsh Ranch Parkway TS 76+70 Future Walsh Ranch Parkway TS 82+00 Future Walsh Ranch Parkway TS 87+50 Future Walsh Ranch Parkway TS Revised—Addendum#4 30" Diameter Walsh Ranch Water-Pipeline Unit 2 Test Station Schedule (Cont.) CCP & Mortar Coated Steel Pipe Options Station No. Description Type 92+50 Future Walsh Ranch Parkway TS 97+50 Future Walsh Ranch Parkway TS 102+50 Future Walsh Ranch Parkway TS 105+00 Cased Crossing @a Mary's Creek CP* 110+60 Cased Crossing @ Mary's Creek CP** 111+96 Future Walsh Ranch Parkway TS 115+00 Future Walsh Ranch Parkway TS 119+50 Future Walsh Ranch Parkway TS 124+00 Future Walsh Ranch Parkway TS 127+'86 Old Weatherford Rd. CP** 129+50 Future Walsh Ranch Parkway TS 135+00 Future Walsh Ranch Parkway TS 140+30 Future Walsh Ranch Parkway TS 145+60 Future Walsh Ranch Parkway TS 151+00 Future Walsh Ranch Parkway TS 156+00 Future Walsh Ranch Parkway TS 161+50 Future Walsh Ranch Parkway TS 166+50 Future Walsh Ranch Parkway TS 169+30 Patterson Branch Crossing CPQ`* Revised --AcLpqm= ; ` 30" Diameter Walsh Ranch Water Pipeline Unit 2 Test Station Schedule(Cont.) CCP & Mortar Coated Steel Pipe Options Station No. DescrinlLon Type 172+10 Future Walsh Ranch Parkway TS 175+00 Connection to Unit 3 IF Install test station if Denbury Resources Pipeline is metallic. * Install test leads on the pipe only if the casing material is concrete. Revised —Addendum#4 30" Diameter Walsh Ranch 'Dater Pipeline Unit 3 Test Station Schedule CCP & Mortar Coated Steel Pipe Options Station No. Description Tyue 178+65 Future Walsh Ranch Parkway TS 185+90 Future Walsh Ranch Parkway TS 193+15 Future Walsh Ranch Parkway TS 200+40 Future Walsh Ranch Parkway TS 207+65 Future Walsh Ranch Parkway TS 214+90 Future Walsh Ranch Parkway TS 216+55 Antero Gas Services Pipeline FL 222+15 Future Walsh Ranch @ Hwy. I-30 TS 229+40 Highway I-30, Access Road TS 236+65 Highway 1-30, Access Road TS 243+90 Highway 1-30, Access Road TS 251+15 Highway I-30, Access Road TS 258+40 Highway I-20,Access Road TS 265+65 Highway 1-20, Access Road TS 272+90 Highway I-20, Access Road TS 280+15 Highway I-20,Access Road TS 287+40 Highway 1-20, Access Road TS 288+40 Highway I-20,Access Road TS 288+87 Antero Gas Services Pipeline FL Devised —Addendum #4 30" Diameter Walsh Ranch Water Pipeline Unit 3 Test Station Schedule{Cont.} CCP & Mortar Coated Steel Pipe Options Station No. Description Type 289+12 Devin Gas Pipeline Crossing FL 294+55 Highway 1-20,Access Road TS 301+90 Highway 1-20, Access Road TS 309+15 Highway I-20, Access Road TS 1316+40 Highway I-20, Access Road TS 23+65 Highway I-20, Access Road TS 328+50 Highway I-20, Crossing(North Side) CP 332+90 Highway 1-20, Crossing(South Side) CP 337+25 South of Highway 1-20 TS 344+50 South of Highway I-20 TS 347+04 Storage Tank Location IF Revised —Addendum #4 30" Diameter Walsh Ranch Water Pipeline Unit 2 Test Station Schedule Polyurethane Coated Carbon Steel Pipe& Polyethylene Encased Ductile Iron Pipe Options Station No. Description Type 0+00 Connection to Existing 30" Diameter IF Waterline 3+50 Future West Point Boulevard TS 11+25 Future West Point Boulevard TS 16+90 Future West Point Boulevard TS 23+30 Future West Point Boulevard TS 30+00 Future West Point Boulevard TS 37+00 Future West Point Boulevard TS 44+00 Future West Paint Boulevard TS 51+15 Future West Point Boulevard TS 57+50 Future West Point Boulevard TS 54+00 Future West Point Boulevard TS 65+60 Denbury Resources Pipeline FL* 71+00 Future Walsh Ranch Parkway TS 78+00 Future Walsh Ranch Parkway T5 84+50 Future Walsh Ranch Parkway TS 91+15 Future Walsh Ranch Parkway TS 98+00 Future Walsh Ranch Parkway TS 104+50 Future Walsh Ranch Parkway TS Revised—Addendum #4 30" Diameter Walsh Ranch Water Pipeline Unit 2 Test Station Schedule Polyurethane Coated Carbon Steel Pipe& Polyethylene Encased Ductile Iron Pipe Options Station No, Description Type 105+00 Cased Crossing @ Mary's Creek CP** 110+60 Cased Crossing @ Mary's Creep CP** 111+96 Future Walsh Ranch Parkway TS 118+00 Future Walsh Ranch Parkway TS 125+00 Future Walsh Ranch Parkway TS 127+86 Cold Weatherford Rd. (North Side) CP** 134+10 Future Walsh Ranch Parkway TS 138+50 Future Walsh Ranch Parkway TS 145+00 Future Walsh Ranch Parkway TS 152+00 Future Walsh Ranch Parkway TS 158+50 Future Walsh Ranch Parkway TS I55+50 Future Walsh Ranch Parkway TS 1.59+30 Patterson Branch Crossing CP** 172+00 Future Walsh Ranch Parkway TS 175+00 Connection to Unit 3 IF Install test station if Denbury Resources Pipeline is metallic. "* Install test leads on the pipe only if the casing material is concrete. Revised —Addendum#4 30" Diameter Walsh Ranch Water Pipeline Unit 3 Test Station Schedule Polyurethane Coated Carbon Steel Pipe & Polyethylene Encased Ductile Iron Pipe Options Station No. Description Type 179+00 Future Walsh Ranch Parkway TS 187+00 Future Walsh Ranch Parkway TS 194+50 Future Walsh Ranch Parkway TS 202+50 Future Walsh Ranch Parkway TS 210+50 Future Walsh Ranch Parkway TS 216+55 Antero Gas Services Pipeline FL 218+50 Future Walsh Ranch @a Hwy.1-30 TS 226+50 Highway I-30,Access Road TS 234+50 Highway 1-30, Access Road T5 242+00 Highway 1-30, Access Road TS 250+00 Highway 1-30, Access Road TS 257+00 Highway 1-30,Access Road TS 265+00 Highway 1-20, Access Road TS 272+54 Highway I-20,Access Road TS 280+50 Highway 1-20,Access Road TS 288+00 Highway I-20, Access Road TS 288+87 Antero Gas Services Pipeline FL 289+12 Devin Gas Pipeline Crossing FL 295+50 Highway 1-20, Access Road TS Revised —Addendum #4 30" Diameter Walsh Ranch Water Pipeline Unit 3 Test Station Schedule Polyurethane Coated Carbon Steel Pipe& Polyethylene Encased Ductile Iron Pipe Options Station No. Description Tyne 303+00 Highway I-20, Access Road TS 311+00 Highway I-20, Access Road TS 318+50 Highway 1-20, Access Road TS 326+00 Highway 1-20,Access Road TS 328+00 Highway 1-20, Crossing(North Side) CP 331+50 Highway 1-20, Crossing(South Side) CP 335+25 South of Highway 1-2.0 TS 342+75 South of Highway 1-20 TS 347+04 Storage Tank Location 1F Revised —Addendum#4 WALSH RANCH WATERLINE PROJECT JOINT BONDING AND FORT WORTH TEXAS ELECTRICAL ISOLATION 2.03 FLANGE ISOLATION A. Applications: Required applications of dielectric flange isolation ,assemblies include but are not limited to the following: 1. At selected locations where new piping is mechanically connected to existing piping. 2. At selected below-grade to aboveground piping transitions. 3. At locations shown on the drawings. B. For concrete cylinder pipe, provide electrical isolation through the installation of the following materials: 1. Flange connection to Lock Joint hell adapter. 2. Flange connection to Lock Joint spigot adapter 3. Insulating Gasket: a) For piping 30 inches diameter and greater, provide Pyrox G-10 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide Phenolic PSI with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. c) Alternately, provide plain-faced phenolic gasket, as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. Place phenolic gasket between two full-faced gaskets. Provide cloth-inserted rubber gasket material, 118 inch thick in accordance with AWWA 0207. Use factory cut gaskets of proper dimensions. 4. Sleeves and Washers: a) For piping 30 inches diameter and greater, provide full length mylar sleeves with Pyrox G-10 washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide full length mylar sleeves with Phenolic washers, double washer sets as manufa.,'ared by Pipeline Seal and Insulator, Inc., or approved equal. C. For stccl pipe,provide electrical isolation through installation of the following materials: 1. Insulating Gasket: a) For piping 30 inches diameter and greater, provide Pyrox G-10 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide Phenolic PSI with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. c) Alternately, provide a plain-faced phenolic gasket, as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. Place phenolic gasket between two full-faced gaskets. Provide cloth-inserters rubber gasket material, 1/8 inch thick in accordance with AWWA 0207. Use factory cut gaskets of proper dimensions. 2. Sleeves and Washers: a) For piping 30 inches diameter and greater, provide full length mylar sleeves with Pyrox 0-10 washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc,, or approved equal. b) For piping between 12 inches and 24 inches diameter, provide full length mylar sleeves with Phenolic washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. 15610 may.2005 Revised —Addendurn #4 WALSH RANCH WATERLINE PROJECT JOfNT BONDING AND FORT WORTH,TEXAS _ ELECTRICAL ISOLATION D. For ductile iron pipe, provide electrical isolation through installation of the following materials: 1. Insulating Gasket: For piping 30 inches diameter and greater, provide Pyrox G-10 with nitrile scal, Typc "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., ar approved equal. a) For piping between 12 inches and 24 inches diameter, provide Phenolic PSI with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. c) Alternately, provide a plain-faced phenolic gasket, as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. Place phenolic gasket between two full-faced gaskets. Provide cloth-inserted rubber gasket material, 1l8 inch thick in accordance with AWWA 0207. Use factory cut gaskets of proper dimensions. 2. Sleeves and Washers: a) For piping 30 inches diameter and greater, provide full length mylar sleeves with Pyrox G-1 washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) -For piping between 12 inches and 24 inches diameter, provide full length mylar sleeves with Phenolic washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. E. Coatings for buried isolation flanges shall be Densyl Tape system manufactured by Carboline, consisting of Densyl Mastic, Densyl Paste, and Densyl Tape, or approved equal. 2.04 CASING SPACERS A. For water or wastewater piping installed in tunnels or cased crossings, install casing spacers between the piping and the casing or tunnel liner to provide electrical isolation. & Inside diameter of casing or tunnel liner must be 4 inches greater in diameter than the outside diameter of the piping. In the case of mechanically coupled piping, the casing must be a minimum of 4 inches greater in diameter than the outside diameter of the coupling at its largest point. C. For welded steel pipe 12 inch diameter and smaller, use injection molded polyethylene insulators, Model PE as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. D. For all other pipe materials 12 inch diameter and smaller, use 8 inch wide steel insulators with 2 inch wide glass reinforced runners, Model C8G-2 as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. E. For all piping greater than 12 inch diameter, use 12 inch wide steel insulators with 2 inch wide glass reinforced runners, Madel C12G-2 as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. 2.05 CASING END SEALS A. For all piping less than 24 inch diameter, use hard rubber seals, Model PL Link Seal as manufactured by the Thunderline Corporation or approved equal 15640 May,2005 Revised —Addendum #4 WALSH RANCH WATERLINE PROTECT JOINT BONDING AND FORT WORTH TEXAS ELECTRICAL ISOLATION B. For all piping 24 inch diameter and greater, use pull-on, 118 inch thick, synthetic rubber end seals, Madel C, as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. C. Casing End Seals shall be as shown on the plans for the Walsh Ranch Water Line Project. 15640 May,2005 Revised —Addendum #4 WALSH RANCH WATERLINE PROTECT JOLXT BONDING AND FORT WORTH TEXAS ELECTRICAL ISOLATION 3.04 INSTALLATION OF CASING SPACERS A. Assemble and securely fasten casing spacers to the pipeline to be installed in casings or tunnels. B. Avoid inadvertent metallic contact between casing and carrier pipe. Place spacers close enough to ensure that the pipe is adequately supported throughout its length, particularly at the ends, to offset settling and possible electrical shorting. The end spacer must be within 6 inches of the end of the casing pipe, regardless of size of casing and pipe or type of spacer used. Install spacers on PVC pipe at the insertion line to prevent over-insertion of the spigot into the bell. C. Grade the bottom of the trench adjacent to each end of the casing to provide a firm, uniform and continuous support for the pipe. If the trench requires some backfill to establish the final trench bottom grade, place the backfill material in 6-inch lifts and compact each layer. D. After the casing or tunnel liner has been placed, pump dry and maintain dry until the casing spacers and end seals are installed. E. Install casing spacers in accordance with the manufacturer's instructions. Correctly assemble, evenly tighten, and prevent damage during tightening of the insulators and pipe insertion. F_ Insulator Spacing: 1. Maximum distance between spacers to be 10 feet for pipe sizes 6 inches and smaller, and 6 feet for pipe sizes greater than 6 inches. 2. For ductile-iron pipe, flanged pipe, or bell and spigot pipe, install spacers within one foot on each side of the bell or flange, and one in the center of the joint where 18 foot or 20 foot long joints are used. 3. If the casing or pipe is angled or bent,reduce the spacing. 3.45 INSTALLATION OF END SEALS A. Assemble hard rubber Link-Seals around the pipe and slide into the annular space between the pipe and casing. Evenly tighten the bolts to provide a positive seal. B. Place pull-on synthetic rubber end seals on the pipe and pull over the end of the casing. Securely fasten stainless steel bands. 3.46 CASED CROSSING ISOLATION TESTS A. Immediately after the pipe has been installed in the casing, but prior to connecting the line, perform an electrical continuity test to determine whether the casing is in fact insulated from the pipe. The continuity check shall be fully documented and approved by the owner or its designated representative prior to backfilling. B. If the electrical isolation between pipe and casing is not effective, the cause shall be immediately investigated, and the situation remedied. Under no circumstances shall a shorted casing be backfilled. END OF SECTION 15640 May,2005 Revised —Addendum #4 WALSH RANCH WATERLINE PROJECT CORROSION CONTROL FORT WORTH TEXAS TEST STATIONS SECTION 15642 MAGNESIUM ANODE CATHODIC PROTECTION SYSTEM PART1 GENERAL 1.01 SECTION INCLUDES Requirements for magnesium anodes to cathodically protect bar-wrapped concrete cylinder pipe (AWWA C303), polyethylene encased ductile iron pipe or dielectrically coated steel pipe. A. Work performed under this specification shall consist of providing all supervision, labor, equipment and materials as well as providing all operations necessary to install and test &ie required cathodic protection system components for the exterior surfaces of the 30" diameter Walsh Ranch Waterline. The work shall be performed in accordance with the provisions of the specifications, applicable plans, codes and standards, and subject to other terms and conditions for the project. B. Cathodic protection components shall be as shown on the project drawings for the 30" diameter Walsh Ranch Waterline. The cathodic protection system shall include but not be limited to the following: 1 I Materials and installation. 2. Post-installation survey. 3. Final Report C_ Applications; Required applications of cathodic protection include buried water piping and appurtenances. References to concrete cylinder pipe shall be interpreted as bar- wrapped concrete cylinder pipe AWWA Type C303. 1.02 REFERENCES A. NEC 70 -National Electrical Code B. MACE RP-0159-2002 - Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems. C. UL 83 —Thermoplastic-Insulated Wires. D. UL 486A—Wire Connectors and Soldering Lugs for Use With Copper Conductors. 1.03 QUALITY CONTROL A. Installer Qualifications. Cathodic protection installer shall have a minimum of S years of documented experience in the type of cathodic protection work required for the project. February,2005 15642 Page 1 of 9 Addition --Addendum #4 WALSH RANCH.WATERLINE PROJECT CORROSION CONTROL FORT WORTH TEXAS TEST STATIONS B_ Cathodic Protection Tester. Cathodic protection tester shall provide instructions for installation of anodes, field splices, and thernute welding. All testing shall be completed by a MACE International certified corrosion engineer. C. All materials, fabrication and installations are subject to inspection and testing by the owner or its designated representative. E. The drawings for the cathodic protection system,are diagrammatic and shall not be scaled for exact locations unless scales are explicitly stated on the specific drawing. Field conditions, non-interference with other utilities or mechanical and structural features shall determine exact locations. Contractor shall note other existing utilities in the area. Care shall he taken during excavation not to damage these utilities. Any damaged utilities shall be repaired to the satisfaction of the owner at the Contractor's expense. PART 2 ANODES 2.01E SACRIFICIAL ANODES- MAGNESIUM A. Magnesium Anodes: 32-pound, 3" x 3" x 45", prepackaged, high potential magnesium anodes shall be used. The metallurgical composition of the magnesium anodes shall be as follows: Element Percent Composition Aluminum 0.01 Maximum Manganese 0.50 to 1.3 Copper 0.02 Maximum Nickel 0.001 Maximum Iron 0.03 Maximum Other- (each) 0.05 Maxirnurn Other - (total) 0.30 Maximum Magnesium Balance B. Magnesium Anode Current Capacity: Magnesium anodes shall have a current capacity of no less than 500 amp-hours per pound of inaWiesiuim C. Anode Backfill Material: Chemical backfill material shall be used around all galvanic anodes installed. Backfill shall provide for a reduced contact resistance to earth, provide for a uniform environment surrounding the anode, retain moisture around the anode, and prevent passivation of the anode. All galvanic anodes shall come prepackaged in a backfill material conforming to the following composition: a. Ground hydrated gypsum: 75 percent b. Powdered bentonite: 20 percent C. Anhydrous sodium sulfate: 5 percent. 2. The backfill shall have a grain size such t1hat 100 percent is capable of passing through a 20-mesh screen and 50 percent is retained by a 100-mesh screen. 3. The backfill mixture shall completely surround the anode within a cotton bag. February,2005 15642 Page 2 of 9 Addition—AddendUM #4 WALSH RANCH WATERLINE PROJECT CORROSION CONTROL FORT WORTH TEXAS TEST STATIONS 4. For standard cast magnesium ingots, the weight of backfill required shall be as follows: Anode Weight Backfill Weight Total Weight (Pounds)_ (Pounds) founds 32 58 90 D. Anode Lead Wires: 1, The standard lead wire for a magnesium anode shall be a 20-foot length of No. 12 AWG solid copper wire with type TW insulation. E. Lead Wire Connection to Magnesium Anode: 1. Magnesium anodes shall be cast with a galvanized steel core with the weight of the core not to exceed 0.10 pounds per linear foot. 2. One end of the anode shall be recessed to expose the core for the. lead wire connection, 3. The lead wire shall be silver-soldered to the core and the connection fully insulated by filling the recess with an electrical potting compound. 2.02 SPLICING TAPE Tape used for taping anode lead wire to anode header cable connections shaill be Scotch 88 vinyl electrical tape and Scotch 1300 rubber splicing tape, as manufactured by Scotch, 3M, or approved equal. Taped splices shall be covered with a coating of 5cotchkote electrical coating. 2.03 CRIMPING LUGS Crimping lugs used to connect the anode lead wire to anode header cable shall be copper compression crimpit Catalog No. YCIOC10 as manufactured by Burndy or approved equal. 2.04 ANODE HEARER CABLE Anode Deader cables routed between the anode groundbed and the test stations shall be #10 AWG stranded copper conductors with type HMWPE insulation (Black). 2.05 TEST STATIONS A. The test stations shall be seven terminal, flush-to-grade, type NM-7 with cast iron lockable lid as manufactured by C. P. Test Services or approved equal. B. If the area is not paved, the test station shall be installed in a 24" x 24" x 6" square concrete pad. February,2005 Addition Ad 'ntv `L �� WALSH RANCH WATERLINE PROJECT CORROSION CONTROL FORT WORTH, TEXAS _ TEST STATIONS 2.06 SHUNT A. Monitoring shunt shall be a 0.01-ohm Type RS shunt as manufactured by Holloway or approved equal. B. Two shunts are required in each test station. 2.07 TEST LEAD WIRE A. Test station lead wires shall be #12 AWG stranded copper cable with type THW insulation (white). 2.08 PERMANENT REFERENCE ELEC'T'RODE A. The permanent reference electrode shall be a copper/copper sulfate Permacell as manufactured by Cornpro Companies or approved equal. B. The permanent reference electrode shall be equipped. with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. C. The permanent reference electrode shall have a minimum design life of 15 years and a stability of 5 millivolts under a 3.0 microamp load. 2.09 THERMITE WELD EQUIPMENT Materials required for thermite welding and coating of the welds are described in the following sections. A. Charges and Molds: Weld charges and mold size shall be as specified by the manufacturer for the specific surface configuration. Care shall be taken during. installation to be sure correct charges are used. Welding charges and molds shall he the product of a manufacturer regularly engaged in the production of such materials. B. Weld Coating: Coating for all welds shall be Kop-Coat as manufactured by Carboline or approved equal. The coated weld shall be covered with a plastic weld cap. PART 3 CATHODIC PROTECTION SYSTEM INSTALLATION 3.01 INSTALLATION OF SACRIFICIAL ANODES A. The recommended galvanic anode cathodic protection system for each pipe configurations is as follows: February,2005 15642 Page 4 of 9 Addition--Addendum#4 WALSH RANCH 'WATERLINE PROJECT CORROSION CONTROL FORT WORTH TEXAS TEST STATIONS 30" Diameter Walsh Ranch Waterline—Unit 2 • The CCP pipeline option will require thirty-three (33) anode groundbeds each consisting of ten, 32 pound prepackaged magnesium anodes. This translates to an average spacing of 530 feet between anode groundbeds. In addition, the CCP option will require three bonding clips welded across each joint to ensure electrical continuity of the pipeline. • Cathodic protection for the mortar coated carbon steel pipeline option will require thirty-three (33) anode groundbeds each consisting of a group of ten, 32 pound prepackaged, magnesium anodes. Tile average spacing between anode groundbeds is 530 feet. Three bonding wires are required at non-welded joints. • Cathodic protection for the polyurethane coated carbon steel pipeline option will require twenty-six (25) anode groundbeds each consisting.vf a group of ten, 32 pound prepackaged, magnesium anodes, The average spacing between anode groundbeds is 575 feet. Three bonding wires are required at non-welded joints. • Cathodic protection for the polyethylene encased ductile iron pipeline will require twenty-six (25) anode groundbeds each consisting of a group of ten, 32 pound prepackaged, magnesium anodes. The average spacing between anode groundbeds is 575 feet. In addition, the polyethylene encased ductile iron pipe option will require three bonding wires welded across each joint to ensure electrical continuity of the pipeline. 30" Diameter Walsh Ranch Waterline—Unit 3 ■ The CCP pipeline option will require twenty-four (24) anode groundbeds each consisting of ten, 32 pound prepackaged magnesium anodes. This translates to an average spacing of 720 feet between anode groundbeds. In addition, the CCP option will require three bonding clips welded across each joint to ensure electrical continuity of the pipeline. • Cathodic protection for the mortar coated carbon steel pipeline option will require twenty-four (24) anode groundbeds each consisting of a group of ten, 32 pound prepackaged, magnesium anodes. The average spacing between, anode groundbeds is 720 feet. Three bonding wires are required at non-welded joints. • Cathodic protection for the polyurethane coated carbon steel pipeline option will require twenty-two (22) anode groundbeds each consisting of a group of ten, 32 pound prepackaged, magnesium anodes. The average spacing between anode groundbeds is 785 feet. Three bonding wires are required at non-welded joints. February,2CO5 1564 Fade 5 of Addition —Addendum#4 WALSH RANCH WATERLINE PROJECT CORROSION CONTROL FORT WORTH TEXAS TEST STATIONS Cathodic protection for the polyethylene encased ductile iron pipeline will require twenty-two (22) anode groundbeds each consisting of a group of ten, 32 pound prepackaged, magnesium anodes. The average spacing between anode groundbeds is 785 feet. In addition, the polyethylene encased ductile iron pipe option will require three bonding wires welded across each joint to ensure electrical continuity of the pipeline. B. placement: Each anode shall be installed vertically in an 8 inch diameter by 10 foot deep hole as shown on the project drawings. Centerline of the anode shall be a minimum of 10 feet from the centerline of the pipe. Anodes shall be installed within the pipeline right- of-way as far away from the waterline as possible. C. Anodes shall be installed on 10-foot centers. D. Augured Hole: The hole diameter shall easily accommodate the anode. E. Backfilling: After the hole is augured, the packaged anode shall be lowered into the hole and the soil shall be firmly tamped around the package so that it is in intimate contact with the package. F. Anode Lead Wire: Lead wires from the anodes shall be run underground at a minimum depth of 24 inches. Each anode lead wire shall be connected to an anode header cable as indicated on the project drawings. C. Dandling: Anodes shall be handled in a manner that will avoid damaging anode materials and wire connections. 3.02 INSTALLATION OF PERMANENT REFERENCE ELECTRODE A. Location: One permanent copper/copper sulfate reference electrode shall be installed at each anode groundbed test station and at each isolating flange test station. The permanent reference electrode shall be within 6"of the pipe at pipe depth. The permanent reference electrode shall be prepared and installed in strict accordance with the manufacturers recommendations B. Placement: The permanent reference electrode shall be placed in the same ditch with the waterline and carefully covered with the same soil as the pipeline backfill. C. Lead Wire: The permanent reference electrode lead wire shall be protected during backfill operations and routed to the test station along with the waterline test leads and anode ground bed cables. 3.03 INSTALLATION OF WIRE AND CABLE A. Depth: All underground wire and cable shall be installed at a minimum of 24 inches below final grade with a minimum separation of 6 inches from other underground structures. February,2005 15642 Page 6 of 9 Addition—Addendum #4 WALSH RANCH WATERLINE PROJECT CORROSION CONTROL FORT WORTH TEXAS TEST STATIONS B. Anode Header Cable: Each anode lead wire shall be connected to a 410 AWGII-1MWPE header cable which shall be routed into a flush-to-grade test station. C. Anode Lead Wire To Header Cable Connection: Each anode lead wire to header cable connection shall be made using a copper compression connector. Each connection shall be taped using rubber tape, vinyl tape and coated with Scotchkote electrical coating as shown on the project drawings. D. Anode Connection-To-Pipeline: Each group of ten (1 p) anodes shall be connected to the pipeline through a test station. Each group of ten anodes will be divided into two groups of five (5) anodes. Each group having it's own header cable routed to the test station. A 0.01 ohm shunt shall be used to connect each anode header cable to the pipeline as shown on the project drawings. E. A 3" wide, yellow, non-detectable warning tape labeled "Cathodic Protection Cable Buried Below"shall be buried at a depth of 18" below the surface and along the length of all cathodic protection cable trenches. 3.04 TEST LEAD WIRE ATTACHMENT A. Test lead cables shall be attached to the pipe by thermite welding. B. The pipe to which the wires are to be attached shall be clean and dry. C. A ,grinding wheel shall be used to remove all coating, mill scale, oxide, grease and dirt from the tank over an area approximately 3 inches square. The surface shall be cleaned to bright metal. D. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation reproved from each end, exposing clean, oxide-free copper for welding. E. Using the proper size thermite weld mold as recommended by the manufacturer, the wire shall be placed between the graphite mold and the prepared metal surface. All wires No. 12 AWG size shall use a copper sleeve crimped over the wire. F. The metal disk shall be placed in the bottom of the mold. G. The cap from the weld charge container shall be removed and the contents poured into the mold. Squeeze the bottom of the weld charge container to spread ignition powder over the charge, H. Close the mold cover and ignite the starting powder with a flint gun. The mold should be held firmly in place until all of the charge has burned and the weld has cooled slightly. I. Remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. Pull on the wire to assure a secure connection. if the weld is not secure or the wire breaks, repeat the procedure. February,zoos 15642 Page 7 of 9 Addition —Addendum #4 WALSH RANCH WATERLINE PROJECT CORROSION CONTROL FORT WORTH,TEXAS _ _ TEST STATIONS J. if the weld is secure, coat all bare metal and weld metal with loop-Coat. The coated weld shall be covered with a plastic weld cap. 3.05 FLUSH-TO-GRADE TEST STATIONS A. Flush-to-grade test stations shall be installed as shown on the drawings. Test stations shall be installed in a 24" x 24"x 6" square concrete pad. B. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. Additional slack shall be left to allow for mrithdrawal of the terminal board a minimum of 12" above the top of the concrete pad for test purposes. 3.06 POST INSTALLATION BACKFILLING OF CABLES A. General: During the backfilling operation, cables shall be protected to prevent damage to the wire insulation and conductor integrity, 3.07 POST INSTALLATIDI"+l' TESTING OF THE CATHODIC PROTECTION SYSTEMS A. General: As soon as possible after the cathodic protection equipment has been installed, the system shall be inspected, energized and adjusted. B. Energization: The energizing of the cathodic protection system shall be performed by a corrosion engineer hired by the contractor to achieve compliance with the referenced corrasion contrcI standards set forth by MACE International and/or AWWA. C. Method: The Corrasion Engineer shall: I. Measure native state structure-to-soil potentials along the waterline using the permanent reference electrodes at each anode groundbed test station prior to energizing the cathodic protection system. 2. Energize the cathodic protection system by connecting each magnesium anode groundbed to the pipeline leads in the test station junction box. Record each anode groundbed current using the 0.01-ohm shunt. 1 Allow 2 weeks for the pipeline to polarize. 4. Adjust, if necessary, the cathodic protection current output in each anode test station to satisfy the criteria of a minimum of 100 rnillivalts of polarization or an "Instant Off'potential at least as negative as -850 millivolts CSE. 6. Record all final current outputs measured at each test station. 7. Verify that all electrical isolation devices are operating properly including flange isolators, and casing spacers. 8. Verify that interference does not exist with foreign structures. Perform joint tests with owners of the foreign structure and mitigate any interference detected. Foreign February,2045 15542 Page 8 of 9 Addition —Addendum#4 WALSH RANCH WATERL><NE PROJECT CORROSION CONTROL FORT WORTH, TEXAS TEST STATIONS line test stations have been provided to facilitate the interference testing and installation of any necessary resistance bonds. It is the corrosion engineers responsibility to coordinate the interference testing with the owners of foreign structures. U. Verification and Responsibilities 1. Contractor shall correct, at his expense, any deficiencies in materials or installation procedures discovered during the post-installation inspection. 2. Corrosion Engineer shall provide written documentation of any deficiencies discovered during the post installation inspection. E. Equipment: All cathodic protection testing instruments shall be in proper working order and calibrated according to factory specifications. F, Report: The results of all commissioning procedures along with documentation of anode groundbed current-outputs, pipe-to-soil potentials, results of interference testing, results of insulated joint tests and as built drawings shall be compiled in a final report and kmished to the owner along with operating and maintenance instructions. END OF SECTION February,2005 I5642 Page 9 of 9 Addition—Addendum#4 PART A NOTICE TO BIDDERS COMPREHENSIVE NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS 2P02113_Spera_Waier_05M KMCaae NOTICE TO BIDDERS Sealed Proposals for the following: FOR: Water Main Extension To Serve Walsh Ranch, Phase I (Unit 1, Unit 2 & Unit 3) Water Project No. PW77-060770140580 D.O.E. NO. 4750 (Unit 1) D.O.E. NO. 4158 (Unit 2) D.O.E. NO. 4635 (Unit 3) The construction of: Unit 1 7,998 LF 30-4nch Water Line 1,607 LF 16-inch Water Line Unit 2 17,520 LF 30-inch Water Line Unit 3 17,312 LF 30-inch Water Line Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Office until 1:30 p.m., May 19, 2405, and then publicly opened and read aloud at 2:00 p.m., in the Council Chambers. Pians, Specifications and Contract Documents for this project may be purchased at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas_ One set of plans and documents may be purchased for a nor -refundable cost of Sixty Dollars ($60.00) per set_ These documents contain additional information for prospective bidders. A mandatory pre-bid meeting will be held on May 9, 2005 beginning at 9:00 a.m. in City Pre-Council Chambers at City Nall, 1000 Throckmorton Street, Fort Worth, Texas 76102. Failure to attend shall result in the rejection of the bid as non-responsive- For additional information, please contact Mr_ Brian Darby, P.E. with Dunaway Associates, L.P. at (817) 335-1121, or Mr. Rakesh Chaubey, P.E. with the City of Fort Worth, Department of Engineering at (817) 392-6051. Advertising Dates: A hl 21 2005 April 28, 2005 2002I13_Spetx Watar_M'8_05UA-T5 COMPREHENSIVE NOTICE TO BIDDERS Sealed Proposals for the following: FOR: Water Main Extension To Serve Walsh Ranch, Phase I (Unit 1, Unit 2 & Unit 3) Water Project No. PW77-060770140580 D.O.E. NO. 4750 (Unit 1) D.O.E. NO, 4158 (Unit 2) D.Q.E. NO. 4635 (Unit 3) Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort.Worth, Texas, will be received at the Purchasing Office until 1.30 p.m., May 19, 2005, and then publicly opened and read aloud at 2:00 p.m. Plans, Specifications and Contract Documents for this project may be obtained at the office of the department of Engineering, Municipal Office Building, 1000 Throckmcrton Street, Fort Worth, Texas. One set of plans and documents may be purchased for a non-refundable cost of Sixty Dollars ($60.00) per set. These documents contain additional information for prospective bidders. All bidders will be required to comply with Provision 5159a of"Vernon's Annotated Civil Statutes" of the State of 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-23), prohibiting discrimination in employment practices. Bid security is required in accordance with Paragraph 2 of the Special Instructions to Bidders. The major work on the above-referenced project shall consist of the following: Unit 1 7,998 LF 30-inch Water Line 1,607 LF 16-inch Water Line Unit 2 17,520 LF 30-inch Water Line Unit 3 17,312 LF 30-inch Water Line Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. Bidders shall not separate, detach, or remove any portion, segment, or sheets from the contract document at any time_ Bidders must complete the proposal sections and submit the complete specifications boot or face rejection of the bid as non- responsive. A mandatory pre-Yid meeting will be held on May 9, 2005 beginning at 9:00 a.m. 0 City Pre-Council Chambers at City Hall, 1000 Throckmorton Street, Fort Worth, Texas 76102. Failure to attend shall result in the rejection of the bid as non-responsive. 2OW I I3_SpecS_W ater_GN1B_05-44-15 COMPREHENSIVE NOTICE TO BIDDERS AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90) days from the date the MIWBE UTILIZ KION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FArTH EFFORT FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, wili be within ninety (90) days after this documentation is received, 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 proposal form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at (817) 392-7910. SUBMISSION OF BID(S)AND AWARD OF CONTRACTS). This document is designed as three (3) separate contract documents and shall not be construed as being a single contract. The proposal sections are provided as three (3)individual proposals with three (3) individual MIWBE specifications and are arranged in units to allow prospective bidders to submit bids on one or all units. Award of contracts), if made, shall be to the responsive low bidder for each individual unit. If a contractor is the responsive low bidder on both units, a single set of contract documents consisting of all applicable units will be created and one single award of contract shall be made. The Contractor shall comply with the City's MIWBE Ordinance on each unit unless MIWBE goals are provided for all possible combination of units. Construction time on all units will run concurrently. For situations involving approved contracts with multiple units, the total allowable construction completion time period for all the units shall be the same as the unit with the longest construction time period. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specifications book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time-line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBEJWBE UTILIZATION FORM SUBCONTRACTORISUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAiVER FORM, GOOD FAITH EFFORT FORM with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received 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 de#ivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non- responsive. Bidders are advised that the City of Fort Worth has not acquired all the necessary permanent and temporary construction easements for the construction of the 2W2113 Specs Warer_CNTB_06-04-IS COMPREHENSIVE NOTICE TO BIDDERS shown in the Flans. Bidders are hereby notified that the City anticipates obtaining the necessary ,permanent and temporary construction easements by the start of construction. In the event the necessary permanent and temporary construction easements are not obtained, the City reserves the right to terminate the award of the contract at any time before the contractor begins any construction work on the project(s). In addition, Bidders shall hold their unit prices until the City has completed the acquisition of all permanent and temporary construction easements. The contractor shall be prepared to commence construction without all executed permanent and temporary construction easements and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permanent and temporary construction easements or for which such easements have been acquired. The bidder agrees to begin construction within 10 calendar days after issue of work order, and to complete the contract by May C, 2006. Contractor shall be aware that,pressure testing for Unit 2 will not be conducted until after successful completion of pressure testing of Unit 1. No additional remobilization expense will be allowed. Contractor shall be aware that pressure testing for Unit 3 will not be conducted until after successful completion of pressure testing of Unit 1 and Unit 2. No additional re- mobilization expense will be allowed. For additional information, please contact Mr. Brian Darby, P.E. with Dunaway Associates, L.P. at (817) 335-1121, or Mr. Rakesh Chaubey, P.E. with the City of Fort Worth, Department of Engineering at(817) 392-6051. CHARLES R_ BOSWELL MARTY HENDRIX CITY MANAGER CITY SECRETARY ADVERTISING DATES: A. DOUGLAS RADEMAKER, P.E. DIRECTOR DEPARTMENT OF ENGINEERING April 21. 2005 x_28. 2005 By: '6 n j fo r Rick Trice, P.E. Assistant Director 2002513_Spew_W a[er_CNl'$_05-6d-5 5 SPECIAL INSTRUCTIONS T4 BIDDERS 1) PREQUALIFICATIQN REQUIREMENTS; All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (y) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding state 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 seeping 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 20021�3 sg��s waier_asAs_KMC doc A - 5 SPECIAL INSTRUCTIONS TO BIDDERS upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7. 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 2.258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract-, and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of D-3 Right to Audit pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shah post the prevailing wage rates in a conspicuous place at the site of the project at all tunes. 5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. 2002113 Specs Wafer 05-03_KMC.doc A -6 SPECIAL INSTRUCTIONS TO BIDDERS 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 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 fimit 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 ag reement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m-, five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive- 2 00211 on-responsive.200211 SCecs Wafer 45-43 TSMCdoc A - SPECIAL INSTRUCTIONS TO BIDDERS Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) andlor women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation of facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years, 12. FINAL PAYMENT, ACCEPTANCE. AND WARRANTY; a. The contractor will receive full payment (less retainage) from the City for each pay period. 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 BiNs Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) finai 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 Revised 5104103 7002773_Specs_Waiar_05-03_KMC.doc A-8 PART B UNIT 1 MINORITY & WOMEN'S BUSINESS ENTERPRISES SPECIFICATIONS PROPOSAL CITY APPROVED PRODUCT AND METHOD UNIT 2 MINORITY & WOMEN'S BUSINESS ENTERPRISES SPECIFICATIONS PROPOSAL CITY APPROVED PRODUCT AND METHOD UNIT 3 MINORITY & WOMEN'S BUSINESS ENTERPRISES SPECIFICATIONS PROPOSAL CITY APPROVED PRODUCT AND METHOD 2000 113_SpstsWlev_05-03_KMC dot ATTACHMENT IA Page 1 of 4 FART WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime 5. 3: LCQtS OZW.'STi R IC4 0E- _L.XA5 , LTI PROJECT NAME: MNVIDBE v NON-MNVIDBE Water Main Extension To serve Walsh Ranch, Phase I, Unit i BID DATE G- 9, zooc J City's M/WBE Projoct Goal: Prime's MIWBE Project Utilization: PROJECT NUMBER Water Project No.PW77-060770140580 21% % D.O.E.No.4750 Identify all subcontractorslsuppliers you will use on this project Fail.uri✓ to coiriplete this form, in itszetltitety with requested documentation, and received -by Jhe .Managing ` 136par went on or before 5W-p. five ((5 -:days after`bid oper7irtg, exclusive of-bid.-a'O'oKing date,, ' will result in the bid tieing cohsideried-non-retponsive,to'rbid specificbtions. The und006WM'C]fferot• .agrees to ghti r into a .formal agreement vkh the `IUIIVVBE firms) JsW id. this utilization sch6duke, conditioned ;upon 'execuibn of a �t.ontract With the City of Fart Worth_ The intentional an'dlor knowing misrepresentation of facts is-grounds-.for consideration-of disqualification and.will result n the' . bid:being considered non-respgnsive,#o.aiai;specifiqgtlQq MNVBEs 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, Ills Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. -Identify e46 Tier level. Fier is the- level of subcontracting below the prime c6ntradtor, -i.e., a direct payment from the prime contraot0 to a Subcontractor is considered 1't,tler, a payment l-y a-subcantractor to - its sup pfier is gonsidered 2"a#ter ALL MIWBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. I ow Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business ^■ Enterprise(DBE) is synonymous with Minority/Women Business Enterprise(MMIBE). If hauling services are utilized, the prime will be given credit as long as the MANBE listed owns and operates'at least one fully licensod-ante operational truck to be used on the contract. The 1VI NSE may lease trucks from another M/WBEfirm, including M/WBE owner-operators, and receive full MNV13E credit, The M/WBE may lease trucks from non-lll OBEs, including owner-operators, but will only receive credit far the fees and commissions earned b the M W E as outlined in the lease agreement. Rev.5130103 UNIT 1 ATTACHMENT IA Page 2 of 4 r - FORTWORTIJ primes are required to identify ALL subconiractorslsuppliers,regardless of status; i.e.,Minority,Women and non-MIWBEs. Please list MNVBE firms first,use additional sheets if necessary. Certification N (check one) ° SUBCONTRACTORISUPPLIER T -n Company Name i N T Retail Detail Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T B Vlr E R d E F3 C T -E A J. M MA-r-RIALS Racw A'-A o 0 P.O. Icy, 4% ✓ V, MATrz,R►Po-6 al~voR^oc , T-x ?�GZZE B-5-6-8133 AMMIQA,4 Du,--r,r..c,= i}vcsrc E ��r+-J Rp•j PIPE ��0J jI-f451:' '#V-ex r-4 428,6Z� .50'ru 996 4: ` An--i' 101,41- G41=1-4 2-14 _J?OMAR 'Gpc, ' 5rr,►G, o� A-rA; ,MA�k� ARWR AkD A0167-5 277 106. Z468 FAe," RZA�D IDA"&S. TOQk5 75ZZ9 Z 14 -3s7 -azo r r r FORT WORTH t Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e., Minority,Women and non-MNVBEs. 1 Please list MNVBE firms first,use additional sheets if necessary, to Rev.5130143 UNIT 1 ATTACHMENT 1A Page 3 of 4 Certification (check one) ° SUBCONTRACTORISUPPLIER T nE Company Name i N T Detail Detail Address e M W C x M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r l3 s T D R o C T A r+� -FORT WORTH i r.l rl 0 r� Rev.3130103 UNIT 1 ATTACHMENT 1A Page 4 of 4 Q� Total Dollar Amount of MIWBE Subcontractors/Suppliers $ 7I ] 84 Total Dollar Amount of Non-MIWBE Subcontractors/Suppliers $ . 00 � TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS 7-7. The Gontractor will not make"addit1'0ns, deletions, or stiWitut ons to this teeth ,. Ist w thout thao prior apptcS fal. of the Minority, and Women Business Enterprise Office Manager or desjgnee .through the• submittal.of i ReguesiF far-Apgroval,af ChangWAddifivin. Any-,uritustifled change or deaetion shall be a material brea'c g ! contract and may result in debarment in accord with the procedures outlined.in, the ordinance. Trie cdritraeldf• shall submit.a detailed explahation`of h6 the re-quested changeladdition ior'tfeletion Wil affect file committed `- MANK goal. If the'detail explanation is riot sllb�rltted r It will effect 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 MM1/DBE(s) arrangements submitted with the bid- The Offefor also agrees to allow an audit anchor 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 subcontractorslsuppiiers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. u.5 Autha ' ed Signature Printed Signature Titre Contact NamelTitle(if different) .5. 81-- 4T7 <320 Z817- 479--05 Company Name Telephone and/or Fax �3`c J �. Y� � /SY 't�t.irt _ 'r ��i'� ?v- i��a ��'.l L.i.J�/IJ a ■ .� Address Email Address Ni r—pq'e' Tex' 71�Q3 G 114 bi CitylStatelbp rate Rev. 5130103 UNIT 1 dw PROPOSAL MR TO'. Mr. Charles R. Boswell City Manager r* Fort Worth, Texas FOR: Water Main Extension to Serve Walsh Ranch, Phase 1 Water Project No. PW77-03077140580 Q.Q.E. No. 4754 (Unit 1) Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly 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 ali the work as provided in the plans and specifications and subject to the inspection and approval of the Director, Department of Engineering of the City of'Fort Worth. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond, and Payment Bond approved by the City of Fort Worth for performing and completing the sewer construction work within the time stated and for the following sum, to-wit: PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 1A 8,016 LF 30-inch 0-303 bar wrapped ■l concretecylinder water pipe 1 Zve, ,, _Dollars s and Cents per Linear Feet(LF) $ $/1D,91 1 B 8.016 LF 30-inch Class 150 DIP water pipe gIV� 41twel f d 7AIrIV- -i�oQ i� icy s� and o Cents per Lf $ 43 7 1 C 8,015 LF 30-inch Class 154 steel water pipe . 4/1, '61Dollars and Cents per LF $ $ Alo 610 2A 1,637 LF 16-inch C-303 bar wrapped concrete cylinder water pipe Dollars and Cents per LF $ $ v 2B 1,637 LF 16-Inch Class 250 DIP water pipe Dollars and IV Cents per LF $ $C01407 2C 1,637 LF 16-inch Class 950 steel water pipep � "o 010 Dollars — I -- and Cents per LF $ $ Note- Contractor to select only one option for items numbered A, B. C. r Specs Waler Pang Proposal U611 04-14-05y1.doc Part B- 1 Unit 1 PROPOSAL PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE ,. 3A 1 LS 30-inch concrete pressure pipe fittings and specials,furnish, install,complete in place,with concrete blockinnl f stainless steel balks 77 J_Z Y X11 and ' �*A ,4'V1 Cents per Lump Sum{LS} $ �- 3B 29.7 TN 30-inch DIP water pipe fittings and specials,furnish,install, complete in place,with concrete blocking and stainless steel 'w bolts /1 Dollars / 60 , } and Cents per Ton(TN) $ ! $ /�✓ 3C 1 LS 30-inch steel pipe fittings and specials,furnish,install, complete in place,with concrete blocking and stainless steel bolts /V o k//w c l Dollars � - t7 and A/0 Cents per LS $ + 4A t LS 16-inch concrete pressure pipe fittings and specials,furnish, install,complete in place,with concrete blocking and i� stainless steel bolts f�Q Old NltO l F) Dollars and Cents per LS $ $ �f 4B 3.1 TN 16-inch DIF'water pipe Fittings and specials,furnish,install, complete in place,with concrete blocking and stainless steel belts OVE7 _ _Dollars and /0 Cents per TN $ $ 4C 1 LS 16-inch steel pipe fittings and specials,furnish,install, complete in place,with concrete blocking and stainless steel halts �r� Dollars /■ and Cents per LS $ $ 5 33 LF 8-inch PVC water pipe Dollars and AID Cents per LF $ `-' S �� �✓ 6 4 SEA Combination 2-inch air 16-inch vacuum valve with vault per Detail and Figure 16&17 E 1-1 . moi tJLf 6Dollars and 4/0 Cents per Each(F.A) S $ 7 5 FA 8-inch blow off valve and sump manhole per Figure 18 p- 10-102 1a, fF�,,r-��yr�� and Cents per EA $ 9 I VV $'"r"� 1~ Note- Contractor to select only one option for items numbered A. B, C. Specs Water PartB Proposal Unitl 04-19-05_91-doc Part 6-2 Unit 1 PROPOSAL PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 8 1 EA flinch blow off valve and sump manhole per Figure 18 Dollars yyn� and Cents per EA § 6 C,(1iJ $ j 9 4 EA 30-inch gate valve and vault with 2-inch combination rvacuu va C. <�'� tl�` G' .Si Y T -_QNB N Dollars and //p Cents per EA $ Vp IJLA! $ 10 1 EA 30-inch,,��geeate valve and vault liftY' �J � Dollars and 4 ) Cents per EA $ $ r, 11 1 EA 16-inch gattee valve and vault aiw _t Dollars and + Cents per EA $ +'�r $ I' 12 12 EA Concrete Pipe Anchor for 30-inch water line Dollars f / and Cents per EA $ lI $ 13 9,653 LF Trench safety system(>5'depth) 912 Dollars �.J.�7 �[J. J and Gents per LF $ $ 14 4 EA Underground utility location—Dehole per specification DA- 103 � /f� -/—t ..104 (2 Dollars and 1` lJ Cents per EA $ �✓ $ 15 67 SY 4-inch—18-inchwell graded grouted rock rip rap S (JE f/11J P Dollars w■ and 9— Cents per Square Yard(SY) $ C.�J $ 16 77 LF Permanent concrete pavement repair(per Figure 5) WE '+VI�.�V E) - )'� Dollars � y and A/0 Cents per LF $ 17 1,000 SY Gravel access roadway r PVA Dollars y and Cents per SY $ $ r 18 100 LF Concrete encasement,30-inch pipe +-1+` j Dollars r and Cents per LF $ $ ri 19 2�fi0 *F Silt fence ��i•` I �� E: "� Dollars tQ00 ego� and /J4) Cents per LF $ $ Specs Water Pada Proposal Uni11 04-19-05g[.dm Pala Q-3 Unit I in PROPOSAL �. PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 20 9,653 LF Hydromulchfseeding ps 04�lf r► Dollars and Cents per LF $ { $ 1 21 30 CY Crushed stone for miscellaneous placement PM Tv-jl��ff Dollars i and��( Cents per Cubic Yard(CY) $ U..` $ P 22 30 CY Class'B'concrete(2500#)for miscellaneous placement i�r~ Dollars �. and IV o Cents per CY $ $ 23 30 CY Class"E'concrete(1500#)for miscellaneous placement efgfN Dollars ll and / 0 Cents per CY $ $ 24A 1 LS Cathodic protection system for concrete water pipe installation 3 .Ir� /�1 / 64 Iw N Dollars M'�) , A/10 and ALJ Cents per LS $ FM 248 1 LS C thadic r t cxions rstem for DIP water pipe Installation $?*, 000 $ }+pdp -Thr'LI-CAALd Dollars and Iva Cents per LS $ $ 24C 1 LS athodic prrotection system for steel water pipe installa'on t� a iC! ollars Aa�l6 Ala MP and A/o Cents per LS $ ICr�`t� mAno TOTAL AMOUNT BID-UNIT t WATER IMPROVEMENTS $ Note: Contractor to select only one ootion for items numbered A. 8.C. r f S 8 Specs water Pape Proposal unnf 44-59-65_l.doc Part B-4 Unit 1 PROPOSAL LIST OF DUCTILE IRON FITTINGS FOR WATER LINE Ido.of Fittings Size of Fitting Type of Fitting Weight per Fitting([bs.} Total Weight(lbs.) 1 30-inch Tee f 1 3Nnch x 8-inch Tee 2 16-inch x 8-inch Cross (3 2 1 30-inch x 16-inch Reducer 95 95 1 30-inch 22.5'Bend 66& & 1 30-inch 11.25°Bend (1>00 600 2 30-inch 45° Bend 2 16-inch 45°Bend 2C,2, [ 1 30-inch Plug Vii , 2 8-inch Plug rf 2 / 111 30-inch Thrust Restraint 30 16-inch Thrust Restraint Total Weight= lbs. ( '��Tons} ,p LIST OF CONCRETE CYLINDER FITTINGS No.of Fittings Size of Fitting Type of Fitting Weight per Fitting[lbs.] Total Weight(Ibs.) 1 30-inch Tee - - 1 30-inch x 8-inch Tee - - 2 16-inch x 8-inch Cross 1 30-inch x 16-inch Reducer - - 1 30-inch 22.5'Bend - 1 30-inch 11.25°Bend - - 2 30-inch 45° Bend - - 2 16-inch 45" Bend - 1 30-inch Plug - f. 2 8-inch Plug - - 111 30-inch Thrust Restraint - 30 16-inch Thrust Restraint - - I •' Specs Water Part6 Proposal Una t 04.19.05_gl doc Part B-5 Unit 1 4 PROPOSAL LIST OF STEEL FITTINGS FOR WATER LINT= No.of Fittings Size of Fitting Type of Fitting Weight per Fitting Total Weight(lbs.) (lbs.) r• 1 30-inch Tee - - i 1 36-inch x 8-inch Tee - - 2 16-inch x 8-inch Cross - 1 30-inch x 16-inch Reducer - - 1 30-inch 22.5°Bend I 30-inch 11.25°Bend - - 2 30-inch 45'Bend - - 2 16-inch 45'Bend - - 1 30-inch Plug - 2 8-inch Plug - ill 30-inch Thrust Restraint - - 30 16-inch Thrust Restraint - - r r r Specs Water PaM1B Proposal Uni11 1}4.79.65_g1.doc Part B`6 Unit 1 r PROPOSAL MATERIAL SUPPLIER INFORMATION FORM n CONCRETE CYLINDER PIPE The concrete pipe and valve supplier information form bound with this project manual s all be provided by the Contractor at the time that bids were submitted. AM -,A Aech--'6 /S /Ve. Name of Manufacturer Type of Pipe rp Home Office Address of Manufacturer 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. , Name of Manufacturer A c 5 ic,AlZmd S116 y9c, Vgzms� 2 jr Home Office Address of Manufacturer Location of plant in which pipe and fittings are to be manufactured STEEL PIPE The steel pipe supplier information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted. /y Name of Manufacturer Type of Pipe l 10146ho rAl Rd SROAim� 7�x /P1717 Home Office Address of Manufacturer 5 )Af F- R'S A&aE Location of plant in which pipe and fittings are to be manufactured * Spew Wafer PahB Prapm-W UrAl 04-1M5y1.doc Part B-7 Unit I PROPOSAL Within ten (10) days of notification by City, the undersigned will execute the formal contract and deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of this Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents, and the specific Contract Documents and appurtenant plans. The successful bidder shall be required to perform the work in accord with the following publication, both of which are incorporated herein and made a part hereof for all purposes: 1 The General Contact Documents and General Specifications for Water Department Projects dated January 1, 1978, which may be purchased from the Water Department. 2. The Standard Specifications for Street and Storm Drain Construction which may be purchased from the Department of Transportation & Public Works. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms �. of City Ordinance No_ 7278 as amended by the City Ordinance No. 7400. The Bidder agrees to begin construction within 110 calendar days after issue of the work order, and to complete the contract within 160 calendar days after beginning construction as set forth } in the written work order to be furnished by the Owner. The work order will be issued no later than 90 days after the award of contract. r A. The principal place of business of our company is in the State of Non-resident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident bidders in the State of our principal place of 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. r I t Specs Waley Parka Proposal Unkl7 94-1$-05_0 doc Part B -8 Unit I r PROPOSAL STATEMENT OF MATERIALS AND OTHER CHARGES 09 MATERIALS INCORPORATED INTO THE PROJECT $ 4 e 16 ALL OTHER CHARGES 7oor 4-49- 513$ moo "TOTAL Tc q 4-+9--8 $ *this total must agree with the total figure shown in Part B -- Proposal, Total Amount Bid in the bound contract. r For purposes of complying with the Texas Tax Code, the Contractor agrees that the charges for r any material incorporated into the project in excess of the estimated quantity provided for herein will be no less than the invoice price for such material to the Contractor. NOTE. ONLY THE COPY OF THIS FORM ON THE BOUND CONTRACTS IS TO BE FILLED OUT, TOTAL UTILITIES $ WATER 1, 700r4?q $ TOTAL $ it 7.00, 4- f 1� 1 Specs Waler Par1B Prapasal Unit}04-19-Q5_gtdoc: Part B -9 Unit 1 PROPOSAL Receipt is acknowledged of the following addenda: Addendum No. 1 (initials) LVW Addendum No. 2 (initials) Addendum No. 3 (initials) Respectfully submitted, T. Laws r &vabachW 2E T,2-K g.<,.- By: i Name: Lcs V Title: [ ►Pvl�+�rz� luha�q Address: S. C❑'�' ` �+ ' �3 tub (SEAL) if Bidder is Corporationarty' c O Date: Telephone: A Specs Weler PBYIB Piapo al Until 04-1M5_91 dpc Part B-10 Unit 1 PM ow am A do 1F in la UNIT 2 2002113—Specs Waler_022205.dae ^I ATTACHMENT to Page 1 of d '©RT WORTH City of Fort{ dtth Subcontractors/Suppliers Utilization Form JPRfME COMPANY NAME: Check applicable block to describe prime . j` Louis LT'S PROJECT NAME: MAN/DBE t•-� NON-VVWIDBE rWater Main Extension To Serve Walsh Ranch, Phase I, Unit 2BID DATE -3-ungE- - zcc s J City's MIWBE Project Goai: Prime's MANHE Project Utilization: PROJECT NUMBER p _rr Water'Project No.PW77-050770140580 17% I T % D.O.E.No.4158 Identify all subcontractors/suppliers you will use on this project Failure to C'O'niplete this farm, in its entirety with requested documentdtion, and received by the iv9anaging Department an or before 5:06 p.ni:five (5) City business days after bid opening, exclusiveof bid openjng. late, .I will result.in,the bid being'considered cion-responsive to bld.specifioaffions. J ; The. undersigned Offeror agrees to enter into a formal agreementWith -the M/VVBE 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 beingconsdered non-responsive to bid.speefcations MfWBEs listed toward meeting the project goal must be located in the cline (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. 1I.denti�j"r Do'_h Tier level. b ier is the level of subcontracting below the prime contractor, i.e., a direct payhieht from the prime contractor_to a subcontractor is considered 1st tier, a payment by a subcontractor to f its supplier-is considered ?"" tier ALL MfW'BEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have imp been determined to be bonafde minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TK DOT), highway division. Disadvantaged Business Enterprise(QBE) is synonymous with Minority/Women Business Enterprise (MIWBE). 11111111 r If hautlirlg services are utilized, the prime will be given credit as long as the MNVBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MIWBE may lease trucks from another MNVBE firm, including MIWBE owner-operators, and receive full MIWBE credit.. The IVINVBE may lease trucks from non-MNVBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the MANBE as outlined in the lease agreement. L Rev.5130103 UNIT 2 ATTACHIVIENT fA Page 2 of 4 r+ - FoI�T_�K Primes are required to identify ALL subcontractorstsuppliers,regardless of status;i.e„Minority,Women and non-MNVBEs. Please list MNVBE firms first,use additional sheets if necessary. Certification `N (check ane) Q`? SUBCONTRACTORISUPPLIER T 4 Company Name ; N T Detail Detail Address a wC X M,. Subcontracting Work Supplies Purchased Dollar Amount Telephoneirax r B B T D W; E E R D B- C T :E . A 7.M. NJ�iTt -r>{'sc,5 f3 00 Po, x 4% � � Ery+aarvrAtsrr T- ' f iLvoRADG. 77, ,� air u'-'2 Q �� � +�{ Irk1%, 744 ZA4 2.3-3~ Jgcc) ?'0Mr4'w-- —<.LPPLY, 1�.1 C, l E, n i.�G, 09 ATTlvl. M AsL'�- ADA I R �. �, zA'b8 i:Apc-NS ROAD � A - ZOZQ F�ORRT WWO.RrTH r Primes are required to identify ALL subcontractors/suppliers,regardless of status; i.e., Minority,Women and non-MNVBEs. Please list MNVBE firms first,use additional sheets if necessary. A Rev.5130103 UNIT 2 r! ATTACHMENT 1A Page 3 014 Certification N (check one) SUBCONTRACTOR/SUPPLIER T Company Name I N T Detail Detail Address e M w C x M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T b E E R 0 B C T E: A i r �I . I P A FORT WORTH r Rev.5130/03 UNIT 2 ATTACHMENT 1A Page 4 of d Total Dollar Amount of MIWBE Subcontractors/Suppliers $ 5/812- 14 . _f c a� Total Dollar Amount of Nen-MfWBE Subcontractors/Suppliers $ ti+rse. s/wks' OQ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $ The 06_61ractor will not make additions, deieiibns, or substitution s lo' flys certified list without the prior app.roval of the .-Mih&ity -and Wome6 Business Enterprise Office Manager or designee through the sub iittal. ;of :a Request for Approve! ahangeltddifon. Any unjustified change ar�ieleficin shall tie a material breaeh.of contract and-may result in�debarmer;t in accord with the procedures outlined in the ordinance, The Contractor shall submit a detailed explanation of how the requested changeladdition or deletion will affect the committed, M/wBE goal- If-the detail explantation is 11ot submit ,.it,wlll ffect.thp firfal compliance determination- By affixing a signature to this farm, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the MAN/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. &Alm� P Auth ized Signature printed Signature - CHIEF 1F&1m,&3 � - Title Contact NamelTitle of different) S. CrzJcs ('�� d1 T&OLASL?'a. 1�" X77 1917- 77-x' 5 Company Name Telephone andlor Fax Address E-mail Address NI rair~s� T 6-3 city/statelzip Date Rev.5130103 UNIT 2 PROPOSAL TO: Mr. Charles R. Boswell City Manager Fart Worth, Texas FOR: Water Main Extension To Serve +� Walsh Ranch, Phase Water Project No, PW77-060770140580 D.O.E. No. 4158 (Unit 2) Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly 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, Department of Engineering of the City of Fort Worth. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond, and Payment Band approved by the City of Fort Worth for performing and completing the sewer construction work within the time stated and for the following sum, to-wit: PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 1A 17,028 LF 30-inch C-303 bar wrapped concrete cylinder water pipe with minimum 1.0"coating &C A Dollars f�!! and Cents per LF $ s vo B7d 1 B 16,482 LF 30-inch Class 150 DIP water pipe,! ,�J Jif QIIr �yA"V S /i►111�a 11 Dollars �C] and /tea u Cents per LF $ 1C 16,817 LF 30-inch Class 150 steel water pipe ,44 ,Bid Dollars Ale ae I and Cents per LF $ $ 2A 192 LF 30-inch C-303 bar wrapped concrete cylinder water pipe with minimum 1.063'coating '5.1C " Dollars /� and Cents per LF $ $�y� J 211 738 LF 30-inch Class 210 DIP water pipe N C, 14t) 'T11 1 1 - Dollars and Ivo o Cents per LF $ /M $ ff 9 114 2C 403 LF 30-inch Class 200 steel water pipe JUO IJP£! Dollars I�e ,�ifl and Cents per LF S s Mote: Contractor to select only one option for items numbered A, E, C. 2W2173_Spec$Water Pani3_Prup_Unir2_0"3.doc Part B- 1 Unit 2 r PROPOSAL PAY APPROX. I3ESCRIIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 3A 300 LF 30"C-303 bar wrapped concrete cylinder water pipe by other than open cut with 45-inch steel casing /7 Dollars N p&lel and Cents per LF $ $ 38 300 LF 30"Class 150 DIP water pipe by other than open cut with 45-inch steel casing and A") Cents per LF $ $ '$ 3C 300 LF 30-inch Class 150 steel water pipe by ether than open cut with 45-inch steel casing �1 N-0 Dollars Wo A51d and Cents per LF $ $ 4A 1 LS 30'Concrete pressure pipe fittings and specials,furnish, install,complete in place,with concrete blocking and �� / stainless steel bolts NO 4i�/_l'W r G url,f DollarsO /[+ f■CJ and L i 1 Cents per LS $ 4B 1 LS 30"DIP water pipe fittings and specials,furnish,install, complete in place,with concrete blocking and stainless steel bolts �I �+C f�} Dollars and NO Cents per LS $ 1 W' $ I 4C 1 LS 30"Steel pipe fittings and specials,furnish,install,complete in place,with concrete blocking and stainless steel bolts /U" D rcx� Dollars r and Cents per LS $ $ 5 8 EA 6-inch slowosinqcombinati n air/vacu valve with vault ' Dollars and /Vo Cents per EA $ i $ 6 8 EA 6"Slow off valve and sump manhole per fig 18 _1 VA66iQ D -Oma 4 { and _Cents per EA $ � $ 7 8 EA 30"Gate valve and vault r� Dollars _. and V Cents per EA $ Nate Contractor to select only one option for items numbered A, B, C. s 2CM113_Specs waler_PaFIB_Prop_UN2_054)3.doc Part B-2 Unit 2 An PROPOSAL Iwo PAY APPROX, DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 8 8 EA 6'Gate valve for comhinallnn airlvarAmm valve with hPvel gearing 1 [41 10 L —Dollars and I`j b Cents per EA r � S 17,220 LF Trench safety system(>S'depth) "'0 Dollars �I 7�. and 6 Cents per LF $ 0.0/ $ 1 zC 10 274 SY 4-inch—18-inch well graded grouted rock rip rap I ��I� � D1D Dollars and AID Cents per SY $ �00� $ I�t'`-"•r 11 23 LF Permanent asphalt pavement repair(per 2000-1)for the trench Iimks I MIAJETq Dollars and A1 Cents per LF $ � $ 0` " 12 80 SY Gravel drive replacement FIVE Dollars ']� and Ill Cents per SY $ $ F u`-' 13 500 LF Concrete encasement Dollars and Cents per LF $ $ 1 14 1 IS SWPPP r 'VL +� �_i N I Dollars _ and No V Cents per LS $ $ 15 17,177 LF Hydromulchh�1seeding ,( �'T E Dollars 17 [T7 and /f/o Cents per LF it 16 50 CY Crushed stone for miscellaneous placement Dollars n and NO Cents per CY $ $ r 17 50 CY Class"B"concrete(2500#)For miscellaneous placement 0 '(614Tz_j Dollars and V Cents per CY $ $ I 11 2002113_Spac-sWater_PartB_Prnp_UNt2_Q.5-03.ddc Part. B-3 u ■ x,101r1.31Lr�r�:j 1 r:GV b11-y31µ.:1 uUl+Hvrr-,r 44-Z)-DU- r -3-DU-+ PROPOSAL PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 18 so Cy Class`E"concrete(1540#)For miscallaneous p[ooement 9_!�ihnfDollars and A1Cents per CY $ Z/fm 19A 1 LS Cathodic proteclion system for concrete wafer pipe Installation e14sf Ale, Ad• Dollars r'U CJ'�./ AN and Cents per LS 5 , QUUM f 9B 1 L5 Cathodicg&ction system for DIP water pipe installatlon coo ad 7))OVANd Dollars rrb0 1 `P446� OPW wiriiO Fa F*rY and #*" No Cents per LS 19C 1 LS Cathodic prolection system for steoI waler pipe installation A101- id Iaoltam and Cents per LS I 5 VO 20 8 EA Fumish and deliver 48!rich Buden7y Valve as described in Addillanal Special Condiki'orr DA-248,(Shop Drawing Submittal required with b1d),for the sum of t �lGi1AAI❑ Dollars and_A10 Cents per EA, S r S TOTAL AMOUNT 610—UNIT 2 WATER IMPROVEMENTS S e r "� �, awe ���• � .�+raa Note! Contractor to select only one opflon for items numbered A, a, C. A r r r r ztrsa+,�cd�azduma�crt9_Prno LiN[2_05a7Fi-03. x Fall ® -4R Unit 2 I, Revised Addendum #4 r PROPOSAL. LIST OF DUCTILE IRON FITTINGS FOR WATER LINE No.of Fittings Size of Fitting Type of Fitting Weight per Fitting Total Weight(lbs.) (lbs.) 1 30-inch Cross 8 30-inch x 24-inch Tee Z4 12 30-inch 45° Bend [� 6 30-inch 11.25° Bend 2 30-inch Plug , G" Total Weight= �7 lbs. ( Tans) LIST OF CONCRETE CYLINDER FITTINGS No.of Fittings Size of Fitting Type of Fitting Price 1 30-inch Cross d 8 30-inch x 24-inch Tee 12 30-inch 45°Send ,�/ _ C :"G• 6 30-inch 11.25' Bend 2 30-Inch Plug LIST OF STEEL FITTINGS FOR WATER LINE No. of Fittings Size of Fitting Type of Fitting Price 1 30-inch Cross 0a) 8 30-inch x 24-inch Tee 12 30-inch 45°Bend z600>tt 6 30-inch 11.25°Bend y "' 2 30-inch Plug Z ew, i i r 20021i3_Specs_Water_Part6_Prap_Um12_05-03dac Part B- 5 Unit 2 1 PM PROPOSAL MATERIAL SUPPLIER INFORMATION FORM CONCRETE CYLINDER PIPE The concrete pipe and valve supplier information form bound with this project manual hall be provided by the Contractor at the time that bids were submitted. Name of Manufacturer Type of Pipe A.,r Ard. 4,,4,41d A,,9111i Zy Hnme Office Address of Manufacturerj} coq M 6-. .s 41OP& 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. f IJ Name of Manufacturer Home Office Address of Manufacturer lXx"1/ � ! Location of plant in which pipe and fittings are to be manufactured P Pp 9 STEEL PIPE The steel pipe supplier information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted. Name of Manufacturer Type of Pipe .� 6 r r nrR 1v 1,19 Home Office Address of Manufacturer W UE. Location of plant in which pipe and fittings are to be manufactured 206211 _SpecsWter_PariB_prop_U6(2_05-03.dac Part B -6 Unit 2 PROPOSAL Within ten (10) days of notification by City, the undersigned will execute the formal contract and �! deliver an approved Surety Bond and such other bonds as required by the Contract Documents, i for the faithful performance of this Contract, The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond of bonds are not executed and delivered within the time above set forth as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents, and the specific Contract Documents and appurtenant plans. The successful bidder shall be required to perform the work in accord with the following publication, both of which are incorporated herein and made a part hereof for all purposes- 1 The General Contact Documents and General Specifications for Water Department Projects dated January 1, 1978, which may be purchased from the Water Department. 2. The Standard Specifications for Street and Storm Drain Construction which may be purchased from the Department of Transportation & Public Works. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by the City Ordinance No. 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 240 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. The work order will be -issued no later than 90 days after the award of contract. A. The principal place of business of our company is in the State of Non-resident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the r statute is attached- Non-resident bidders in the State of our principal place of business, are not required to underbid resident bidders. �Fl The principal place of business of our company or our parent company or majority owner -' is in the State of Texas. F I 2002113_spocs_wal®r Parta_Prop unal2_o5-o3 tfot Part $ - 7 Unit 2 r PROPOSAL STATEMENT OF MATERIALS AND OTHER CHARGES MATERIALS INCORPORATED INTO THE PROJECT N,00 $ /. ALL OTHER CHARGES ( + $ {Y G p *TOTAL 3,d48e 318. $ i Mao *this total must agree with the total figure shown in Part B — Proposal, Total Amount Bid in the bound contract. For purposes of complying with the Texas Tax Code, the Contractor agrees that the charges for any material incorporated into the project in excess of the estimated quantity provided for herein will be no less than the invoice price for such material to the Contractor. NOTE; ONLY THE COPY OF THIS FORM ON THE BOUND CONTRACTS IS TO BE FILLED OUT. TOTAL UTILITIES $ 3 C48 3�g• WATER nau TOTAL hiR 20112113_Specs_Water_Pae16_Pfop_UM2_05-03.doc Part B-8 Unit 2 w .. PROPOSAL Receipt is acknowledged of the fallowing addenda: Addendum No. 1 (initials) Addendum No. 2 (initials) Addendum No. 3 (initials) AAtftv%d",% N, y t~;nif;�ls� _ f Respectfully submitted, Ste. Lauis (Awfim of Teexa5, 44-- rz By: cd- fes'/i flClfc Name: LC: V. VV k;t vyt4 n PM Title. GtvLty C�I Mavn&a c✓- Address: 5�1,c S Com &IL. (SEAL) if Bidder is Corporation r &Ls 7(0(Q3 Date: Telephone: ! - �-7 2002753 Spss_Water_YarIB_Prop_Un�12_05-03.doc Part B-9 Unit 2 ATTACHMENT 1A Page T of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime S. -. 0713 ► 5TIL'.1"T{C)q C3'F PROJECT NAME: � MMfIDBE NON-M=/DBE Water Main Extension To Serve Walsh Ranch, Phase I, Unit 3 Bit]DATE= •� City's MFWBE Project Goal: Prime's MIWBE Project Utilization: PROJECT NUMBER Water Project No.PW77-060770144580 7- % D.O.E.No.4635 Identity all subcontractors/suppliers you will use on this project Failure to complete- this form, in its entirety with .requested documentation, .and received by-the Managing r DOPar'tment on or before 5M p.m. five (5)_6€ty business days after did 6pening, exclusive of bid opening date, will result in the bid being-considercd non-responsive to bid specifications. The undersigned Offeror agrees to enter into a forrnal agreement with the MIW[3l= 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 df facts is grounds for consideration of disqualification and will result in the Sid be Og considered non-responsive to bid specificattons _ MIWBEs 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. PW .Identify each Tier level. Tier is the -level of subcontracting below the prime Contractor, i,e., a direct payment frorrl the prime contractor to a subcontractor is considered 1s' tie r, a.payment by a subcorrtractor to its supplier-is considered 261 ti.f ALL MfWBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (Tx DOT), highway division- Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise(MANBE)- If Hauling services are utilized, the prime Will °tie given credit as long as the MMIBE listed ovens and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another MMJBE firm, including MMMBE owner-operators, and receive full MMfBE credit. The MNVBE 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.51317103 UNIT 3 r ATTACHMENT IA Page 2 of 4 FClRT0TH Primes are required to identify ALL subcontractors/suppliers,regardless of status; i.e., Minority,Women and non-MNVBEs. Please list MNVBE firms first,use additional sheets if necessary- Certification N' (check one) SUBCONTRACTORISUPPLIER T n Company Name i N T Detail Detail Address e M W C X M Subcontracting Worts Supplies Purchased Dollar Amount Telephone/Fax r B B T D w E E R D B C T E A ZT TA. M ATMI vN-S C:IiC ocs ATS, TQ Qy Q.a. 3cxn 496 ✓ ,,• S��D mel-I T- A A LVOAA00 f TA -*ZZS gp� 6M Ama a" Six roc, -A.,-fL- --km $►alt .I 2-14 �.I Anw , MoffLy— Ab rig ` 319, �S3 Pro alr"—v6 Z-14 5- -20 C) I ri 1 rlFORT WORTH r4 Primes are required to identify ALL subcontractors/suppliers,regardless of status; i.e., Minority,Women and non-MNVBEs. Piease list MNVBE f rens first,use additional sheets if necessary. Rev.5130103 UNIT 3 ATTACHMENT 1A Page 3 of 4 Certification (check one) p" SUBCONTRACTOR/SUPPLIER T t" Company Name i N T Detail Retail Address e M w T Q A Subcontracting Work Supplies Purchased dollar Amount Telephone/Fax r B B R E E C T , A V FORT WORTH Rev.5130103 UNIT 3 ATTACHMENT IA Page 4of4 1S Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 4�,9 , 580 Total Dollar Amount of Non-MIWBE Subcontractors/Suppliers $ 80Z , -fig rs TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $ Th e Gontra'ctor will not make additiohs, deletions, or sdbstitution s`to this.certified Itst without the prior approval ®ft1he.'N3invrity :and: Women -Business Enterprise Office Manag.pr or designee through'the subrMttal of. a Request for.Approval of ChangelAddition.,_ Any unjustified change or deletion shall be a material breach 'of cmtract and shay result in.debarrnent.irt accord with the procedures outlined it the ordinance. The contractor shall.subt-nit a detaiied �x-planation of haw the requested change/ addition or deletion will affect.the committed M1WSE;goal_ If the detailxplantiQrr isnot submitted,.j#Will affect the.final cvMpliance 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 subcontractorslsuppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. r�,e,H-A•�—� lam. . �Sr�'+tr' F .C'�. Autho ed Signaturd Printed Signature C Title Contact NamefTitle(if different) 5,7: Lou G'a a T' (8/TJ 4-f_1- �3 t Company Name Telephone andlor Fax 1ti''M Address E-mail Address A 4-► citylstaterzip Date w Rev.5134143 KNIT 3 PROPOSAL TO- Mr. Charles R. Boswell City Manager Fort Worth, Texas FOR: Water Main Extension To Serve �- Walsh Ranch, Phase I - Unit 3 Water Project No. PW77-060770140580 D.O.E. No. 4635 (Unit 3) Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly 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, Department of Engineering of the City of Fort Worth. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond, and Payment Bond approved by the City of Fort Worth for performing and completing the sewer construction work within the time stated and for = the following sum, to-wit: PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRI7TEN IN WORDS VALUE VALUE 1A 16,907 LF 30-inch C-303 bar wrapped concrete cylinder water pipe with min. 1.0"coating ., ,elf i!4' /� IYV ,6 C, Dollars and Cents per LF $ 1B 95,907 LF 30-inch Class 150 DIP water pipe ^�] 0& UAJ f /l�,f ► '�l E Dollars 0115111 and /V j:1 Cents per LF $ 1C 16.907 LF 30-inch Class 150 steel water pipe D # Dollars r. and Cents per LF $ $ 2A 405 LF 30-inch C-303 bar wrapped concrete cylinder water pipe by other than open cut with 45-inch steel casing Dollars Ak- 9110 and Cents per LF $ $ 2B 405 LF 30-inch Class 150 QIP water pipe by other than open cut r. with 45-inch steel casing i I00 1t �,Dallars t [ = . EkK . and MD Cents per LF 2C 405 LF 30-inch Class 150 steel water pipe by other than open cut with 45-inch steel casing Zk ,�dj d Dollars �/C� and Cents per LF $ $ Note.- Contractor to select only one option for items numbered A, B, C. A' ZW2113_5pec�-Waler_PanB Prop-unit3 05.03.doe Part B - 1 Unit 3 MW PROPOSAL PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY WITH BID PRICES WRITTEN NV WORDS VALUE VALUE 3A 10 LF 16'C-303 bar wrapped concrete cylinder water pipe 1e Dollars and Cents per LF 38 10 LF 16"Class 250 DIP water pipe o - AA/NZE 0 Dollars and I Cents per LF $ ^-' $ � 3C 10 LF 16"Class 150 steel water pipe Ale A"d Dollars r" and Cents per LF $ S dA 1 LS 30"Concrete pressure pipe fittings and specials,furnish, install,complete in place,with concrete blocking and stainless steel bolts /1/p � I� Dollars and � � Cents per I-S $ $ f 4B 1 LS 30'DIP water pipe fttings and specials,furnish,install, complete in place,with concrete blocking and stainless steel bolls Dollars eel and A10— Cents per LS $ I f $ 4C 1 LS 30'Steel pipe fittings and specials,furnish,install,complete in place,with concrete blacking and stainless steel balls Dollars /t/.} and Cents per LS $ $ 5 5 EA 6 Inch slowclosingcombination airlvacuum valve with vault k /W&J S!)AW A-V6 9VV Vc1AE4JDollars , // ``' .� P'C1�. 01 and No Cents per EA rdI �� y / 6 5 EA 6"blow off valve and sump manhole per Figure 18 �,,� S�IFaN'T `mitt+0�{i►IA 0IE Dollars n and iD Cents per EA $ ❑! $ 4,0 10 7 7 EA 30"Gate valve and vault ❑ T1� 1 N i R-tw --IL-10 �t)()�ANV Dollars and C! Cents per EAeO $ 3- 2 Ij } $ 2n� 4 6 0 r Note: Contractor to select only one option for items numbered A,6,C. 2W?113_spltcs Walar_FL.08_Prop_u"13_0543.doc Part 6-2 Unit 3 PROPOSAL PAY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ITEM QUANTITY NTH BID PRICES WRITTEN IN WORDS VALUE VALUE 8 1 EA 3D"Gate valve and elevated vault structure at Sta.347+71 per detail f llE' ,,/ C U6 Dollars DG and IY a Cents per EA � r "7 Wi 9 1 FA 1 B"Gate valve and vault H0rS a,0 Dollars R and IV40 Cents per EA $ 1X dD�•� s tl 11 - �" 10 5 EA 6'Gate Valve for combination airlvacuum valve with bevel gearing iFThf f1iJ �+Ir Dollars oa and 1 C+ Cents per EA 11 1 EA 30-Inch DIP wye r rU k.F$ 1 l3 Dollars and_ C7 Cents per EA 12 1 LS 30-Inch x 1 6-inch DIP tee El tilt I NL3 USA"e2 Dollars and Cents per LS $ J�06 ).-- $ 13 1 FA 16-Inch MJ Plug lu F-1 V a r-+ F— Dollars and N G Cents per EA $ } $ 5E0C 14A 2 EA Fire hydrant assembly and fittings per detail for concrete cylinder waterpipe f� PJ-aiij !v/J hf d Dollars ,�/ and Cents per EA $ $,v d � 146 2 EA Fire hydrant assembly and fittings per detail for DIP water pipe �---- ■�!J II+� s wd Dollars etl and & __-Cents per EA $ co $ /4) 14C 2 EA Fire hydrant assembly and fittings per detail for steel water pipe ,��/� FIrtIO Dollars and Cents per EA l Note- Contractor to select only one option for items numbered A, B,C. 2002113_spoes-WVatef Part$_Prap_Unit3 D5-03.doe Part B- 3 Unit 3 PROPOSAL PRY APPROX. DESCRIPTION OF ITEMS UNIT TOTAL ~ ITEM QUANTITY WITH BID PRICES WRITTEN IN WORDS VALUE VALUE 15 16,917 LF Trench safety system N0 Dollars 17 and jQxji Cents per LF $ 16 140 SY 4-Inch well graded grouted rock rip crap QIV;t AIVAlG7►�`f~, Dollars 1p 1YJ and U Cents per BY $ $ f - 17 4,468 BY Gravel drive replacement I V r- Dollars and " rjUCents Per 5Y $ ? $ 22 iS 1 LS SWPPP 14 E U I►! r Dollars a� and 0 Cents per L5 + 19 7,688 LF Hydromulch 1 seeding Dollars } ■/� and - V E Cents per LF $ $ 20 50 CY Crushed stone for miscellaneous placement :1;.i t IJ V Dollars and [ Cents per CY $ V $ Id049, 21 50 CY Ctass"B"concrete(2500#)for miscellaneous placement & Dollars and V Cents per CY $ ( � 22 50 CY Class"E"concrete(1500#)for miscellaneous placement 1�:_I (,14 I L Dollars 3Gy Q and A " ,�O Cents per CY $ l $ 460 23R 1 L5 Cathodic protection system For concrete waler pipe J/jd C, � installation �y �'�� ! /� Dollars f y�rn�CfG and 00 Cents per LS $ Ll,/ 23f3 1 L5 Cathodic,protection system for DIP water pipe installatioC_ - J,S,A�t►�G� .,tee c} . Dollars ^,ODe, 6w "MoOdD uxry Pw and"n°v , Q Cents per LS $ $ " 23C 1 LS Cathodic protection system for steel water pipe installation AL.. _46 Dollars and Cents per LS $ $ �( TOTAL AMOUNT BID—UNIT 3 WATER IMPROVEMENTS $ o Note: Contractof to select only one option for items numbered A, B,C. �r � 21302113_specs Water_PanB_Pfop_Vnir3_65-03.doc Part U -4 Unit 3 PROPOSAL LIST OF DUCTILE IRON FITTINGS FOR WATER LINE No.of Fittings Size of Fitting Type of Fitting Weight per Fitting Total Weight(lbs.) 1 30-inch Cross 1 30-inch Tee 5 30-inch x 24-inch Tee f ^ 1 3G4nch 900 Bead ID60 1 304nch 11.25° Bend 600 5 30-inch Plugs 301 Total Weight = "�j Ibs. (1 Tons) LIST OF CONCRETE CYLINDER FITTINGS No. of Fittings Size of Fitting Type of Fitting Prince 1 30-inch Cross $�� �eIQ 1 30-inch Tee �t 5 30-inch x 24-inch Tee7:50 d eo 1 30-inch 90° Bend 1 30-inch 11.254 Bend 1,566 e? 5 30-inch Plug Z600.,_ LIST OF STEEL FITTINGS FOR WATER LINE No.of Fittings Size of Fitting Type of Fitting Price I 304nch Cross w— 1 30-inch Tee [,.1Q-pool!) 5 30-inch x 24-inch Tee00 1 30-inch 90'Bend , 1 30-inch 11.25° Bend f 5 304nch PlugZ UGC T I 2902143 Specs_Waler_PartB_Prop_UN13_05-03.doe Part B-5 Unit 3 PROPOSAL MATERIAL SUPPLIER INFORMATION FORM CONCRETE CYLINDER PIPE •� The concrete pipe and valve supplier information form bound with this project manual s II be provided by the Contractor at the time that bids were submitted. / ■f�'N4S 1./ Al ' `"/C .s /1. C Name of Manufacturer Type of Pipe Home Office Address of Manufacturers- ® Location of plant in which pipe and fittings are to be manufactured ON DUCTILE IRON PIPE on 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. Name of Manufacturer T Home Office Address of Manufacturer Location of plant in which pipe and fittings are to be manufactured STEEL RIPE �.. The steel pipe supplier information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted. �( �/ �. 11}c�I-phwr 5-� iiae of , /�r,+_A Name of Manufacturer Type of Pipe '� ►� ,+ UIV G U�1t,' a :Sf� ICY 1 �-W 161 1 Home Office Address of Manufacturer P 5. O& As Location of plant in which pipe and fittings are to be manufactured r N �"' 2002113_spe�wate._Pert9_Prop_umi3_a5-0a.doc Part B -6 Ursa 3 PROPOSAL Within ten (10} days of notification by City, the undersigned will execute the formal contract and deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of this Contract. The attached bid security in the amount of 5% is to bewme the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents, and the specific Contract Documents and appurtenant plans. The successful bidder shall be required to perforin the work in accord with the following publication, Moth of which are incorporated herein and made a part hereof for all purposes' 1. The General Contact Documents and General Specifications for Water Department Projects dated January 1, 1978, which may be purchased from the Water Department. 2. The Standard Specifications for Street and Storm Drain Construction which may be purchased from the Department of Transportation & Public Works. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by the City Ordinance No. 7400. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 240 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. The work order will be issued no later than 90 days after the award of contract. A. The principal place of business of our company is in the State of Non-resident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident bidders in the State of our principal place of 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. P 2002113_specs_walar-Part9_Prop_QN3 0"3.doc Part B- 7 Unit 3 r. PROPOSAL STATEMENT OF MATERIALS AND OTHER CHARGES 00 MATERIALS INCORPORATED INTO THE PROJECT $ ALL OTHER CHARGES I11(aZ, - $ *TOTAL ,*OG Z/ Z 3 b •f$ ,j *this total must agree with the total figure shown in Part B — Proposal, Total Amount Bid in the bound contract. For purposes of complying with the Texas Tax Code, the Contractor agrees that the charges for any material incorporated into the project in excess of the estimated quantity provided for herein will be no less than the invoice price for such material to the Contractor. NOTE: ONLY THE COPY OF THIS FORM ON THE BOUND CONTRACTS 1S TO BE FILLED OUT. TOTAL UTILITIES -c $ WATER Z' 76Z' ' $ " TOTAL 4,76 Z, z36--'-$ mrd 2002153_Specs JOler_Par(B Pr0F_Uml3_65•03,dT Part B - 8 Unit 3 } PM PROPOSAL its Receipt is acknowledged of the following addenda: PM Addendum No. 1 (initials) Addendum No. 2 (initials) Addendum No. 3 (initials) ' v� AA'kt 44X0% 9b. 4 �;,,;�;rls� Respectfully submitted, . 3u sS v 1 vC �. r By: ,. •� Name: L(.5' V• UvI 4&-ro c2.v 1 Title: e-ne rra C Address: , T PC)4 r (SEAL) if Bidder is Corporation ( C Vt 17e-14 k'ps --�*3 Date: Telephone: 1�1? - H-7-7- 6 3aQ a rt F I F r r r2W2113-Specs Yvater_ParlB_Prop_Uni13,05-03.dac Part B-9 Unit 3 MWBE GOAL COMBINATIONS WATER MAIN EXTENSION TO SERVE WALSH RANCH, PHASE 1 (UNIT 1, UNIT 2 & UNIT 3) CITY MWBE GOAL UNIT 1 AND UNIT 2 18% UNIT 1 AND UNIT 3 18% UNIT 2 AND UNIT 3 18% UNIT 1 AND UNIT 2 AND UNIT 3 18% 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r PART C GENERAL CONDITIONS I M P 0 w s r 2002113_Specs Waler_0"3_KMC dor- PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1, 1987 TABLE OF CONTENTS R Cl-1 DEFINITIONS C1-1. 1 Definition of Terms C1-1 ( 1 ) C1-1. 2 Contract Documents C1-1 ( 1 ) C1-1. 3 Notice to Bidders C1-1 ( 2 ) C1-1. 4 Proposal Cl-1 ( 2 ) Cl-1. 5 Bidder C1-1 ( 2 ) C1-1 . 6 General -Conditions C1-1 (2 ) C1-1. 7 Special Conditions Cl-1 ( 2 ) C1-1. 8 Specifications C1-1 ( 2 ) C1-1. 9 Bond C1-1 ( 2 ) C1-1.10 Contract C1-1 ( 3 ) C1-1. 11 Plans CI-1 ( 3 ) C1-1. 12 City C1-1 ( 3 ) C1-1. 13 City Council C1-1 ( 3 ) C1-1. 14 Mayor Cl-1 ( 3 ) C1--1.15 City Manager Cl-1 ( 3 ) 3 C1-1 . 16 City Attorney C1-1 ( 3 ) Cl-1 . 17 Director of Public Works Cl-1 ( 4 ) C1-1. 18 Director , City Water Department Cl-1 ( 4 ) CI-1 . 19 Engineer Cl-1 ( 4 ) C1-1. 20 Contractor C1-1 ( 4 ) C1-1 . 21 Sureties C1-1 ( 4 ) C1-1. 22 The Work or Project C1-1 ( 4 ) r C1-1 . 23 Working Day Cl-1 ( 4 ) C1-1 . 24 Calendar Day Cl-1 ( 4 ) C1-1 . 25 Legal Holiday C1-1 ( 4 ) C1-1, 26 Abbreviations C1-1 ( 5 ) C1-1. 27 Change Order CI--1 ( 6 ) C1-3. . 28 Paved Streets and Alleys C1-1 (6 ) C1--1. 29 Unpaved Streets and Alleys C1-1 ( 6 ) C1-1. 30 City Streets C1-1 ( 6 ) C1-1. 31 Roadway C1-1 (S ) C1-1. 32 Gravel Street Cl-1 ( 6 ) i C2--2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2. 1 Proposal Form C2-2 (1 ) C2--2. 2 Interpretation of Quantities C2-2 ( 1 ) C2-2. 3 Examination of Contract Documents " and Site C2-2 ( 2 ) C2-2 . 4 Submitting of Proposal C2-2 ( 3 ) C2-2. 5 Rejection of Proposals C2-2 ( 3 ) r C2-2 . 6 Bid Security C2-2 ( 3 ) (1 ) C2-2 . 7 Delivery of Proposal C2-2 ( 4 ) C2-2. 8 Withdrawing Proposals C2-2 ( 4 ) C2-2, 9 Telegraphic Modification of Proposals C2-2 ( 4 ) C2-2 . 10 Public opening of Proposal C2-2 ( 4 ) C2-2 , 11 Irregular Proposals C2--2 ( 4 ) C2-2 . 12 Disqualification of Bidders C2-2 (5 ) C3-3 AWARD AND EXECUTION OF DOCUMENTS C3-3 . 1 Consideration of Proposals C3-3 ( 1 ) C3-3 . 2 Minority Business Enterpise Women-Owned Business Enterprise compliance C3--3 (1 ) C3-3 . 3 Equal Employment Provisions C3-3 (1 ) C3-3 . 4 Withdrawal of Proposals C3--3 ( 2 ) C3-3 . 5 Award of Contract C3-3 ( 2 ) C3-3 . 6 Return of Proposal Securities C3-3 (2) C3-3 . 7 Bonds C3-3 ( 2 ) C3-3 . 8 Execution of Contract C3-3 ( 4 ) C3-3 . 9 Failure to Execute Contract C3--3 ( 4 ) C3-3 . 10 Beginning Work C3-3 ( 4 ) C3--3 . 11 Insurance C3-3 ( 4 ) C3-3 . 12 Contractor ' s Obligations C3-3 ( 7 ) C3-3 . 13 Weekly Payroll C3--3 ( 7 ) C3-3 . 14 Contractor ' s Contract Administration C3-3 ( 7 ) C3-3 . 15 Venue C3-3 (8 ) C4-4 SCOPE OF WORK C4-4 . 1 Intent of Contract Documents C4-4 ( 1 ) C4-4 . 2 Special Provisions C4-4 ( 1 ) C4-4 . 3 Increased or Decreased Quantities C4--4 ( 1 ) C4-4 . 4 Alteration of Contract Documents C4-4 (2 ) '-- C4-4 . 5 Extra Work C4-4 ( 2 ) C4-4 . 6 Schedule of Operations C4-4 ( 3 ) C4-4 . 7 Progress Schedules for Water and Sewer Plant Facilities C4-4 ( 4 ) C5-5 CONTROL OF WORK AND MATERIALS ' C5--5 , 1 Authority of Engineer C5-5 (1 ) R C5-5 . 2 Conformity with Plans C5-5 ( 1 ) C5-5 . 3 Coordination of Contract Documents C5-5 ( 2) C5--5 . 4 Cooperation of Contractor C5-5 ( 2 ) f C5-5 . 5 Emergency and/or Rectification Work C5-5 ( 3 ) f C5--5 . 6 Field Office C5-5 ( 3 ) 1 C5-5 , 7 Construction Stakes C5-5 ( 3 ) C5-5 . 8 Authority and Duties of Inspectors C5-5 ( 4 ) C5-5 . 9 Inspection C5-5 ( 5 ) C5-5 , 10 Removal of. Defective and Unauthorized -Work C5-5 ( 5 ) C5--5 , 11 Substitute Materials or Equipment C5-5 ( 5 ) C5-5 . 12 Samples and Tests of Materials C5-5 ( 6 ) C5-5 . 13 Storage of Materials C5-5 (6 ) C5-5 . 14 Existina Structures and Utilities C5-5 ( 7 ) C5-5 . 15 interruption of Service CS-5 ( 7 ) C5-5 . 16 Mutual Responsibility of Contractors C5-5 ( 8 ) C5-5 . 17 Cleaning C5-5 ( 8 ) C5-5 . 18 Final Inspection C5-5 (9 ) ( 2) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6. 1 Laws to be Observed C6-6 (1 ) C6-6. 2 Permits and Licenses C6-6 (1 ) C6-6. 3 Patented Devices, Materials and Processes C6-6 (1 ) C6-6 . 4 Sanitary Provisions C6-6 ( 2) C6-6 . 5 Public Safety and Convenience C6-6 ( 2 ) C6-6 .6 Privileges of Contractor in Streets, Alleys, and Right--of-Way C6-6 ( 3 ) C6--6 .7 Railway Crossings C6-6 ( 4 ) C6-6. 8 Barricades, Warnings and Watchmen C6--6 (4 ) C6-6.9 Use of Explosives, Drop Weight, etc. C6-6 (5 ) C6-6. 10 Work Within Easements C6-6 (6 ) C6-6 . 11 Independent Contractor C6-6 ( 8 ) C6--6 .1.2 Contractor ' s Responsibility for Damage Claims C6-6 ( 8 ) C6--6 . 1.3 Contractor ' s Claim for Damages C6-6 (10) C6-6. 14 Adjustment of Relocation of Public Utilities, etc . C6-6 (10 ) C6-6. 15 Temporary Sewer Drain Connections C6--6 (10 ) PO C6-6 . 16 Arrangement and Charges of Water Furnished by City C6-6 ( 11 ) C6-6. 17 Use of a Section of Portion of the Work C6-6 ( 11 ) C6-6. 18 Contractor ' s Responsibility for Work C6-6 ( 11 ) C6-6 . 13 No Waiver of Legal Rights C6--6 (12 ) C6-6 . 20 Personal Liability of Public Officials C6-6 (12 ) C6-6. 21 State Sales Tax C6--6 (12 ) C7-7 PROSECUTION AND PROGRESS C7-7 . 1 Subletting C7-7 ( 1 ) �,. C7-7 . 2 Assignment of Contract C7-7 (1 ) C7--7 . 3 Prosecution of the Work C7-7 ( 1 ) C7-7 . 4 Limitations of Operations C7-7 ( 2) C7-7. 5 Character of Workman and Equipment C7-7 (2 ) C7-7. 6 Work Schedule C7-7 ( 3 ) C7-7. 7 Time of Commencement and Completion C7--7 (4 ) C7-7. 8 Extension of time of Completion C7-7 (4 ) +� C7-7 .9 Delays C7-7 ( 4 ) C7-7 . 10 Time of Completion C7-7 (5 ) C7-7 . 11 Suspension by Court Order C7-7 (6 ) C7-7 . 12 Temporary Suspension C7-7 (6 ) C7-7 . 13 Termination of Contract due to National Emergency C7--7 (7 ) C7-7 . 14 Susoension of Abandonment of the Work and Annulment of Contract C7-7 (7 ) C7-7 . 15 Fulfillment of Contract C7-7 (9 ) C7-7-. 16 Termination for Convenience of the Onwer C7-7 ( 10 ) C7-7 . 17 Safety Methods and Practices C7-7 (13 ) d C8-8 MEASUREMENT AND PAYMENT ,F C8-8. 1 Measurement of Quantities C8-8 ( 1 ) C8-8. 2 Unit Prices C8-8 ( 1 ) r ( 3 ) Me C8-8 . 3 Lump Sum C8--8 ( 1 ) C8-8. 4 Scope of Payment C8-8 (1 ) C8--8 . 5 Partial, Estimates and Retainage C8-8 (2 ) C8-8. 6 Withholding Payment C8-8 ( 3 ) C8--8 . 7 Final Acceptance C8-8 (3 ) C8-8. 8 Final Payment C8-8 (3 ) C8-8 .9 Adquacy of Design C8-8 ( 4 ) C8-8 . 10 General Guaranty C8-8 ( 4 ) C8--8.11 Subsidiary Work C8--8 ( 5 ) C8-8 . 12 Miscellaneous Placement of Material C8-8 (5 ) C8-8 .13 Record Documents C8-8 ( 5 ) ( 4 ) r r PART C - GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION C1-1 DEFINITIONS C1-1 . 1 DEFINITIONS OF TERMS : Whenever in these Contract Documents the following terms or pronouns in place of them are used , the intent and meaning shall by understood and interpreted as follows : C1-1 . 2 CONTRACT DOCUMENTS: The Contract Documents are 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 in the General Contract Documents and the Special Contract Documents . a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following items: PART A -- NOTICE'-TO BIDDERS ( Sample ) White PART B - PROPOSAL (Sample) White PART C -- GENERAL CONDITIONS (CITY) Canary Yellow r (Developer) Brown PART D - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS -El-White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G - CONTRACT ( Sample ) White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A - NOTICE TO BIDDERS (Advertisement) Same as above PART B - PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEM'ENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) Cl-1 (1 ) r, A C1--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 fnotice to bidders . C1-1 . 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 . C1-1 . 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, C1-1 . 6 GENERAL CONDITIONS : The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes , and requirements of the City of Fort Worth ' s charter and promulgated ordinances . Wherever there may be a conflict between the General Conditions and Special Conditions , the latter shall take precedence and shall govern. Cl -1 . 7 SPECIAL CONDITIONS : Special conditions are the r 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 otherelements 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. C1-1 . 8 SPECIFICATIONS : The Specifications is that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workmanship , equipment and services in order to render a completed and 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 . PE C1-1 . 9 BOND: The bond or bonds are the written Guarantee or security furnished by the Contractor for the prompt and Cl-1 ( Z ) F MR faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3 . 7 ) b. Payment Bond (see paragraph C3-3 . 7 ) C. Maintenance Bond (see paragraph C3-3 . 7 ) d. Proposal or Bid Security ( see Special Instructions to Bidders , Part A and C2-2 .6 ) C1-1 . 14 CONTRACT: The Contract is the 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 . C1-1 . 11 FLANS : 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 pians are usually bound 'separateiy from other parts of the Contract Documents , but they are a part of the Contract Documents just as though they were bound therein.. C1--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 Manger , each of which is required by charter to perform specific duties . Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager . The terms City and Owner are synonymous . C1 - 1 . 13 CITY COUNCIL : The duly elected and qualified � governing body of the City of Fort Worth, Texas . C1-1 . 14 MAYOR : The off icially elected Mayor , of in his ,A absence, the Mayor Pro tem of the City of Fort Worth, Texas . C1-1 . 15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth , Texas , or his duly authorized representative. C1-1 . 16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth , Texas , or his duly authorized representative. C1-1 ( 3 ) 8 C1-1 . 17 DIRECTOR OF PUBLIC WORKS: The duly appointed official of the City of Fort Worth , referred to in the Charter as the City Engineer, or his duly authorized representative. C1--3 . 3.8 DIRECTOR , CITY WATER DEPARTMENT: The duly appointed Director of the City water Department of the City of Fort Worth , Texas , or his duly authorized representative , assistant, or agents. C1-1 . 19 ENGINEER: The Director of Public Vorks, 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. C1 -1 . 20 CONTRACTOR : The person , persons , partnership , company, firm, association , or corporation , entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative . A subcontractor is a person , firm, corporation , or others under +� contract with the principal contractor ,. supplying labor and materials or only labor, for work at the site of the project. C1-1 . 21 SURETIES : The Corporate bodies which are bound by such bonds 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. C1-1 , 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. C1-1 , 23 WORKING DAY : A working day is defined as a calendar day, not including Saturdays, Sundays , and legal holidays , in which the 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 : 80 a . m. and 6 : 00 p . m . , with exceptions as permitted in paragraph C7-7 . 6 , C1-1 . 24 CALENDAR DAYS : A calendar day is any day of the week or month, no days being excepted. r" 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 : Ci--1 (4 ) am Aft 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 July 4 5. Labor Day First Monday in September 6 . Thanksgiving Day Fourth Thursday in November 7. Thanksgiving Friday Fourth Friday in November 8 . Christmas Day December 25 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 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 holiday as the holiday. C1- 1 . 26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents , the intent and meaning shall be as follows: AASHTO - American Association of MGD - Million Gallons Per State . Highway Transportation Day Officials ASCE - American Society of Civil CFS - Cubic Foot per Engineers Second LAW - In Accordance With ASTM - American Society of Min, -- Minimum _ Testing Materials Mono,- Monolithic AWWA - American hater Works % - Percentum Association R - Radius ASA - American Standards Association 1 ,D. -- Inside Diameter HI - Hydraulic Institute O . D. - Outside Diameter Asph . - Asphalt Elev. - Elevation Ave. - Avenue F - Fahrenheit Blvd. - Boulevard C _ Centigrade CI - Cast Iron In. - Inch CL - Center Line Ft. - Foot M GI - Galvanized Iron St. -- Street Lin . - Linear or Lineal CY - Cubic Yard lb. - Pound Yd. - Yard Mai - Manhole SY - Square Yard Max. - Maximum L. F. -- Linear Foot D. I . - Ductile Iron -, C1-1 (5 ) s C1 - 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. P" All "Change Orders " shall be prepared by the City from information as necessary furnished by the Contractor . r C1-1 . 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. PM C1-1 . 29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined above for "Paved Streets and Alleys . " r C1-1 . 30 CITY STREETS : A city street is defined as that area between the right-of-way lines as the street is dedicated. C1-1 . 31 ROADWAY : The roadway is defined as the area between parallel lines two ( 2 ' ) feet back of the curb lines or four ( 4 ' ) feet back of the average edge of pavement where no curb "` exists . C1-1 . 32 GRAVEL STREET : A gravel street is any unpaved 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. C1-1 (5 ) r SECTION C - GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL ' SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2 . 1 PROPOSAL FORM: The Owner will furnish bidders with proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder ' s general understanding of the project to be completed, provide a space for furnishing the amount of bid i 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 prope-r.Ly executed and filed with the Director of the City Water Department one week prior to the hour for openinS 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 not more than one fly 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 . Liquid assets in the amount of ten ( 10% ) percent of the estimated project cost will be 1 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 on projects completed not more than five ( 5 ) years prior to the date on which 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 4:-aterials to be furnished as may be liS4ed in the proposal C2-2 ( l ) s 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 . 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 the filing of proposal, to read and become familiar with the Contract Documents , to visit the site of the project and examine carefully all local conditions , to inform themselves by their own independent research and investigations , tests, boring , and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the 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 reauiKed 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 investigations , 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, showing on the plans are for general information only and may not be correct , neither the C2-2 ( 2 ] �, ` ►� , YEN, Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2 . 4 SUBMITTING OF PROPOSAD:- - The Bidder shall submit his Proposal on the form furnished by the owner . All blank spaces µ applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the price : , written in ink in both words and numerals , for which he proposes to do the work contemplated or furnishe the materials required . All such prices shall be written legibly . In case of discrepancy between the 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 must be given , and the proposal must be signed by a member of the - firm , association , or partnership , or by a person duly authorized . If a proposal is submitted by a company or corporation , the company or corporate name and business address :rust be given , and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed . Power of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. . C2-2 . 5 REJECTION OF PROPOSALS : Proposals may be rejected if they show any alteration of words or figures , additions not called for , conditional or uncalled for alternate bids , incomplete bids, erasures , or irregularities of any kind , or contain unbalance value of any items . Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2 . 6 BID SECURITY: No proposal will be considered unless it zs accompanied by a "Proposal Security" of the character and in the amount indicated in the " Notice to Bidders " and the "Proposal . " The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract , the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds . The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof . The bid security of all other bidders may be returned promptly after the canvass of bids . C2-2 ( 3 ) C2-2 . 7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered , accompanied by its proper Bid Security , to the City Manager or his representative in the official place of business as set forth in the: " Notice to Bidders . " It is the Bidder ' s sole responsibility to deliver the proposal at the proper time to the proper place . The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly 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 City Manager, City Hall , Fort Worth, Texas . C2-2 . 8 WITHDRAWING PROPOSALS : Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals . A request for non-consideration 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 City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time . If such confirmation is not received within forty-eight ( 48 ) hours after the proposal opening time , ! no further consideration will be given to the proposal . C2-2 . 101 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 being if they show any omissions , alterations of form, additions , or conditions not called for , unauthorized alternate :aids , or irregularities of any kind . N:owever , the c2-ztal Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City . Tendering a proposal after the closing hour is an irregularity which cannot 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 reason: 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 the financial statement , experience record , 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. A, The Bid proposal of a bidder who , in the judgment of the Engineer , is disqualified under the requirements stated herein, shall, be set aside and not opened. C2-2 ( 5 ) PM r■ PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3--3 AWARD AND EXECUTION OF DOCUMENTS: C3-3 . 1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices , the quantities shown in the proposal , and the -application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents . The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum pa 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. r■ Until the award 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 IM proceed with the work in any manner as maybe considered for the best interest of the Owner. On C3-3 . 2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner , upon request , complete and accurate information regarding on actual work performed by a Minority Business Enterprise ( MBE ) and or a a Woman-owned Business Enterprise (WBE ) on the contract and the payment therefor. Contractor further agrees , upon request by Owner , to allow and audit and/or an *' examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal , state or local laws and ordinances relating to false statements ; further , any such misrepresentation may be grounds for disqualification of Contractor at Owner ' s discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6 ) months . C3- 3 . 3 EQUAL EMPLOYMENT PROVISIONS : The Contractor shall comply with Current City Ordinance prohibiting discrimination .A in emDloyment practices . OW C3-3 ( 1 ) ry CON 1 N &- il.*5_ 1H,TIL, ri 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 . Pa C3-3 . 4 WITHDRAWAL OF PROPOSALS : After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within PM forty-five ( 45 ) days after the date on which the proposals were opened. C3 - 3 . 5 AWARD OF CONTRACT: The Owner reserves the right to withhol.dfinal 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 an award is made, will be to the lowest and best responsible bidder. The award of the contract shall not become effective until the f 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 : r a. PERFORMANCE BOND : A good and sufficient performance bond in an amount not less than 100 - percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise , guaranteeing the full and faithful, execution of the work and performance of the contract , and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor , or improper execution of the work or r the use of inferior materials . This performance �. C3-3 ( 2 ) bond shall guarantee the payment for all labor , materials , equipment, supplies , and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND : A good and sufficient maintenance bond , in the amount of not less than 100 percent of the amount of the contract , as evidenced by the proposal tabulation or otherwise , guaranteeing the prompt , full and faithful performance of the general guaranty which is set forth in paragraph C8- 8 . 10 . C. PAYMENT BOND: A good and sufficient payment bond, F in an amount 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 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 these specifications . Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS : Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor . No sureties will be accepted by the owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner . All bonds shall be made on the forms furnished by the owner and shall be executed by an approved surety company doing business in the City of Fort Worth , Texas , and which is acceptable to the owner . In order to be acceptable , the name of the surety shall be included on the current U . S . Treasury list ❑ f acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company . Each band 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 C3-3 ( 3 ) 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 . $ EXECUTION OF CONTRACT: Within ten ( 10 ) days after the Owner has by 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 annul 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 occuring 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 owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner . The filing of a proposal will be considered as an acceptance of this provision by the Bidder . C3-3 . 10 BEGINNING WORK : The Contractor shall not commence work until authorized in writing to do so by the owner . Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the "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 . 11 INSURANCE : The Contractor shall not commence work under this contract until he has obtained all the insurance recuired 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-contractors ' C3-3 ( 4 ) 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 subcontractors. a. COMPENSATION INSURANCE : The Contractor shall maintain , during the life of this contract , Workers ' 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 Workers ' Compensation Statute , the Contractor shall provide adequate employer ' s general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE : The Contractor shall procure and shall maintain during the life of. this contract Contractor ' s Comprehensive General Liability Insurance ( Public Liability and Property Damage Insurance ) in an 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. C. ADDITIONAL LIABILITY : The Contractor shall furnish insurance as 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) , 2. Blasting , prior to any blasting being done. 3 . Collapse of buildings or structures adjacent to excavation ( if excavations are to be performed adjacent to same ) . - 4 . Damage to underground utilities for $500, 000 . C3-3 ( 5 ) .� 5 . Builder ' s risk (where above-ground_ structures are involved) . 6. Contractual Liability ( covers all .y indemnification requirements of Contract ) . d, AUTOMOBILE INSURANCE - BODILY INJURY ANIS 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 amounts and by carriers satisfactory to the Owner . ( Sample attached , ) All insurance requirements made upon the Contractor shall apply to the sub - contractor , should the Prime Contractor ' s insurance not cover the sub-contractor ' s work operations . a. LOCAL AGENT FOR INSURANCE AND BONDING : The a insurance and bonding companies with whom the Contractor ' s insurance and 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 C3-3 ( 6 ) City of Fort Worth , Tarrant County , Texas . Each such agent shall be a duly qualified, one upon whom _ service of process may be had , and must have 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 , any 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 of such bonds and certificates of insurance. C3 -- 3 . 12 CONTRACTOR ' S OBLIGATIONS : Under the Contract , the Contractor shall pay for all materials , labor and services when due. C3 - 3 . 13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person 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 wade rates shall be the responsibility of the Contractor . C3-3 . 14 CONTRACTOR' S CONTRACT ADMINISTRATION. Any Contractor, whether a person , persons , partnership , company , farm , 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 revuired in the performance of the Contract . This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered , thus delegated and directed, to settle all material , labor or - other expenditures , all claims against the work or any other C3-3 (7 ) rt MM +� matter associated such as maintaining adequate and appropriate insurance or security coverage for the project. . Such local authority for administration of the work under the Contract r 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 appropriately signed and sealed, as applicable, by the Contractor ' s responsible officers with the understanding that this written assignment of authority to a 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 r fail to perform to the satisfaction of 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 for periods in which work stoppages are in effect for this reason. rC3-3 . 15 VENUE : Venue of . any action hereinunder shall be exclusively in Tarrant County, Texas . r r r r F C3-3 (S ) OR PART C - GENERAL CONDITIONS C4-4 SCOPE OF WORK SECTION C4-4 SCOPE OF WORK C4-4 . 1 INTENT OF CONTRACT DOCUMENTS : It is the definite intention of these Contract Documents to provide for a -r complete , useful project which the Contractor undertakes to construct or furnish , all in full compliance with the requirements and intent of the Contract Documents . It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents , shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor , tools, materials, machinery , equipment , special services , and incidentals necessary to the prosecution and completion of the project. C4 -4 . 2 SPECIAL PROVISIONS : Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated , or should there be any additional proposed work which is not covered by these Contract MR Documents , then "Special Provisions" covering all such work will be prepared by the owner previous to the time of receiving bids or proposals for such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be a 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 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 anti• changes in ., anticipated profits nor shall such changes be considered as C4-4 ( 1 ) FM r+ 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 or sanitary sewer pipe in each pipe size, but not to the various depth categories. 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 i the work for payments or credits as shall be determined by one or more combination of the following methods : M° a. Unit bid price previously approved. b. An agreed lump sum. r 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% 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 owned by him and used for the 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 +r accurate cost records on the form and in the method C4-4 ( 2 ) OR M4 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. Should a difference arise as to what does or does 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 an 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 the 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 iniitiated 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 ,R without limitation, any costs for delay , extended overhead , ripple or impact cost , or any other effect on changed or unchanged work as a result or the change or extra work. C4 - 4 . 6 SCHEDULE OF OPERATIONS : Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner ' s approval thereof , a "Schedule of Operations , " showing by a straight line method the date of commencing and finishing each of the major elements of the contract . There shall be also shown the estimated monthly A cost of work for which estimates are to be expected. There C4--4 ( 3 ) 1 shall be presented also a composite graph showing the anticipated progress of construction with the time being platted horizontally and the percentage of completion plotted vertically. The progress charts shall be prepared on 8-1/2" X 11 " sheets and at least five black or blue line prints shall be furnished to the Owner . r C4-4 . 7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES : Within ten ( 10 ) days prior to submission of first monthly progress payment , the Contractor shall prepare and submit "to the Owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the date of which he will start the several major activities ( including procurement of materials, plans , and equipment ) and the contemplated dates for completing the same . The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses , the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer . The r Contractor shall also revise the schedule to reflect any ! adjustments in contract time approved by the Engineer . Three copies of the updated schedule shall be delivered at such intervals as directed by the Owner. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications . Prior to the final drafting of the detailed construction schedule , the Contractor shall review the draft schedule with the Engineer to ensure the Contractor ' s understanding of the contract requirements . The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be developed to conform to time constraints , sequencing requirements and completion time. b. - The construction process shall be divided into activities with time durations of approximately fourteen ( 14 ) days and construction values not to exceed $ 50 , 000 . Fabrication , delivery and submittal activities are exceptions to this guideline. C4--4 ( 4 ) MR MM C. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the MR duration of each activity. d. One critical path shall be shown on the AM construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. f . Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall as a minimum be divided into general categories as indicated in the proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen (14 ) days duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by- activities that follow the guidelines of this Section. For each of the trades or subcontracts , the construction schedule shall indicate the following procurements , construction and preacceptance activities and events in their logical sequence for equipment and materials. 1 . Preparation and transmittal of submittals; 2 . Submittal review periods. 3 . Shop fabrication and delivery. 4 . Erection or installation. 5 .- Transmittal of manufacturer ' s operation and maintenance instructions. 6 . Installed equipment and materials testing. 7 . Owner ' s operator instruction ( if applicable) . 8 . Final inspection. C4-4 ( 5 ) 9 . Operational testing. 10 . Final inspection. If , in the opinion of the Owner , work accomplished falls behind that scheduled , t-he 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 scheduled progress and to insure completion of the work within the contract time , if the owner finds the proposed plan not acceptable , he may require the Contractor to increase the work force , the construction plant and equipment , the number of work shifts or the overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these requirements shall be considered grounds for determination by the owner that the Contractor is failing to prosecute the work with such diligence as will insure its completion within the time specified. C4-4 ( 6 ) PART C - GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5--5 . 1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents . He shall decide all questions which arise as to the quality and acceptability of 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 , sequences 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 . He shall determine the amount and quality of the work completed and materials furnished , and his decisions and estimates shall be final . His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract . The owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters , the Engineer must , within a reasonable time , upon written request of the Contractor, render and deliver to both the Owner and Contractor , a written decision on the matter in controversy. C5- 5 . 2 CONFORMITY WITH PLANS : The finished project in all cases shall conform with lines , grades , cross-sections , finish , and dimensions shown on the plans or any other requirements otherwise 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 ( 1 ) C5 -5 . 3 COORDINATION OF CONTRACT DOCUMENTS : The Contract Documents are made up of several sections, which , taken together , are intended to describe and provide for a complete +" and useful project, and any requirements, appearing in one of the sections is as binding as though it occurred in all sections . In case of discrepancies , figured dimension shall govern over scaled dimensions , plans shall govern over specifications, special conditions shall govern over general conditions and standard specifications , 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 Contract Documents , and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the 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 the 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 the Contract Documents and shall have available on the site of the project at all times one set of such Contract Documents. On The Contract shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer , his inspector , and other FM Contractors in every possible way. The Contractor shall at all, times have competent personnel we 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 Iw 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 subjecttocall , as is the project Superintendent, at any time of the day or nicht on any day of the week or. which the Gnaineer determines that circumstances recuire the o;esence on the project site of a representative oftheContractor to C5-5 ( 2l 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 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 or 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 on a working--day basis . Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies , omissions , or corrections 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 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 show 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 then 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 by 14 feet in floor area , substantially constructed , well heated , air conditioned , lighted , and T weather--proof , so that documents will not be damaged by the elements . C5-5 . 7 CONSTRUCTION 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 for under these Contract Documents , and lines , grades and measurements will be established by means of stakes or other customary method of marking as rrav be found consistent with good practice. -- C_'5-5 ( 3 ) PW 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 the Contractor ' s use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever , in the an 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 40 against the Contractor, and the full amount will be deducted from payment due the Contractor. va C5 - 5 . $ AUTHORITY AND DUTIES OF CITY INSPECTORS : 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 au-t�`.i�.)rity to reject materials or equipment to suspend work until the question at issue can be referred to and be 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 to the requirements of the Contract Documents . He will in no case act as superintendent or foreman or perform any other duties for the Contractor , or interfere with the management or operation of the work . He will not accept from the Contractor any compensation in any form for performing any duties . The Contractor shall regard and bbey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents , provided , however , should the Contractor object to any orders or instructions of the City Inspector , the Contractor may within six days make written anpeal to the Encineer for his decision on the matter in controversy. rC5-5 ( 4 ) 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 be work so exposed or examined prove to be unacceptable , the uncovering or removing and the 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 DEFECTIVE 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 his own expense. Work done beyond the lines and grades given or as shown on the plans , except as herein specifically provided, or any Extra work done without written author`ty , 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 unauttzorized work to be removed, and the cost thereof may be deducted from any money due or to become due to the Contractor . Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works . C5 -- 5 . 11 SUBSTITUTE MATERIALS OR EQUIPMENT : If the - Specifications , law, ordinance , codes or regulations permit Contractor to furnish or use a substitute that is ecual 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 functions called for by the general design , be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified ; and identifying all, variations of the proposed C5-5 ( 57 substitute from that specified and indicating available maintenance service . No substitute shall be ordered or installed without the 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 employed by either of them frdm 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 OR 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 otherwise specifically provided. The failure of the owner to make any tests of materials shall be 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 the 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 Contactor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents . Tests shall be made at least g 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 the new materials . C5-5 . 13 STORAGE OF "MATERIALS: All materials which are to be used in the construction operation shah be stored so as to insure the preservation of the quality and fitness o' the work. When directed by the Engineer , they shall be places on wooden platforms or other hard, clean durable s�_,rfaces and not on the C5-5 ( 6 ) 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 UTILITIES : The location and dimensions shown on the Plans relative to 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 . The location of many gas mains , water mains , conduits , sewer lines and service lines for 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 for which is not made in the Contract Documents , in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractors 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 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 existing utilities and their adjustment shall be considered as ` subsidiary work. C5-5 . 15 INTERRUPTION OF SERVICE: a. Normal Prosecution : In the normal prosectuion 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 . C5-5 (7 ) PP 2 . Notify each customer personally through responsible personnel as to 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 entrance door knob . The tag shall be darable in composition, and in large bold type shall say: "NOTICE" Due to utility Improvement in n` your neighborhood, your (water) ( sewer ) service will be inter- rupted on between the hours of and This inconvenience will be as short as possible. Thank you, Contractor Address Phone b. Emergency : In the event that an unforeseen service interruption occurs , notice shall be as above , but immediate. r C5-5 , 16 MUTUAL RESPONSIBILITY OF CONTRACTORS : IT , through acts or neglect on the part of the Contractor , any other w Contractor or any sub-contractor shall suffer loss or damage i on 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 any 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 onthejob site during the prosecution or the work under these Contract Documents shall be accomplished in :seeping with a daily routine established to the the satisfaction of the Engineer . Twenty-fours fours after written notice is riven to the Contractor that the clean--up on the job site is proceeding in a manner unsatisfactory to the Engineer , if the Contractor flails to correct the C5-5 (8 ) r 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 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 n--w appearing condition . No extra compensation will be made to the Contractor for any clean-up required on the project . C5-5 . 1$ FINAL INSPECTION :. Whenever the work provided for in t and, contemplated under the Contract Documents has been satisfactorily completed and final cleanup performed , the Engineer will notify the proper officials of the Owner and request that the Final inspection be ;trade . 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 tha Engineer and the date of final inspection of the work. h, C5-5 ( 9 ) 9W .+ PART C - GENERAL Cor DD TIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6--6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6--6 . 1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders , laws , ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea of 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 prices shall include all royalties or cost arising from patents , trade-marks, and copy rights 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 patented design , device , material or process , or any trade-nark or copy right 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 by 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 (1) 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 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 so 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 property contiguous to the 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 of 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 shall make arrangements satisfactory to the Engineer at any location , the Contractor shall make arrangements satisfactory to the Engineer for the diversion of traffic , and shall , at his own 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 the construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants , `ire alarm boxes , police call boxes , water valves , C6-6 ( 2 ) i PR �. 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 done or materials furnished by the Owner or by the City shalt be deducted from monies due or to become dun 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 again 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 . The Contractor shall at all times conduct his operation and the use of construction machinery so as not to damage or destroy trees and shrubs located in close proximity to or on the site of the work. wherever any such damage may be done , the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6 . 6 PRIVILEGES OF CONTRACTOR IN STREETS , ALLEYS , AND RIGHT-OF-WAY: For the performance of the contract , the Contractor will be permitted to use and occupy such portions of the public streets and alleys , or other public places or other rights-of-way as provided for in the ordinances of the City , as shown in the Contract Documents , or as may be * specifically authorized in writing by the Engineer . A reasonable amount of tools , materials , and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations . Excavated and waste materials shall be piled or stacked 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 . It the street is occupied by railway tracks, the work shall be C6-6 ( 3 ) 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 r.ailway , the City will secure the necessary easement for the work. Where the railway tracks are to be crossed , the Contractor shall observe all the regulations and instructions of the railway company as to the methods of performing the work and take all precautions for safety of- property and the public . Negotiations with the railway companies for permits shall be done by and through the City . The Contractor shall give the City notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties . The Contractor will not be given extra or additional 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 watchmen , 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 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 the 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 67014 Veron ' s Civil Statutes, pertinent sections being Section Nos . 27 , 29 , 30 and C6-6 ( 4 ) 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 8780--8075 ) , 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 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 for 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 matcrials involved in the constructing , providing, and maintaining of barricades , signs , fences , and lights or for salaries of watchmen , for the subsequent z:emoval 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 . ^6 -- 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 C6-6 453 advance of the use of any 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 Contract 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 . All claims arising out of the use of explosives shall be investigated and a written report made by the Contractor ' s insurers to the Engineer within ten ( 10 ) days after receipt of written notice of the claim to the Contractor from either the b City or the claimant . The City shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received �. and such use shall not be resumed until the cause of the complaint has been addressed. whenever explosives are stored or kept, they shall be stored in a safe and secure manner and all storage places sha-11 be plainly marked " DANGEROUS EXPLOSIVES " and shall be under the - care of a competent watchman at all times . All vehicles in which explosives are being transported shall be plainly marked as mentioned above and shall , insofar as possible , not use heavy traffic routes. 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 prosecutions of the work . Any additional rights-of -way or work area considered necessary by the Contractor shall be provided by him at his own 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 accruired before work becins 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 C6-6 ( 6 ) r every precaution to prevent damage to all trees , 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 along adjacent to the work. The Contractor shall notify the proper representatives of owners or occupants of public or private lands or interest in r• lands which might be affected by the work. Such notice shall be made at least 45 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 affected by the work, The Contractor shall be responsible for all damage or injury to property of any character resulting from any act , omission , neglect , or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act , omission , neglect , or misconduct in the execution of the work , or in consequence of the non-execution thereof on the part of the Contractor , he shall restore or have restored at his own 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 replacing and restoring as may be directed by the owner , or he shall make good such r+ 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 mash or barbed wire is to be crossed , the Contractor shall set cross braced posts on either side of permanent easement before the fence is cut . Should additional fence cuts be necessary, the Contractor shall provide cross braced posts at 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 C6_6 ( 7 ) f 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 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 t-o 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 or r to become due to the Contractor under this Contract . C6-5 . 11 INDEPENDENT CONTRACTOR : It is understood and agreed 4 by the parties hereto that. 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 the exclusive right to control the details of all the work and services performed hereunder , and all persons performing same , and shall be solely responsible for the acts and omissions of its officers , agents , servants , employees , contractors , 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 . F 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 an all claims or suits for property damage or loss and/or personal injury, including death , to any and all persons , of wnatsoevar 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 Contractor , its officers , agents, employees , contractors , subcontractors, licensees or invitees , whether or not caused , in whole or in part , by alleged negligence on the part of officers , agents , servants , employees , contractors, subcontractors , licensees and invitees of the 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 persons of whatsoever kind or character , whether real or asserted , arisincr out of or in connection with , directly or indirectly, the work and services to be performed hereunder by Contractor , its officers , agents e.noloyees , contractors , subcontractors , licensees and invitees , whether or not caused , a C6--6 ( 8 ) in whole or in part , by alleged negligence of officers , agents , servants , 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 part , any and all alleged acts or omissions of off icers , agents , servants , employees , contractors , subcontractors , licenses, 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 by the Director of the Water Department for a period of 34 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 claim 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 an amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of the 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 to the 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 m.ay recommend that the final payment to the Contractor be mage . At the C6-6 ( 9 ) expiration of the six month period the Director may recommend r- 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. C5-6 . 13 CONTRACTOR ' S CLAIM FOR DAMAGES : Should the Contractor claim compensation for 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 any such damage is claimed to have been sustained , the Contractor shall file with the Engineer an itemized statement of the details and 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 their property that may be necessary by the performance of this contract . C6-6 . 15 TEMPORARY SEWER AND DRAIN CONNECTIONS : When existing sewer lines have to be taken up or removed , the Contractor shall , at lois own expense and cost , provide an-e-, maintain temoorary 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 diversions . 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 C6-6 ( 10 ) f• +� 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 . 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 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 ordinance applies , payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C6-6 . 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 order 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 to deficient operations on the part of the Contractor , shall be performed by the-Contractor at his own 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 C6-6 ( ll ) thereof by action o the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. - The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove. causes . C6-6 . 19 No WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents . Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach . The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. 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 representatives of the Owner , either personally or otherwise 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 , 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 may purchase, rent or leas, 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 by the Contractor in lieu of the tax shall be subject to and shall comply with the provisions of State Comptroller ' s ' Ruling . 011 , and any other applicable State Comptroller 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-owned 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 to 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 . C6--6 ( 12 ) I PS Limited Sale , Excise and Use "Fax permits and information can he obtained from: Comptroller of Public Accounts Sale Tax Division Capitol Station Austin, TK K• Pw VP in M r C6-6 (l3 ) PART C - GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7 . 1 SUBLETTING: The Contractor shall perform with his own organization , and with the assistance of workman under his immediate superintendance, work of a value of not less than fifty (50% ) percent of the value embraced in 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 to the 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, convey, 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 state , 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 operation , 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 r rC7-7 (1) 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 also be submitted a table of estimated amounts to be earned by the Contractor during each - monthly estimate period.. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment , materials , and, labor as is necessary to insure its completion within the time limit . The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents . Any deviation from scup 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 the 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 LIMITATIONS 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 the prover execution of the work, the Engineer m-ay require the Contractor to finish the section on which operations are F 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 is available . The Contractor may bring in 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 or tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner , shall misconduct himself or be found to be incompetent , disrespectful , intemperate , dishonest , or C7-7 ( 2 ) r s otherwise objectionable or neglectful in the proper ,. performance of his or their duties, or who neglects or refuses to comply with or carry out the directions 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 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 r 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. r C7-7 . 6 WORK SCHEDULE : Elapsed working days shall be computed starting with the first day of work completed as defined in C1-1 . 23 "WORKING DAY" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as Pa prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays , providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later than the proceeding Thursday . b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be , in the opinion of the Engineer , essential to the timely completion of the project. The Engineer ' s decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific am Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C1-1. 24 and the Contractor am may work as he so desires . C7-7 ( 3 ) r 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 dft extension of time as may be properly authorized by the Owner.- C7-7 . 8 wner:C7-7 . 8 EXTENSION OF TIME COMPLETION: The Contractor ' s request MV 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 have occurred . Should an +° extension of the time of completion be requested such request will be forwarded to the City Council for approval . dw In adjusting the contract time for completion of work , consideration will be given to unforseeable causes beyond the control of and without the fault or negligence of the on Contractor, including but limited to acts of the public enemy , acts of the Owner , fire ; flood , tornadoes , epidemics , quarantine restrictions, strikes , freight embargoes , or delays of sub-contractors due to such causes. 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 may be increased by Change Order. C7-7 . 9 DELAYS : The Contractor shall receive no comoensation for cei ays 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 inrormation or material , if C7--7 ( At ) P 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 him Found correct shall be approved and referred by him to the .. Council for final approval or disapproval ; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop PM work, or by the performance of extra work , or by the failure of the City to provide material or necessary instructions for carrying on the work , then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall , however , be subject to the approval of the City Council ; and no such extension of time shall release the Contractor or the surety on his performance bond 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 by 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 the 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 monies due the Contractor , not as a penalty , but as liquidated damages suffered by the owner. r AMOUNT OF CONTRACT ,i 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 $ 1.00, 001 to $ 500 , 000 inclusive $ 210 . 00 C7--7 ( 5 ) ,r $ 500 , C01 to $1, 000 , 000 inclusive $ 315 . 00 $1 , 000, c01 to $2, 000 , 000 inclusive $ 420 . 00 $2 , 000 , 001 and over $ 630. 00 The parties hereto understand and agree that any harm to the City caused by the Contractor ' s delay in completing the work hereunder in the time specified by the Contract Documents -- would be incapable or very difficult of accurate estimation , 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 event 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 unfavorable 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 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 THE 'TIME OF COMPLETION , and should it be 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, r then the Contractor may be reimbursed for the cost of moving his equio_ m.ent off- the job and returning the necessary equipment to the job when it is determined by the Engineer C7-7 { 6 } that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. *■ No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth . The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations . C7-7 . 13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: whenever, because of National.. Emergency , so declared by the FM 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 Contract, then 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 may 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 a to , the payment for ,all work executed but no anticipated profits on work which has not been performed. C7-7 . 14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF 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 cancelled 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 . C7-7 ( 7 ) Flo M b. Substantial evidence that progress of the work operations by Contractor is insufficient to complete the work within the specified time. C. Failure of the Contractor to' provide and maintain sufficient labor and equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents, g. Failure of the-Contractor promptly to make good any defect in materials or workmanship , or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h, Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under •. contract. i . A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. j . If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. •r 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 cancelled, 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 sane or may, with the written C7-7 ( 8 ) 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 r 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 teras of the Contract Documents . 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 by 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 part thereof as it may deem necessary , and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials , plants , tools , equipment , supplies , and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools , equipment, materials, labor and property for the completion of the work , and to charge to the account of the Contractor of said contract expense for labor, materials , tools , equipment , and all expenses incidental thereto. The expense so charged shall be deducted by the Owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof . The Owner shall not be required to obtain the lowest bid for the work completing the contract , but the expense to be deducted shall be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contractor , 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 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 bards or by law, when all the work and all sections or parts of the project covered by the Contract Documents have C7-7 ( 9 ) been finished and completed, the final inspection made by the ` Engineer , and the final acceptance and final payment made by the Owner. C7-7 . 1.5 TERMINATION FOR. CONVENIENCE OF THE OWNER: A. NOTICE OF TERMINATION: 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 . Any such termination shall be effected by mailing a notice of 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 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 claim, demand or suit shall be required of the Owner regarding such discretionary action. B. CONTRACTOR ACTION: After receipt of a notice of termination , and Except as otherwise directed by the Engineer , the Contractor shall : 1 . Stop work under the contract on the date and to the extent specified in the notice of termination; 2 . place no further orders or subcontracts for materials , services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3 . terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the notice of termination ; �. 4 . transfer title to the Owner and deliver in the manner , at the times , and to the extent , if any, directed by the Engineer : C7-7 (10 ) a. the fabricated or unfabricated parts , work in process , 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 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 part of the 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 which has been directed or authorized by the 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 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 50-day period or authorized extension thereof, any and all such claims shall be conclusively deme- waived. C7-7 ( ll ) D. AMOUNTS : Subject to the provisions of Item C7-7 .16 (C ) , the Contractor and 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 work pursuant hereto ; provided, that such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise made and as further reduced by the contract price of 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 in the event of failure of the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, T. 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 ( U ) upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this section the owner shall determine, on the basis of information available to it , the amount , if any , due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined . No amount shall be due for lost or anticipated profits . F. DEDUCTIONS : In arriving at the amount due the contractor under this section , there shall be deducted ( a ) all unliquidated advance or other payments on account theretofore made to the Contractor , applicable to the terminated portion of ' this contract ; ( b ) any claim which the Owner may have against the Contractor in connection with this contract ; and ( c ) the agreed price for , or the proceeds of sale of , any materials , supplies or other things kept by the Contractor or sold , pursuant to the provisions of this clause , and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT : If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract , the Contractor may file with the Engineer a request in writing for an C7-7 ( 12 ) equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract ( the portion not terminated by the notice of termination ) , such equitable adjustment as may be agreed upon shall be made in such price or prices ; nothing contained herein , however , shall limit the right of the Owner and the Contractor to agree upon the amount or amounts to be paid to the Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued. portion. H. NO LIMITATIQN OF RIGHTS: Nothing contained in this P0 section shall limit or alter th= rights which the Owner may have for termination of this contract under C7--7 . 14 hereof entitled " Suspension of Abandonment of the work and Amendment of Contract" or any other right which 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 (13 ) PART C - GENERAL CONDITIONS RM C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8 - 8 . 1 MEASUREMENT OF QUANTITIES : The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer , based .. on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice , and will be the actual length, area, solid contents , numbers , and weights of the materials and items 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 constriction of and the completion in a manner acceptable to the Engineer of all work : to be done under these Contract Documents . The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures , cleanup, finished , overhead expense , bond, insurance, patent fees, royalties , risk due to the elements and other causes , r 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 ra satisfactory condition for operation. C8-8 . 3 LUMP SUM: When in the Proposal a "Lump Sum" i5 set- forth , etforth , the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor , tools , materials , machinery, equipment , appurtenances , and all subsidary work necessary for the construction and completion of all the work rto 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 r 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 of the work at any time FC8-8 ( 1 ) F 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 expense incurred by or in consequence of 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 completeing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to 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 , imperfection, or ' damage shall have been discovered on or before the final inspection and acceptance of work or during the one year guaranty period after final acceptance. The Owner shall be the sole judge of such defects , imperfections , or damage , and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8 . 5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and 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 work performed since the last partial payment was made exceeds one hundred dollars ( $100 . 00 ) in amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $ 400 , 000 , or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400 , 000 or greater within twenty-fiva ( 25 ) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City . The partial estimate may include acce_ctable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof , but which at the the time of the estimate have not been installed . ( such payment will be allowed on a basis of 85% of the net invoice value thereof . ; The Contractor shall `urni-ah t 7e ncinee4 such information as he may request to ala w C8--8 ( 2 ) VM him as a guide in the verification or the preparation of partial estimates. It is understood that the partial estimate from month to month will by approximate only , and all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate , and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quality 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 . 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 the 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 initiat-- the processing of the final estimate and recommend final acceptance of the project and final payment therefor as outlined in 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 . C8-8 ( 3 ) A Wo KU 1ECIM �. °S TN, TIM The amount of the final estimate , less previous payments and any sum that have been deducted or retained under the provisions of the Contract Documents , will be paid to the Contractor within 60 days after final acceptance by the Owner on a proper resolution of the City Council , provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows : Prior to submission of the final estimate for payment , the Contractor shall execute an affidavit , as furnished by the City , certifying that all persons , firms , associations , corporations, or other organizations furnishing labor and/or materials have been paid in full, that the wage — scale established by the City Council in the City of Fort Worth has been paid , and 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 Contract Documents or any act or neglect of said City relating to or connected with the Contract. 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 adeauacy 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 thereto 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 said requirements of the Contract Documents , approved modifications thereof , and all approved additions and alterations thereto. C8--8 . 10 GENERAL GUARANTY : Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of 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 work.-mnship . The Contractor shall remedy any defects or damages in the work and C8-8 44f ps r F, pay for any damage to 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 andshall furnish a good and sufficient maintenance I ` bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outline . The Owner will give notice of observed defects with reasonable promptness . CS -8 . 11 SUBSIDIARY WORK : Any and all work specifically governed by documentary requirements for the project , such as conditions imposed by the Plans , the General Contract Documents or these Special Contract Documents , in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal , for each bid item. Surface restoration , rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8--8 . 12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer , r 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 . r 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 : Contractor shall keep on record a cony of all specifications , plans , addenda , modifications , shop drawings and samples at. the site , in good order and ,�• annotated to show all changes made during the construction process . These shall be delivered to Engineer upon completion of the work. r r F r r C8--8 ( 5 ) r r SECTION Cl SUPPLEMENTARY CONDITIONS TO SECTION C e 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 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent(10%). For contracts of$400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the j Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part.C - General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and replaced with D-3 of Part D - Special Conditions. D. C3-3.11 INSURANCE: Page C3-3 (b): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised Pg. 1 10/24/02 E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 ($), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, darn:a a or death is caused in whole or in part, by the nejzligence 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 anV such injug or damage is caused in it-hole or in part by the negligence or alleged nggli; ence of Owner, its officers, servants or employees. _ _ T In the event Owner receives a wfitten 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 darnages is outstanding as a result of work performed under a City Contract. F. INCREASED OR DECREASED QUANTITIES: Part C - General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), 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 worts 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 r herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. Revised Pg. 2 10/24/02 r r G. C3-3.11 INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL INSURANCE REQUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers'compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76142, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $14,004.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance ,pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. Revised Pg. 3 10/24/02 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all toss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage dile or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, ^ and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. I. C8-8.10 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following- Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in e 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 fumish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract Revised Pg. 4 14/24/02 which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C General Conditions Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL,Page C2-2 (4)exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the rfollowing: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is rdelivered, 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.Q. Box 17027, Fort rWorth, 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 r 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 i Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify r 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: i Revised Pg. 5 10/24/42 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on - obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(5) Paragraph C3-3.11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph"g. LOCAL AGENT FOR INSURANCE AND BONDING". L. RIGHT TO AUDIT: Part C - +General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three(3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents,papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. (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: Revised Pg. 6 10/24/02 1. 50 copies and under- 14 cents per page 2, More than 54 copies- 85 cents for the first page plus fifteen cents for each page thereafter r M. SITE PREPARATION: rThe 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 C6-6.14 work within easements,page C6-6(4), part C-General Conditions of the Water Department General Contract Document and General Specifications. WE Clearing and restoration shall be considered as incidental to construction and all costs PM incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C- General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lines five (5) and six (6),change the phrase take all such other precautionary measures to take all reasonable necessary measures. rO. MINORITYIWOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions),Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: r 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 r 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 P 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. r Revised Pg. 7 14/24/02 P. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with c the following: (a) The contractor shall comply with all requirements of Chapter 2258,Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b)The contractor shall, for a period of three (3)years following the date of acceptance of the work,maintain records that show(i)the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspections by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9130102)pertain to this inspection. (c)The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas _ Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Revised Pg. 8 10/24/02 V V PART Q SPECIAL CONDITIONS 2002113_Specs_W alor_0$-D3_KMC.doc PART a - SPECIAL CONDITIONS 0-1 GENERAL 0-2 COORDINATION MEETING...............................................................................................................4 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.....................................,,........................,..........•........7 D-7 CONSTRUCTION TRAFFIC OVER PIPELINES ................................. ......... ............. ......................8 0-8 TRAFFIC CONTROL..... .w........,...9 0-9 DETOURS...........................................................................................................................................9 0-10 EXAMINATION OF SITE................................................................................... .......,.........................9 D-11 ZONING COMPLIANCE .................................................................................................10 15-12 WATER FOR CONSTRUCTION.......................................................................................................10 0-13 WASTE MATERIAL...........................................................................................................................10 D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE..........................................................................10 D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK....................... ...10 D-16 SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES...............,.........................,......10 0-17 BID QUANTITIES............_ ..... ..................................... ............. ........................,.......-- ............--..11 0-18 CUTTING OF CONCRETE..................................................................................... .......11 D-19 PROJECT DESIGNATION SIGN......................................................................................................11 D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT..........................................................12 D-21 MISCELLANEOUS PLACEMENT OF MATERIAL..................................•......,.......................,..........12 D-22 CRUSHED LIMESTONE BACKFILL....... ......................._.................................... ...........................12 D-23 2.27 CONCRETE ... ..........................................................................................................................12 D-24 TRENCH EXCAVATIONWBACKFILL. AND COMPACTION.............................................................13 D-25 PAVEMENT REPAIR (E2-19) ............................................. ................,.............. 14 D-26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS)....................................15 D-27 SANITARY SEWER MANHOLES.................................___............................................................16 D-28 SANITARY SEWER SERViCES.-•..................................................a............ ....................................18 D-29 REMOVAL, SALVAGE,AND ABANDONMENT OF EXISTING FACILITIES..... . ................... .....20 D-30 DETECTABLE WARNING TAPES.. . ........ ................ .. ..............................................................22 D-31 PIPE CLEANING...................................................• ......., .....,---._........22 11-32 DISPOSAL OF SPO1LIFILL MATERIAL .........................................................................22 D-33 MECHANICS AND MATERIALMEN'S LIEN .....................................................................................23 D-34 SUBSTITUTIONS.................................................................................. ...........................................23 D-35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER............,...................23 D-36 VACUUM TESTING OF SANITARY SEWER MANHOLES..............................................................26 D-37 BYPASS PUMPING..... ........... ......... ........................................................... ..._.........................27 ...... 0-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER..............................27 D-39 SAMPLES AND QUALITY CONTROL TESTING.............................................................................29 D-40 TEMPORARY EROSION SEDIMENT AND WATER POLLUTION CONTROL.............................29 D-41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES............................................30 D-42 PROTECTION OF TREES, PLANTS AND SOIL..............................................................................31 D-43 SITE RESTORATION ..................................................................... ............................................31 D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST..................................................................31 D-45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING........................................... ................•-,--31 D-46 CONFINED SPACE ENTRYPROGRAM..........................................................................................37 r D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION................................................37 D-48 EXCAVATION NEAR TREES_........................................................................................................37 D-49 CONCRETE ENCASEMENT OF SEWER PIPE.........................,,........,...........,.......................I........38 0-50 CLAY DAM ..............................................................................,.,...........................,,......,,,,..,....,........38 D-51 EXPLORATORY EXCAVATION (D-HOLE)., .38 D-52 INSTALLATION OF WATER FACILITIES ........................................................................................39 52.1 Polyvinyl Chloride PVQ Water Pie ...................................................................39 52.2 Blocking_.............. ......... ..._._....... .......... .............. .........39 E52.3 Type of Casing Pipe......................................................................................................................39 52.4 Tie-ins ...........................................................................................................................................39 52.5 Connection of Existing Mains........................................................................................................39 52.6 Valve Cut-ins.......... .................................................................... .............,..................40 52.7 Water Services,.................__ ..40 10127/04 $C-1 PART D - SPECIAL CONDITIONS 52.8 2-Inch Temporary Service Line.....................................................................................................42 52.9 Purging and Sterilization of Water Lines.......................................................................................43 52.16 Work Near Pressure Plane Boundaries.................. ....... ................................................__........43 52.11 Water Sample Station...................................................................................................................43 —. 52.12 Ductile Iron and Gray Iron Fittings.......................................................................... ......................44 D-53 SPRINKLING FOR DUST CONTROL................ ..................... ___............................................44 D-54 DEWATERING...--- ...45 D-55 TRENCH EXCAVATION ON DEEP TRENCHES..............................,............,.....................:...........45 D-56 TREE PRUNING ,..............................................................................................................................45 D-57 TREE REMOVAL ..........................................................................................................46 D-58 TEST HOLES.........................................................................................--........................ -----.----.----.46 D-59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION ........................................46 D-60 TRAFFIC BUTTONS ............................................................. ........47 ........... ..... D-61 SANITARY SEWER SERVICE CLEANOUTS ._...,............................................................................47 D-62 TEMPORARY PAVEMENT REPAIR.................................................... ............ ...............................47 D-63 CONSTRUCTION STAKES..............................................................................................................48 D-64 EASEMENTS AND PERMITS.................................................... .......... ........ _._.............48 D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING......................................____..................49 D-66 WAGE RATES .................................................................................................................................49 D-67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE...........................---•-.........................49 D-68 STORM WATER POLLUTION PREVENTION .......................,........,.................,...,.............-....,.......50 D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS_—_...._..........__... ......_.._...... ......__.....___...... ..... .................51 D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD.................................................................52 D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION......................................................................52 D-72 AIR POLLUTION WATCH DAYS....................................•......................................,..........................53 D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS..........................................................53 SC-2 PART D - SPECIAL CONDITIONS D, Part D shall This Part D— Special Conditions is complimentary to Part C — General Conditions and Part C1 — Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C — General Conditions and part C1 — Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C -- General Conditions and Part C1 -- Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: WATER MAIN EXTENSION TO SERVE WALSH RANCH, PHASE I (UNIT 1, UNIT 2 & UNIT 3) FORT WORTH, TEXAS WATER PROJECT NO. PW77-060770140580 D.O.E. NO. 4750 (UNIT 1) D.O.E. NO. 4158 (UNIT 2) D.O.E. NO. 4635 (UNIT 3) 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 and shall govern over any conflicts with the General Contract Documents under the provisions stated above. The Contractor shall be responsible for defects in this protect 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 ruses, 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 sha!I be binding upon the contractor, The specifications and drawings shall be considered cooperatives therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH 10127/04 SC-3 PART D - SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRALTEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidders 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 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. D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings. 9 CV27104 SC-4 PART D - SPECIAL CONDITIONS D-3 CONTRACTOR. COMPLIANCE WiTH WORKER'S COMPENSATION LAW A. Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authoNty 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, teasing 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 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. �" 10/27/04 SC-5 PANT D - SPECIAL CONDITIONS G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known„ of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of K 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 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 10127144 SC-6 PART D - SPECIAL CONDITIONS rt misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 9. The contractors 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 n 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 (592)440-3789 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 constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall l 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 11704 SC-7 PART D - SPECIAL CONDITIONS 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 for the support, protection, relocation, 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. 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 dam2ged 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. Any and all permanent structures such as parking lot surface, fencing, and like structures on either public or private property shall be replaced at no cost to the City by material of equal value and quality as that damaged. 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 h by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground- D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe " under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new 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. SC-8 PART D - SPECIAL CONDITIONS D-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control [Devices for Streets and Highways" issued under the authority of the 'State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 8701d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer at (817) 871-5770 at least 10 working days prior to thepre-construction conference. Although work will not begin until the traffic control plan has been reviewed, the Contractor's time will 'begin in accordance with the time frame established in the Notice to 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 871-7738) 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. The Contractor shall limit his work within one continuous lane of traffic at a time to minimize interruption to the flow of traffic. 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 cost of the traffic control is subsidiary work and the cost of same shall be included in the price bid for pipe complete in ;place as bid in the Proposal, and no other compensation will be allowed. 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 10127104 SC-9 PART D - SPECIAL CONDITIONS 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 shalt 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 shali elapse after completion of construction before the roadway, right- of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth Department of Engineering shall give final acceptance of the completed project work- D-15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated tame for each phase of construction with starting and completion dates, including sufficient time being allowed for cleanup. The Contractor shall not 04 commence with water and/or sanitary sewer installation until such time that the survey cut-sheets have been received from the City inspector. D-16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 10127104 SC-10 PART D - SPECIAL CONDITIONS 4 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 (ONCORE) who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCORE, and shall record action taken in each case. 4_ The Contractor is required to make arrangements with the ONCORE 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 y taken as outlined in Paragraph (3). D-17 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-18 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. D-19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be 1'-0" by 2'-0" in size. The information box shall have the following information. For Questions on this Project Call-- (817) 871-8306 M-F 7:30 am to 4:34 p.m. or (817)871-8300 Nights and Weekends 10127/04 SC-11 PART D - SPECIAL CONDITIONS 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-20 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 ether associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D-21 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-22 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 confcrm 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 backfili and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-216 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents- D-23 2:27 CONCRETE Transportation and Public Works Department typical sections For Pavement and Trench Repair for Utility Cuts Figures 1 through 5 refer 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. f0127104 SC-12 PART D - SPECIAL CONDITIONS D-24 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.l. 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, at the direction of the Engineer, Type "B" backfill material shall be used. ... In general, all backfilt material for trenches in existing paved streets shall be in accordance with Figure A. Sand material specified in Figure A shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation • Less than 10% passing the #200 sieve • P.i. = 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 % Retained 1"" 0-10 112" 40-75 318" 55-90 #4 90-140 #8 95-104 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. 10127104 SC-13 l PART D - SPECIAL CONDITIONS Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted ,. as described above must be within +-4% of its optimum moisture content. The top two (2) feet of sewer line trenches and the top eighteen (18) inches of water line may be rolled in with heavy equipment tires, provided it is placed in lift's appropriate to the material being used and the � operation can be performed without damage to the installed pipe. 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 arks 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 safetMystem 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, including any and all 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-25 PAVEMENT REPAIR JE2-19} �. 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 1 through 5. 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 A 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 Department of Engineering 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 Department of Engineering will inspect the paving repair after construction. 10127/04 SC-14 PART D Y SPECIAL CONDITIONS This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Department of Engineering. 0-26 SITE SPECIFIC TRENCH SAFETY SYSTEMA (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 Y the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM - Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels. 3. SLOPING SYSTEM - Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM - Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on it 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 the pipe or structures. 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. r 70127104 SC-15 PART D -- SPECIAL CONDITIONS D-27 SANITARY SEWER MANHOLES A_ GENERAL- The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all lines at every open manhole under construction in order to keep debris out of the dry sewer - lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth Water Department Standard E100-4 and shall be fitted and installed according to the manufacturer's recommendations. Stainless Steel manhole inserts shall be required for all pipe diameters 18" and greater. 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 (112) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots. Covers shall set flush with the rim of the frame and shall have no larger than 118-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. Certain teed Ductile Iron Manhole Lids and Frames are acceptable for use where locking lids are specified. 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- 10127104 r PART D - SPECIAL CONDITIONS r 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 mills dry film thickness. r9. 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 O-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, Rare-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. P, 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. f=rames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench !" nearly vertical. 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, black 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. 10127104 SC-17 PART D - SPECIAL CONDITIONS If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a fiat 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 112-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. .� C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, 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-28 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 1027/04 SC-18 R. PART D - SPECIAL CONDMONS 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. r 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 C 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 (shown on the plans) at the building clean-out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shalt 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 IW7104 SC-19 PART D - SPECIAL CONDITIONS of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development Department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth �. Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean-outs, plugging the abandoned sewer service line, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps. D-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. A. SALVAGE OF EXISTING WATER METER AND METER BOX- Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. 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 r 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- Sackfill 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. 10/27/04 SC-20 PART D - SPECIAL CONDITIONS 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 glace to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top slab and lid removed and vault walls demolished to a point not less than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with -� backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item - Abandon Existing Sewer Manhole. H. REMOVAL OF MANHOLES: Manholes to be removed shalt 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 E2-2.8 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 property dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard.. C. PAYMENT, Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch -- and larger, and sanitary sewer manholes, regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a 10/27/04 SC-21 FART a - SPECIAL CONDITIONS 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. -s D-30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc, or approved equal, and shall consist of a minimum thickness 0.35 rails solid aluminum foil encased in a protective -� inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and soivents 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 2fs pounds/1 inch/100'. The tape shall �- be color coded and imprinted with the message as follows: Type of Utility Color Code Legends Water Safety Blue Caution! Buried Water Line Below Sewer Safety Green Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). , D-31 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-32 DISPOSAL OF SPOILIFILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Engineering Department, acting as the City of Fort Worth's Flood 'Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10456). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is -- required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove the spoillfill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. -- - - SC-22. PART D - SPECIAL CONDITIONS D-33 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-34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal" or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of 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-35 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 for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high-velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. if t- 10127/04 SC-23 PART D - SPECIAL CONDITIONS cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort shall be abandoned. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or 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 DAMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 5, 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 betweer. the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. 10127104SC-24 PART D - SPECIAL CONDITIONS Accuracy of the distance meter shall be checked by use of a walking meter, roil-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 fines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily 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. — 10127104 SC-25 PART D - SPECIAL CONDMONS Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation: when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV Inspections, The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. 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-36 VACUUM TESTING OF SANITARY SEWER MANHOLES D. 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 C 1244-93: Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1" H (10"Hg - 9"Hg) (SEC) Depth of MH. 48-Inch Dia. 60-Inch Dia. (FT.) Manhole Manhole 0 to 16' 40 sec. 52 sec. 18' 45 sec. 59 sec. 20' 50 sec. 65 sec. 22' 55 sec. 72 sec. 24` 59 sec. 78 sec. 26' 64 sec. 85 sec. 40127104 SC-26 PART D - SPECIAL CONDITIONS 28' 69 sec. 91 sec. 30' 74 sec. 98 sec. For Each 5 sec. 6 sec. Additional 2' 2. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time. Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein- D-37 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-38 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 shali be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning .. equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: 10127104 SC-27 PART D - SPECIAL CONDITIONS I. 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 A^ the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the 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 and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes. Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer, If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re- 10127104 SC-28 PART D - SPECIAL CONDITIONS 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. Owl 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. r, 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. r D-39 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. r 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 r 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- I'M E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to f the job site. The ticket shall specify the name of the pit supplying the fill material. r D-49 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL 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 10127/04 SC-29 PART D - SPECIAL CONDITIONS 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, darns, berms, sediment basins, �- fiber mats jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has tate 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- 1. ngineer1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 2. 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. 3. 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. 4. 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. 5. 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-41 INGRESS AND EGRESSIOBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the oroperty being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall 10127104 SC-30 PART D - SPECIAL CONDITIONS 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-42 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 existed prior to start of work_ Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense_ Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class 11 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-43 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition. after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0.1) of a foot. D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. D-45 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 20127104 SC-31 PART Q - SPECIAL CONDITIONS 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 Bermuca, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be watered to the extent required prior to excavating. 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 shalt not be more than one-half (112) 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 10/27104 SC-32 PART D - SPECIAL CONDITIONS area shall be carefully rolled with a heavy, hand roller developing fifteen (t 5) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Bloch Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall,, upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shat! 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 Port Worth. 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS: a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the 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% ON f Ifler"W141 HOOD _r. ' :DY .�. IM71oa SC-33 PART D_- SPECIAL CONDITIONS Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Mixture for Clay or Tight Scils Mixture for "^ Sandy Soils Dates (Eastern Sections) (Western Sections} (All Sections) Feb 1 Bermudagrass 40 Buffalograss 80 Bermudagrass 60 to Buffalograss 60 Bermudagrass 20 Buffalograss 40 May 1 Total: 100 Total: 100 Total: 140 —• Table, 120.2.(2)b TEMPORARY COOL-SEASON SEEDING RATE; (Ib.) Pure Live Seed (PLS) Dates (All Sections_} Aug 15 Tall Fescue 50 to Western Wheatgrass 54 —" May 1 Annual Rye 50 Total: 100 CONSTRICTION 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. 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 (118) 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. 10127/04 SC-34 r PART a - SPECIAL CONDITIONS ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed, The area shall then be finished to line and grade as specified under "Finishing" in Section D- ob, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (5) 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 (114) inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0,3) gallons per square yard_ It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. RE-SEEDING OF AREAS PLANTED WITH CaOC_ 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. H'Y'DROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK ARI=AS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS. All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with 10127104 SC-35 PART a - SPECIAL CONDITIONS an analysis of 16-20-6 or 16-5-8 or having the analysis shown on the Drawings_ The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. 'Fertilizer shall be dry _ and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work.shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of"Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. �. Acceptable material for"Seeding" will be measured by the linear foot, complete in place. Acceptable material for "Sodding" will be measured by the linear foot, complete 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. y "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; 10/27104 SC-36 PART D - SPECIAL CONDITION'S Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D-46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction. All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. D-47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 1. Prior to the final inspection being conducted for the project, tha contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. 2. 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. 3. 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. 4. 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. 5. Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection" of PART C - GENERAL CONDITIONS. T D-48 EXCAVATION NEAR TREES & 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 auge0g. 7. 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_ 8. 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. 9. Nothing shall be stored over the tree root system within the drip line area of any tree. 10. 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. 10127104 SC-37 PART D - SPECIAL CONDITIONS 11. At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.I. pipe shall be utilized. 12. 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. 13. Contractor shall employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 14. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-112 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D-49 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-50 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-51 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-Hale), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving 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. 10127104 SC-38 J PART D - SPECIAL CONDITIONS . D-52 INSTALLATION OF WATER FACILITIES 52.1 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 61D ITEM(S). 52.2 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. 52.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 52.4 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. 52.5 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 10117104 SC-39 PART C - SPECIAL CONDITIONS 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 -F 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 Manager, Construction Services, Phone 871-7813, at least 48-hours prior to the required shut down time. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION OF SERVICE, Page C5-5(5), PART C - GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 52.6 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. 52.7 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 skull 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 (El- 17 & E1-18) contained in the General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box. All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer.. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5.15 INTERRUPTION OF SERVICE. I CV27104 SC-40 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. 15, 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 lir5,e adjustment, and any relocation of up to 12-inches from center lime 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. - 16. 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. 17. 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 he 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. 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 10127104 SC-41 PART D - SPECIAL CONDITIONS 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. 18. 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 items). 19. 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). 52.8 2-Inch Temporary Service Line A. The 2-inch temporary service main and 314-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 314-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. 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. 10/27/04 SC-42 PART D - SPECIAL CONDITIONS When the temporary service is required for more than one location the 2-inch temporary service pipes, 314-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 fines, asphalt, barricades, all service connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid iters. B. In order to accurately measure the amount of water used during construction, the Contractor will insta#I 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 will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. 52.9 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 Contractor will furnish 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 pans 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 "dechlorinated" 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. 52.10 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 crass connections are made between pressure planes .. 52.11 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. 10127/04 SC-43 PART D - SPECIAL CONDITIONS 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 314-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. 52.12 Ductile Iran and Gray Iron Fittings Reference Part E2 Constructicn Specifications, Section E2-7 Installing Cast Iron Pipe, fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings: E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed. All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie- down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed. D-53 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. 10127104 SC-44 PART D SPECIAL CONDITIONS D-54 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-55 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-56 ' TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2, Vermeer V-1550RC Rook Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel "T = Bar stakes, 6 feet Tong. 4. Smooth Horse-Wire: 14-112 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 r order to minimize damage to the undisturbed root zone. 9. Backfill and compact the trench immediately after trenching. �. 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours, prune flush with ground and backfill any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 10127104 SC-45 PART D - SPECIAL CONDITIONS 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-57 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, wails, 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-58 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 lags. 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 al. rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. D-59 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, DOE No., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his 10127/04 SC-46 PART D - SPECIAL CONDITIONS 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, DCBE 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 A 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 Construction office at (817) 871-8306. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. D-60 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) 871-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. D-61 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-62 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 10127/04 SC-47 PART D - SPECIAL CONDITIONS compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the temporary repair shall be rolled with an asphalt roller to provide a smooth transition between the existing pavement and the temporary repair, The unit price bid under the appropriate bid item of the proposal shall cover all costs for providing temporary pavement repair for all street saw cutting prior to street reconstruction. D-63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavationlor 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. 0-64 EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right-of-entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or _. manholes. For locations where the City was unable to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the plans desk at the Department of Engineering, City of Fort 'Worth. 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 F. 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 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 10127104 SC-48 PART D - SPECIAL CONDITIONS during construction in railroad/agency right-of-way. Any and all costs associated with compliance with permits(s) including payment for flagmen shall be subsidiary to the project price. No y additional payment will be allowed for this item. D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING .� After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held.. D-fib WAGE RATES The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any Subcontractor on the site of the project covered by these Contract Documents. In no event shall less than the following rates of wages be paid. (Attached) D-67 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 NESHAP found at 46 CFR Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of 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 Il, 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 61.150E 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. 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. r 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 10127104 SC-49 PART D - SPECIAL CONDITIONS Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) D-68 STORM WATER POLLUTION PREVENTION PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Potlutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http:l/www.tnrcc.state.tx.us/permittinglwater permlwwpermlconstruct.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.htmi. 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. 1t 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 MILK Freeway Fort Worth, TX 75119 6N 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 10/27104 SC-50 PART D - SPECIAL CONDITIONS STORM WATER POLLUTION PREVENTION PLAN {SWPPP}: A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Engineering. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality, LARGE CONSTRUCTION ACTIVITY -- DISTURBED AREA EQUAL TO OR GREATER THAN 5 �- ACRES: A Notice of Intent (NOI) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities, The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineef 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. FOR DISTURBED AREAS LESS THAN 1 ACRE, SPECIAL CONDITION D - 40 SHALL BE -• APPLICABLE. D-69 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 fine 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 14117104 SC-51 PART D - SPECIAL CONDITIONS and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas �- Penal Code Title 7, Chapter 28.03 (Criminal Mischief} and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is s• 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: I. 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. a. 2. The Project Manager and the Directors of the Department of Engineering, 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 Engineering Department's Public Information Officer. 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Fngineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. r IW7/04 SC-52 FART D - SPECIAL CONDITIONS 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. D-72 AiR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. - 10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BADE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. . The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m, on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin. work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work -- prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. D-73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway construction, such as driveways, sidewalks, etc., will be required. The fees are as follows_ 1. The street permit fee is $30.00 per permit with payment due at the time of permit application. 2. A re-inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection. Payment by the contractor for all street use permits and re-inspections snail be considered subsidiary to the contract cost and no additional compensation shall be made. 10127104 SC-53 (To be printed on Contractor's Letterhead) Date: DOE No: PROJECT NAME: MAPSCO LOCATION- LIMITS OF CONST.: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL REHABILITATE 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 iii ELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 571--7970 PLEASE DEEP THIS FL YER HAND Y WHEN YOU FALL. .� PART D - SPECIAL CONDITIONS CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2004 CLASSIFICATION HOURLY RATE Asphalt Raker $10.32 Asphalt Shoveler $9.75 Batching Plant Weigher $9.65 Carpenter (Rough) $13.64 r Concrete Finisher-Paving $10.16 Concrete Finisher Helper (Paving) $9.70 Concrete Finisher-Structures $13.44 Flagger $7.06 4 Form Builder-Structures $13.44 Form Setter-Paving & Curbs $10.25 Form Setter-Structures $9.75 Laborer-Common $7.64 Laborer-Utility $8.64 " Mechanic $13.25- Servicer 13.25Servicer $10.13 Pipe Layer $7,35-- Pipe Layer Helper $6.75 Asphalt Distributor Operator $11.45 Asphalt Paving Machine Operator $11.09 Concrete Paving Saw $10.53 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (C 1 112 $10.00 CY) Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (7 1 112 $11.52 CY) Front End Loader (2 1/2 CY & less) $9.94 Front End Loader (over 2 112 CY) $9.32- Milling Machine Operator $8.00 Mixer $11.00 Motor Grader Operator (Fine Grade) $12.31 Motor Grader Operator $13.75 Pavement Marking Machine $11.00 Roller, Steel Wheel Plant-Mix Pavements $9.88 Roller, Steel Wheel Other Flatwheel or Tamping $12.12 Roller, Pneumatic, Self-Propelled Scraper $8.02 Traveling Mixer $10.00 Reinforcing Steel Setter (Paving) $9.75 Truck Driver-Single Axle (Light) $8.00 Truck Driver-Tandem Axle Semi-Trailer $10.22 Truck Driver-Lowboy/Float $10.54 Truck Driver-Transit Mix $10.53 Truck Driver-Winch $9.80 40/27104 SC-55 FORTWORTH vara: DOE NO. XX .X Project ftme: 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: a' MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, , CONTRACTOR PART D - SPECIAL CONDITIONS F 'TEXAS DEPARTMENT OF HEALTH � DEMOLITION 1 RENOVATION ® * — NOTIFICATION FORM r MOTE'CIRCLE ITEMS THAT ARE AMENDED TD H O NOTIFICATION# ff 1) Aba:emem Contractor; TDH License Number: A(cre:ss: City: Stine: Zip: C Office Phone Number: } Job Site Pnoie Nuinbet: ti Site Sjapervsor; — TDH License Number O Site S:iPerv'sor: TDH License Number y s Trained Onsite NESHAP Individual; Certification Date•; a Q Dcmoition Contractor: Office Phicno Nurnburj J n Adcress:. city: SIMP: ZIp: y 2y Project Consultant or Operalcr: TDH License Number: Mailing Address; 7 City: Stata: Zip: Office Phone Number:( _ T A 3) Facility Owner. H Altontion: P Ma7ing Addreas: A city. Slate: Zip: Owner Phone Number( "Nato:Tha invaica for the n€stifi"tion foo will bo sent to the owner of tate bulJding and the billing addre -s for the invoice will be 7 obtained from the info rma van lhat Is provided In this sactfon_ N 4) Descriplion or Facility Name: E Physical Adcress: County- City: Zip: S Fncil.VPn ne Number( Facpity ConLgct Person: H Decscrip ion of AreziRoom NumbFr: A Prior Use: Future Llsn- P Age Number of Floors: Sanool(K� 12): -L YES NO 5) Type or Work: Damotition _ Renovation(Abatement) _. Annual Consolidated T Work will be during: Day f] E•:e;niro Nigltf - Phased Prajac; J ❑escr prion of work schMu1C; _ H 6) Is this a Public Building? ' YES I I NO Fedora?F1611ty? _YES _NO Industrial Site? :-.YES H NO NESHAP-Only Facility? tt YES r1 NO is 00cllin¢,'Facility Occupied? _i YES NO L 7) Ncii tcatign Type CHECK ONLY ONE �r Original(10 Working Days) - Cancellation ' Amendment n EmcrgeneyfOrdered I o If this is an miier.drnent,-.vhich amr=Wmenl rtUmber i5 thr$'�_(Enclose copy of origInal andlar last amendment) 1 Id an emergency,who Cia you talk with al TDIA? Ernergency7t; y a Dale and Hou:of Ermeryercy(1H1HL1 iI.V0C,"): ti Description of the sudden,unexpected?Mani and e:xplanet`on of t1OW the 0vCQ1 cased 4n5afe cvnditians o:Would caJ5e o equipment damage(Connpuzols,niarhinery,etc n 8) Dcz;crip;ion of procedures to he iollowed in the event that unexpected asbestos is found or prev;ousty non-friable Y ashestos maleriaf becomes ciumblud.pulverized,or reduced Io powt:er. ,. E S 9) Silas an Asbestos survey performed? � YES L NO Dale: r I TOM Inspector License No: D Analytical Me?lhcd:7 PLM F-P TEM E Assumed TDH Labara:ory License No: N (Fos TAHPA(public building)prniects:an assumption m;isi be M Ide by a Tett Liconsod Inspector) ,Q) DeYcripton of planned CCmeltlron or renovation work,bpe of meterial,and metnod(s)to be used: 11) Duscriplion of work practices and engineering controls to be used to provent crnissions of asbestos at the demolition.renavritson: 1W7104 JC-57 PART D - SPECIAL CONDITIONS 12) ALL applicable items in the fgllerrting table must be completed: IF NO ASBESTOS PRESENT CHECK HERE= Approximste amount of Check unit of measurement �. Asbestos-Containing Building Material Asbestos Type Pipes Surface Area Ln Ln so SO Cu Cu F1 M Ft M Ft Ful RACM to be removed RACI%4 NOT removed .=r:+ Interior Catcoor I non-friab:e ietnoved 9 Fx+eriQr Category I non-fnAhlp rFmrived 4.._ :.. Cateco I non-friable NOT renioved MR Interior Cat or 11 non-friable remo•:ed ii. Exterior Cateo❑ II non-friable removed rag carer4u it non-frlable NOT reMovc-d I RACM Oft-Facility Compcnan: 13) Waste Transporter Namo: TDD License Number- Address: Ci:7: $tate: Zip: Centaci Person: Phenc Nurnber: 14) Waste Disposal Site Name: Address: C ly State: Zip:_ Te'eptwe'( ) TN RCC Pe.m;tNimber. 15) For s,ructurally unsound 1`0011tle5, attach a Copy a.'v'emel icon order and:dentiy G ovemmental Officia7 oeiow: Name: Rergistrawn No: Title: Ogle of order(M?4?VD;YY) ! r' Date order to begin(I%oIM.j'DD,'YY) f 16) Schell:fled Dates of Asbestcs AUgmniew(M1,1V'DDiYY) Start: ! f Ccmpleie: 17) Scheduled Dales Demclition.'Rannvat:on(N9.I.-"D 'YY) Start, l Ccrripleta: 1 t "Note:rt the start date on this notification can not be mal,the TDH Regipnal or Local Program office.Yustbe contacted by phone prior to the start date. Failure to do so is a violation In ac ardartca to 7AHPA.SCstion 295.61, I hereby certify Lnel all ir:form„t:An I ha•:e prodded is cc'reCt,camploto,and iruc to L-ie best of my knowledge. I ackna.y'edge Mat 14m rf_�spons bre for all aspocts of the noLfiralion form,including,but not Iimiting.cDntem and subr^ission dates. Tho m aximurn penalty is S10,000 per d:,y per v;olation. f f _ iSignature Of BLJildinsq Ownerl Operator (Printed Name) (Dale) (Tefephane) or Delegated Gonsullan6'Conlraclor) .� (Fax Mum,bcr) PJAIL TO: ASUESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL CPASION TEXAS DEPARTMENT OF HIZA.LT11 'Faxes aro Clot a ccopied' PO BOX :43538 'Faxes arc rot accepted' a AUSTIN.TX 78714.3530 PH: 512-B34-156M 1-80-572-5548 Far APE1r5, dated 07129:02, Re-Paces TOM form Mod 0711`3/01.For assistance in compfafrng rarm,call f-8;L-572-5548 ilFJ IGV27104 SC-S$ r PART DA ADDITIONAL SPECIAL CONDITIONS A l 2002113_Spem_Water 05-03— MC&c PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS ...............................4 DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMITTED)..................................4 DA-3 PIPE ENLARGEMENT SYSTEM (OMITTED)...................... ............................4 DA-4 FOLD AND FORM PIPE (OMITTED)..................................................................................4 DA-5 SLIPLINING (OMITTED).....................................................................................................4 DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT..............................................................4 DA-7 TYPE OF CASING PIPE............................... .....................................................................7 DA-8 SERVICE LINE POINT REPAIR I CLEANOUT REPAIR (OMITTED) ................................. 7 DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION (OMITTED).......7 DA-10 MANHOLE REHABILITATION (OMITTED).................... ......................7 DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMITTED) ...................7 DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM (OMITTED).....8 DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM (OMITTED)..................................8 DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM (OMITTED)..........................8 DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM (OMITTED)......... .............. 8 DA-16 INTERIOR MANHOLE COATING; PERMACAST SYSTEM WITH EPDXY LINER (OMITTED)...............................................................•.......... .................................8 -- DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMITTED)..........................8 DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMITTED) ...................................................... 8 DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OMITTED)....................................8 DA-20 PRESSURE GROUTING (OMITTED).................................................................................8 DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMITTED)................................. 8 DA-22 FIBERGLASS MANHOLES (OMITTED)............................................................................. 8 DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES (OMITTED)......... 8 DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER ................................................... 9 DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS (OMITTED)........................................9 DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE (OMITTED)................................9 DA-27 GRADED CRUSHED STONES................... ..........,.•..9 DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE (OMITTED) ..............................................9 DA-29 BUTT JOINTS - MILLED (OMITTED).................................................................................9 DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) (OMITTED)......................................... 9 DA-31 REPLACEMENTOF 7"CONCRETE VALLEYGUTTER (OMITTED)...................................9 DA-32 NEW 7" CONCRETE VALLEY GUTTER (OMITTED).........................................................9 DA-33 NEW 4" STANDARD WHEELCHAIR RAMP (OMITTED)................................................... 9 DA-34 8" PAVEMENT PULVERIZATION (OMITTED)...................................................................9 DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ................................. 9 M DA-36 RAISED PAVEMENT MARKERS (OMITTED).................................................................. 10 DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING (OMITTED)... 10 DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL (OMITTED) ....................................................................................................................... 10 DA-39 ROCK RIPRAP - GROUT - FILTER FABRIC ................... ................................ 11 DA-40 CONCRETE RIPRAP (OMITTED) ................. ................. 14 DA-41 CONCRETE CYLINDER PIPE AND FITTINGS DA-42 CONCRETE PIPE FITTINGS AND SPECIALS...............•... .................. 14 DA-43 UNCLASSIFIED STREET EXCAVATION (OMITTED)...................................................... 15 DA-44 6" PERFORATED PIPE SUBDRAIN (OMITTED)............................................................. 15 DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS (OMITTED) ...................................... 15 DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION ...................................................... 15 2002113 Specs Wafer 05-03 PartOA-doc ASC-1 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-47 PAVEMENT REPAIR IN PARKING AREA (OMITTED) .................................................... 15 DA-48 EASEMENTS AND PERMITS.;......................................................................................... 15 DA-49 HIGHWAY REQUIREMENTS ........................................................................................... 16 DA-50 CONCRETE ENCASEMENT.....,...................................................................................... 16 DA-51 CONNECTION TO EXISTING STRUCTURES.................................................................. 16 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMITTED).................... 16 DA-53 OPEN FIRE LINE INSTALLATIONS (OMITTED) ............................................................. 16 DA-54 WATER SAMPLE STATION ............................................................................................ 16 DA-55 CURB ON CONCRETE PAVEMENT................................................................................ 17 DA-56 SHOP DRAWINGS ........................................................................................................... 17 DA-57 COST BREAKDOWN ...................... ....... 18 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY (OMITTED).................... 18 DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP (OMITTED)...................................................... 18 DA-60 ASPHALT DRIVEWAY REPAIR (OMITTED).................................................................... 18 DA-61 TOP SOIL................ DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (OMITTED) .... 18 DA-63 BID QUANTITIES . .. 19 DA-64 WORK IN HIGHWAY RIGHT OF WAY........................... ., .. DA-65 CRUSHED LIMESTONE (FLEX-BASE)........................................................................... 19 DA-66 OPTION TO RENEW (OMITTED)..............................................,...................................... 19 DA-67 NON-EXCLUSIVE CONTRACT (OMITTED)..................................................................... 19 DA-68 CONCRETE VALLEY GUTTER (OMITTED) .................................................................... 19 DA-69 TRAFFIC BUTTONS (OMITTED) ..................................................................................... 19 DA-70 PAVEMENT STRIPING (OMITTED) ................................................................................. 19 DA-71 H.M.A.C. TESTING PROCEDURES (OMITTED).............................................................. 19 DA-72 SPECIFICATION REFERENCES .....................................................................................20 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTERICONTROL VALVE AND BOX (OMITTED)......................................................................................................20 DA-74 RESILIENT-SEATED GATE VALVES ........................:..................................................... 20 DA-75 EMERGENCY SITUATION, JOB MOVE-IN OMITTED 20 -- DA-76 1 '/2" & 2" COPPER SERVICES_....... ............................................................................. 20 DA-77 SCOPE OF WORK (UTIL. CUT) (OMITTED).......................... 20 DA-78 CONTRACTOR'S RESPONSIBILTY(UTIL. CUT) (OMITTED) ........................................ 20 DA-79 CONTRACT TIME (UTIL. CUT) (OMITTED)..............................................................-...... 20 DA-80 REQUIRED CREW PERSONNEL& EQUIPMENT (UTIL. CUT) (OMITTED)................... 20 DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMITTED)...................................... 20 -. DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (OMITTED).......................................................... 20 DA-83 PAVING REPAIR EDGES (UTIL. CUT) (OMITTED).................. ............................... 20 DA-84 TRENCH BACKFILL (UTIL. CUT) (OMITTED)................................ ................... 21 DA-85 CLEAN-UP (UTIL CUT) (OMITTED)............................ ................................................... 21 DA-86 PROPERTY ACCESS (UTIL. CUT) (OMITTED)............................................................... 21 DA-87 SUBMISSION OF BIDS (UTIL. CUT) (OMITTED)..........................................,.................. 21 DA-88 STANDARD BASE REPAIR FOR UNIT i (UTIL. CUT) (OMITTED)..................................21 DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) (OMITTED)................ 21 DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (OMITTED)................................................ 21 DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (OMITTED) ................................... ...... ................................................. ................. ...... 21 DA-92 MAINTENANCE BOND (UTIL. CUT) (OMITTED)................ .......... 21 2002113 Specs_Water 05-03—PartDA.doc ASC-2 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-93 BRICK PAVEMENT (UTIL. CUT) (OMITTED) .................................................................. 21 DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) (OMITTED)............................................... 21 DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMITTED) ........................................ 21 DA-96 REPAIR OF STORM DRAINI STRUCTURES (UTIL. CUT) (OMITTED)........................... 21 DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) (OMITTED) ...................................................... 21 A DA-98 UTILITY ADJUSTMENT (UTIL. CUT) (OMITTED) DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) (OMITTED) .............................................................. ................................... 21 DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMITTED)......................... 21 DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMITTED)........................................... 21 DA-102 PAYMENT (UTIL. CUT) (OMITTED)................................................................................. 21 DA-103 DEHOLES (MISC. EXT.) (OMITTED) .......... ...... ............................................................. 21 DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMITTED)............................................. 21 DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.).................................................... 21 DA-106 BID QUANTITIES (MISC. EXT.) (OMITTED).................................................................... 22 DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMITTED)............................................................... 22 DA-108 FLOWABLE FILL (MISC. EXT.) (OMITTED)............................... ...................:.:................ 22 DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) (OMITTED)................................................ 22 I DA-'110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) (OMITTED) .................. 22 DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) (OMITTED)................................... 22 DA-'112 MOVE IN CHARGES (MISC. REPL.) (OMITTED)............................................................ 22 DA-113 PROJECT SIGNS (MISC. REPL.) (OMITTED). . 22 DA-'114 LIQUIDATED DAMAGES (MISC. REPL.) (OMITTED)...................................................... 22 DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.)...................................................... 22 DA-116 FIELD OFFICE .................,,..............,.....,......................................................................... 22 DA-117 TRAFFIC CONTROL PLAN.............................................,. .,,.................,,....... 23 DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS....................... 23 IDA-200 TUNNEL LINER PLATE ......................... 23 DA-201 STEEL PIPE..................................................................................................................... 24 DA-202 BAR-WRAPPED CONCRETE CYLINDER PIPE .............................................................. 45 DA-203 SLOW CLOSING COMBINATION AIRIVACUUM VALVES .................................•...........56 DA-204 GATE VALVES............................... ...................... .......................................................... 56 DA-205 DUCTILE IRON PIPE.................................•,.....,.............,...,.......,....................,................ 56 DA-206 POLYETHYLENE ENCASEMENT OF DIP. 61 2402113 Specs Water 05-03 ParfDA.doc ASC-3 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS The City reserves the right to abandon without obligation to the contractor, any part of the project, or the entire project, at any time before the contractor begins any construction work authorized by the City. Award, if made, shall be to the lowest responsible bidder. The following shall apply for contract documents with multiple units of work. Each unit represents a separate project, each with an individual MIWBE specification and proposal section. The proposal sections are arranged to allow prospective bidders to submit bids on one unit, some of the units, or all of the units. Award of contracts), if made, shall be to the lowest responsible bidder for each individual unit. If a contractor is the low bidder on two units or more, a single set of contract documents consisting of all applicable units will be created and one single award of contract shall be made. The Contractor shall comply with the City's MIWBE Ordinance for the applicable unit or combination of units and shall submit monthly M/WBE reports for the applicable unit or combination of Units.. Construction time on all units will run concurrently. For situations involving approved contracts with multiple units, the total allowable construction completion time period for all the units shall be the same as the unit with_the _longest construction time period. The Contractor shall comply with the City's MIWBE Ordinance on each unit unless MfWBE goals are provided for all possible combination of units. 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: A, 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI 1336.10 and the following: a. Field Strength: 35,000 psi minimum. 2002113-Specs-Water 05-03 ParfDR.doc ASC-4 PART DA - ADDITIONAL SPECIAL CONDITIONS b. Wall thickness: 0.312 in. minimum (0.5 for railroad crossings). C. Diameter: As shown on the drawings (minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS D1.1. 2, Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract documents. 3. 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. LXECU TION 1. Where pips; is required to be installed under railroad embankments or under highways, streets or other facilities in other than open cut, construction shall be A 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. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection 2002113—Specs—Water 05-03 PartOA.doc ASC-5 PART DA - ADDITIONAL SPECIAL CONDITIONS with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted. b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed 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. 4. Installation of Carrier Pipe in Casing: a. 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- Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified. C. The Contractor shall prevent over-belling the pipe while installing it through the casing- A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. d. At all bored, jacked, or tunneled installations, the annular space between the carrier pipe and 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 pians 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- 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 o5 sufficient strength of support the overburden, The Contractor shall submit the proposed liner method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud-jacked. 2002113 Specs water 05-03 PartDA.doc ASC-6 PART DA - ADDITIONAL SPECIAL CONDITIONS C. Access holes for placing concrete shall be space at maximum intervals of 10 feet. d. Refer to DA-200 for minimum requirements for tunnel liner plate. 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 s. 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 n 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 AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1- 15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: - A. For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. B. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe e 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. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. DA-8 SERVICE LINE POINT REPAIR / CLEANOUT REPAIR (OMITTED) DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION (OMITTED) DA-10 MANHOLE REHABILITATION (OMITTED) lo, DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMITTED) t 2002113_Specs Wafer 0�03_Par?0A.doc ASC-7 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM (OMITTED) DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM (OMITTED) DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM (OMITTED) DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM (OMITTED) DA-16 INTERIOR MANHOLE COATING. PERMACAST SYSTEM WITH EPDXY LINER (OMITTED) DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM (OMITTED) DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMITTED) DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OMITTED) DA-20 PRESSURE GROUTING (OMITTED) r DA-21 VACUUM TESTING OF REHABILITATED MANHOLES (OMITTED) DA-22 FIBERGLASS MANHOLES (OMITTED) DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES (OMITTED) 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. 140 "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. 110 "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. 2002113_Specs_Water 05-03_PartDA.doc ASC-8 PART DA - ADDITIONAL SPECIAL CONDITIONS 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 (OMITTED) DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE (OMITTED) 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 0" 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 REPLACEMENTOF 7-CONCRETE VALLEYGUTTER (OMITTED) DA-32 NEW 7" CONCRETE VALLEY GUTTER (OMITTED) " DA-33 NEW 4" STANDARD WHEELCHAIR RAMP (OMITTED) DA-34 8" PAVEMENT PULVERIZATION (OMITTED) DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) The following specifications are for the furnishing and placing of reinforced concrete pavement or base as shown on detail and as directed by the Engineer, A. GENERAL: Reinforced concrete pavement or base shall conform to Specification Item No. 314 herein except for finishing and curing. B. FINISHING: The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The surface shall be flush with the adjacent pavement and shall have a finish similar to the surrounding pavement. The surface shall be even and shall provide a smooth ride. 2002133 Spees_Water 05-03 PartDA.doc ASC-9 PART DA - ADDITIONAL SPECIAL CONDITIONS C. CURING: The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing compound conforming to the requirements of ASTM C-309, Type 2, white-pigmented compound, which shall not produce permanent discoloration of the concrete. Concrete shall be allowed to cure for seven days or test cylinders reach 39917 psi before removal of barricades. D. EXECUTION: Included in this item will be the removal of the existing reinforced concrete pavement. The existing pavement shall be sawed so as to maintain an even, straight pavement cut. The existing reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before lapping. The following work method will be performed on each utility cut: 1. Place safety signs, barricades and/or other warning devices where necessary.and as required. 2. Replace pavement to nearest joint. 3. Maris out the damaged area with keel, chalk line or paint being sure to include all areas -" requiring repair. 4. Saw cut along marked lines a minimum of two (2) inches deep. 5. Remove existing concrete. 6- Form joints and place reinforcing steel and Dowel Bars (as required) according to standard specifications. 7. Place and finish concrete. 8. Clean up job site, removing all debris. 9. Maintain traffic control devices to protect the area until the concrete has cured seven days or concrete reaches 3000 psi compressive strength. E. PAYMENT: Payment shall be made at the unit price per linear foot as shown on the proposal and shall be full compensation for furnishing all labor, materials, equipment tools and incidentals necessary to complete the work. DA-36 RAISED PAVEMENT MARKERS (OMITTED) DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING (OMITTED) DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL{OMITTED) 2002173_Specs ware 05-03_PafIDA.doc ASC-1 0 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-39 ROCK RIPRAP - GROUT- FILTER FABRIC A. GENERAL: 1. General Conditions, Supplemental Conditions, applicable requirements of Division 1 - General Requirements and the North Central Texas Council of Governments (NCTCOG) Standard Specifications, are hereby made a part of this section. = 2. This item shall govern for the installation of rock riprap of the various sizes shown on the plans. } B. DESIGN CRITERIA: 1. The toe of the riprap revetment shall be entrenched in stable channel bottoms. If the _ channel bottom is not stable, the design shall incorporate other requirements needed to stabilize the revetment toe. 2. The channel side slope shall be as shown on the drawings. 3. Engineering filter fabric material shall be placed underneath the riprap. 4. Riprap shall extend up the bank to an elevation where vegetation will provide adequate protection. See cross sections. -- C. PRODUCT: 1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to insure permanence in the structure. It shall be free from cracks, seams and other defects that would tend to increase deterioration. Rock shall be reasonably well graded between the following prescribed limits: Sieve Size Square Mesh) Percent Passing 24" 24 inchT 100 y Riprap 18 inch 80-90 12 inch 45-55 6 inch 0-20 Sieve Size (Square Mesh) Percent_ Passing 18" 18 inch 100 Riprap 12 inch 60-85 6 inch 15-45 3 inch 0-15 2. RIPRAP 'WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid cubic foot (min.) calculated from the bulk specific gravity (saturated surface dry). 2002113—Specs—Water 45-03_PartDA.doc ASC-11 DART DA - ADDITIONAL SPECIAL CONDITIONS, 3. FILTER FABRIC BLANKET: Approved Manufacturer: 0 Supac - Heavy Grade 8NP (UV) • Trevira 0111280 • Amoco 4553 • or Equal Heavy Grade 4. RIPRAP GROUTING a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand, manufactured sand, or a combination of natural and manufactured sands. The grading and uniformity of the fine aggregate shall conform to the following requirements as delivered to the mixers: Sieve Designation, U.S. Permissible Limits Standard Square Mesh Percent by Weight, Passing - 318 in. (9.5 mm) 100 ■ No. 4 (4.75 mm) 95 - 100 No. 8 (2.36 mm) 80- 95 No. 16 (1.18 mm) 55- 75 No. 30 (600 um) 30- 60 No. 50 (300 um) 12 - 30 No. 100 (150 um) 2 - 10 D. EXECUTION: 1. CONSTRUCTION: & The channel side slope and the toe excavation shall be prepared to the required lines and grades. b. Filter fabric and riprap shall be placed in succession to the required thicknesses and elevations. Riprap shall be hand placed around structures to prevent damage to the structures. 2. INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall be placed in the manner and at the locations shown on the drawings. At the time of Installation, the geotextile shall be rejected if it has defects, rips, holes, flaws, deterioration or damage incurred during manufacture, transportation or storage. The surface to receive the geotextile shall be prepared to a relatively smooth condition free of obstructions, depressions, debris, and soft or low density pockets of material. Erosion features such as rills, gullies, etc. must be graded out of the surface before geotextile placement. The geotextile shall be placed with the long dimension perpendicular to the centerline of the channel and laid smooth and free of tension, stress, folds, wrinkles, or -~ creases. The strips shall be placed to provide a minimum width of 24-inches of overlap for each joint. Temporary pinning of the textile to help hold it in place until the rock riprap is placed. The temporary pins shall be removed as the riprap is placed to relieve high tensile stress which may occur during placement of material on the geotextile, The specified placement procedure requires that the length of the geotextile be greater than the actual slope length. The Contractor shall adjust the actual length of the geotextile I2002113—Specs—Water 05-03 ParIDA-doc ASC-12 PART DA - ADDITIONAL SPECIAL CONDITIONS used based on initial installation experience. The geotextile shall be protected at all times during construction f-om contamination by surface runoff and any geotextile so contaminated shall be removed and replaced with uncontaminated geotextile. Any geotextile damaged during its installation or during placement of riprap shall be replaced by the Contractor at no cost to the Owner. i he work shall be scheduled so that the covering of the geotextile with a layer of the specified material is accomplished within seven (7) calendar days after placement of the geotextile. Failure to comply shall require replacement of geotextile. The geotextile shall be protected from damage prior to and during the placement of rock riprap. Before placement of gabion units,. the Contractor shall demonstrate that the placement technique will prevent damage to the geotextile. In no case shall any type of equipment be allowed on the unprotected geotextile. 3. RIPRAP PLACEMENT: Stone for riprap shall be placed on the filter fabric blanket in such a manner as to produce a reasonably well graded mass of rock with the minimum practicable percentage of voids and shall be constructed within the specified tolerance to the lines and grades shown on the drawings. Then intent of these specifications is to require placement of riprap to the thickness shown and to allow isolated stones to extend as much as six inches above grade. Riprap shall be placed to its full course thickness at one operation and in such a manner as to avoid displacing the fabric. The larger stones shall be well distributed and the entire mass of stones in their final position shall conform to the gradation specified hereinbefore. The finished riprap shall be free from objectionable pockets of small stones and clusters of larger stones. The desired distribution of the various sizes of stones throughout the mass shall be obtained by selective loading of the material at the quarry or other source, by controlled dumping of successive loads during final placing, or by other methods of placement which will produce the specified results. Rearranging of individual stones, by mechanical equipment or by hand will be required to the extent necessary to obtain a reasonably well _ graded distribution of stone specified above, The Contractor shall maintain the riprap protection until accepted_ Any material displaced by any cause shall be replaced at his erosion to the lines and grades shown on the Drawings. 4. GROUT PLACEMENT: Grout shall be composed of cement, water and air-entraining admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of sand, sufficient water to produce a workable mixture, and that amount of admixture which will entrain sufficient air to produce durable grout, as determined by the ENGINEER. Sand for grouting shall conform to the requirements of paragraph: FINE AGGREGATE. The grout shall be mixed in a concrete mixer in the manner specified for concrete except that the time of mixing shall be increased to that necessary to produce a mixture having a consistency such as to permit gravity flow into the interstices of the riprap with the help of limited spading and brooming. The grout shall be used in the work within a period of one (1) hour after mixing. Retempering of ground will not be permitted. Riprap shall not be grouted when the ambient temperature is below 35 degree F. or above 95 degrees F. unless approved by the ENGINEER in writing; nor when the grout, without special protection, is likely to be subjected to freezing temperatures before final set has occurred. Prior to grouting, all surfaces of riprap shall be wetted. The riprap shall be grouted in successive longitudinal strips, approximately 10 feet in width, commencing at the lowest strip and working up the s'ope. Grout shall be brought to the place of final deposit by approved means, and in no case will grout be permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately after dumping the batch of grout, it shall be distributed over the surface of the strip by the use of brooms and the grout worked into 2002113 Specs_water 05-03 PartDA.doc ASC-13 PART DA - ADDITIONAL SPECIAL CONDITIONS place between stones with suitable spades, trowels, or vibrating,equipment. As a final operation, the grout shall be removed from the top surfaces of the upper stones and from pockets and depressions in the surface of the stone protection. After completion of any strip as specified, no workman or any load shall be permitted on the grouted surface for a period of at least 24 hours. The grouted surface shall be protected from rain, flowing water, and mechanical injury. The surface of all grouted riprap shall be cured by keeping the surface continuously wet for a period of not less than 7 days. E. MEASUREMENT AND PAYMENT 1. FILTER FABRIC: Filter fabric will be measured by the square yard for material used including that required at toes and thickened edges of riprap. Payment for filter fabric will be made at the contract unit price per square yard which includes all plant, labor, material, and all installation costs in-place, complete. 2. STONE RIPRAP: Stone (rock) riprap will be measured by the cubic yard using actual plan dimensions. Payment for riprap will be made at the contract unit price per cubic yard which includes all plant, labor, material, and installation costs in-place, complete. 3, •GROUT: Grout for rock riprap will be measured by the square yard using actual plan dimensions. Payment for grout will be made at the contract unit price per square yard which includes all plant, labor, material, and installation costs in-place, complete. DA-40 CONCRETE RIPRAP (OMITTED) DA-41 CONCRETE CYLINDER PIPE AND FITTINGS Concrete cylinder pipe on this project shall be Class 150 A.W.W.A. C-303 pretensioned concrete a cylinder pipe or Class 150 AWWA C-301 prestressed concrete cylinder pipe as specified on the plans and manufactured in accordance with Material Standard E1-4 contained in the General Contract documents. Payment for work such as backfill, bedding, blocking, excavation and all other �- associated appurtenances; required, shall be included in the Linear Foot price of the pipe and lump sum for the pipe fittings in the appropriate 61D ITEM(S). DA-42 CONCRETE PIPE FITTINGS AND SPECIALS Bidders shall submit the following for C-303 pretensioned concrete cylinder pipe to be installed on this project: 1. A complete list of fittings and specials upon which the lump sum is bid. _ 2. Provide a unit price indicating the cost for furnishing and installing each of the various items of fittings and specials. The lump sum as bid in the Proposal shall be payment in full for all fittings and specials necessary for the construction of the project as designed. Payment for the installation of the pipe fittings, specials, and random lengths shall be included. Should the Engineer approve any changes to the fittings, specials or random pipe lengths listed as justifying the amount bid in the Proposal, the price submitted with the Proposal shall be used to determine the increase or decrease in the value of the lump sum of the Proposal, and the Contractor shall be paid on the basis of this adjusted value under that bid item. �* 2002113-Specs-Water as-os_Partoa.doc ASC-14 PART DA - ADDITIONAL SPECIAL CONDITIONS DAA3 UNCLASSIFIED STREET EXCAVATION (OMITTED) -� DA-44 6" PERFORATED PIPE SUBDRAIN (OMITTED) DA-46 REPLACEMENT OF 4" CONCRETE SIDEWALKS (OMITTED) DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION Unless an alterternate sequence of construction is submitted by the Contractor and approved by the City, the City is requiring that the following sequence of construction be utilized in the construction of this project- UNIT 1 Contractor to install and place in service the 30-inch pipeline from Station 0+00 to Station 8+25 a 30-inch gate valve and the 16-inch water pipeline from Station 0+00 to Station 16+11.70 (end). The 8-inch connection at Station 6+10 on Sheet C1 will also be installed and place in service as part of the initial construction. This construction will occur initially and the testing, flushing and placement into service will occur without delay while the remainder of the 30-inch pipeline is constructed. Initial constructio'n of this line segment is intended to provide service to the existing water systems. UNIT 2 Construct 30-inch Water Line Improvements UNIT 3 Construct 30-inch Water Line Improvements The large diameter transmission mains shall be installed, disinfected, approved for operation prior to May 6, 2006. After the work start date has been established, the selected contractor shall be required to submit the beginning and ending dates for all segments of the work (including pavement repair). The contractor shall not be allowed to begin work (but time charges will begin on the project) until the preferred sequence of construction and the start and end work dates for each A segment have been submitted to the City. Contractor shall be aware that pressure testing for Unit 2 will not be conducted until after successful completion of pressure testing of Unit 1. No additional remobilization expense will be allowed. Contractor shall be aware that pressure testing for Unit 3 will not be conducted until after successful completion of pressure testing of Unit 1 and Unit 2. No additional remobilization expense will be allowed. DA-47 PAVEMENT REPAIR IN PARKING AREA(OMITTED) DAA8 EASEMENT'S AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permit, both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts. No 2002113 specs Water 05-03_ParfDA.doc ASC-15 PART DA - ADDITIONAL SPECIAL CONDITIONS work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's atterrtion is directed to the easement description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits. Where the pipeline crosses privately owned property, the easements and construction areas are ' shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. DA-49 HIGHWAY REQUIREMENTS The Texas Department of Transportation requirements pertaining to the construction of this project are enclosed herein and made part of these specifications. DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the y General Contract Documents. Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents, Prior to concrete placement, a gasket, RAM- Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. '4 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. 2002113 Specs Water 45-03_PartOA.doc ASC-16 PART DA - ADDITIONAL SPECIAL CONDITIONS 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 314-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 capper 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 (33) minutes after the concrete in the slab. SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three thousand (3,0410 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 -ry 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require. Such review by the Engineer shall include checking for general conformance with the design concept of the project and general compliance with information given in the General Contract Documents. Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are specifically identified by the method 2002113 Specs wafer 05-03_PartDA.doc ASC-17 PART DA - ADDITIONAL SPECIAL CONDITIONS described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. if deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the jab site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound -- form. 2. Shop drawings shall be submitted for the following items prior to installation: Shop drawing requirements are described in some of the material specifications. 3. Address for Submittals - The submittals shall be addressed to Rakesh Chaubey: Rakesh Chaubey City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN In order to establish a basis upon which partial payments to the Contractor may be authorized, --- immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY (OMITTED) DA-69 H.M.A.C. MORE THAN 9 INCHES DEEP (OMITTED) DA-60 ASPHALT DRIVEWAY REPAIR (OMITTED) I 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. DA-67 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (OMITTED) 2002113—Specs—Water05-03_PartDA.doc ASC--1$ PART DA - ADDITIONAL SPECIAL CONDITIONS DA-63 BID QUANTITIES T 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 C44.3 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, r 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 Sturm Drain Construction for the City of Fort Worth Transportation and Public Works Department. DA-66 OPTION TO RENEW (OMITTED) ! DA-67 NON-EXCLUSIVE CONTRACT (OMITTED) DA-68 CONCRETE VALLEY GUTTER (OMITTED) 1 DA-69 TRAFFIC BUTTONS (OMITTED) loll DA-70 PAVEMENT STRIPING (OMITTED) DA-71 H.M.A.C. TESTING PROCEDURES (OMITTED) 2002113 5pecs_Water 05-03-partDA.doc ASC-19 r PART DA - ADDITIONAL SPECIAL CONDITIONS DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTERICONTROL VALVE AND BOX (OMITTED) DA-74 RESILIENT-SEATED GATE VALVES Any resilient-seated gate valves supplied for this contract shall conform to Material Standard rt` 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 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 '/z" 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 'hounding tube" specifically made for that purpose. Payment for all work and materials associated with 1 '/2 " and 2" copper services shall be included in the price of the appropriate bid item. DA-77 SCOPE OF WORK (UTIL. CUT)(OMITTED) DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) (OMITTED) DA-79 CONTRACT TIME (UTIL. GUT) (OMITTED) DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) (OMITTED) DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) (OMITTED) DA-82 LIQUIDATED DAMAGES (UTIL. CUT) (OMITTED) DA-83 PAVING REPAIR EDGES (UTIL- CUT) (OMITTED) 2002113 Specs-Water 05-03 PadDA.doc ASC-20 i ti 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 III (UTIL. CUT) (OMITTED) DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) (OMITTED) DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) (OMITTED) w DA-92 MAINTENANCE BOND (UTIL. CUT) (OMITTED) DA-93 BRICK PAVEMENT (UTIL. CUT) (OMITTED) DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) (OMITTED) DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) (OMITTED) DA-96 REPAIR OF STORM DRAINI 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-190 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) (OMITTED) DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) (OMITTED) DA-102 PAYMENT (UTIL. CUT) (OMITTED) DA-103 DEHOLES (MISC. EXT.) (OMITTED) DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) (OMITTED) DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) Care shall be taken to keep all water extensions clean and free from foreign objects. Chlorinated lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe laying, water shall be introduced slowly for sterilization, after which the extension shall be thoroughly 2002113—Specs—Water 05-03 PartDA.doc ASC-21 PART DA - ADDITIONAL SPECIAL CONDITIONS flushed with clean water. Risers shall be installed, as directed by the Engineer, for flushing and for providing sample points for bacteria tests. The water main extensions of the project shall be tested under normal line pressure and any leaks observed shall be immediately repaired. 4 DA-106 BID QUANTITIES (MISC. EXT.) (OMITTED) DA-107 LIFE OF CONTRACT (MISC. EXT.) (OMITTED) DA-108 FLOWABLE FILL (MISC. EXT.).(OMITTED) DA-109 BRICK PAVEMENT REPAIR (MISC. REPT".) (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. REPT-.) Because of the unique nature of this contract, the number of trench safety system designs required is not known at the time bids are received. While the contractor is still bound by the latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Subpart P-Excavations as detailed in D-26 Trench Safety System, it is the City's intention that all costs incurred by the Contractor in acquiring trench safety designs be included in the unit price bid for Job Move in. DA-116 FIELD OFFICE As specified in Part C, General Conditions C5-5,6, the contractor shall provide a field office exclusively for the City of Fort Worth Construction Manager and coordination meetings for the following: A. Temporary field office shall be established on the job site where approved or directed by the Engineer, adequately furnished. B. Contractor shall provide either a separate building or a partitioned-off space of at least 140 sq ft �. of floor space with solid lockable door in Contractor's building for the exciusive use of the City of Fort Worth Construction Manager throughout the period of construction. The temporary office shall be weathertight, have a tight floor at least 8-in off the ground and shall be insulated and suitably ventilated. The office shall be provided with janitor service, heating and cooling equipment, electrical wiring, outlets and fixtures suitable to light the tables and desk adequately as directed. Provide separate toilet facilities in the field office. 2002913_Specs_Water 05-03_PadDA.doc ASC-22 PART DA - ADDITIONAL SPECIAL CONDITIONS C. Provide the following furniture and equipment in the Construction Manager's office: -� 1. One plan table, 3-ft by 5-ft and one stool 2. Desk about 3-ft by 5-ft with desk chair 3. Two additional chairs 4. Two-drawer, fling cabinet with lock Field office shall also have available to the Construction Manager the following: 1. One conference table (6-ft). 2. Eight folding chairs. 3. First aid kit suitable for ten people with manual, American White Cross No. K10 or equal. 4. Duplicating machine, Xerox Model 10251 or equal. D Contractor shall furnish temporary light and power, including wiring, lamps and similar equipment as required to adequately light, all work areas and with sufficient power capacity to meet the reasonable needs of the Construction Manager. Contractor shall make all necessary arrangements with the local electric company for temporary electric service and pay all expenses in connection therewith and pay all electrical bills. DA-TIT 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 D-8 shall apply. A DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS The contractor shall coohnate his work with the work of other contractors on remaining units of this project. The contract documents indicate the starting and stopping points for each of the units of the project. The plans indicate "connecting to an existing pipeline" constructed by others and ending the line with the installation of a plug, If the start of the project cannot be connected to the previous unit, the contractor will begin his line with a plugged section of pipe. If the pipeline is constructed for the connecting unit the contractor shall connect his line with the adjoining unit in lieu of installation of a plug. Contractor will be paid for "connection" to existing line or installation of blind flanges based on �- the unit price bid for the water or sewer main. DA-200 TUNNEL LINER PLATE 1. Scope: These specifications cover cold-formed steel tunnel liner plates, fabricated to permit in-place assembly of a continuous steel support system. 2. Material: a. Plates: 'Liner plate shall be fabricated from structural quality hot-rolled carbon-steel sheets or plates conforming to ASTM Specification A--569. Galvanizing shall not be required. 2042113 Specs_Wafer 45-03_Paf1DA.doc ASC-23 .o, PART DA ADDITIONAL SPECIAL CONDITIONS i. 2 flange tunnel liner plate shall meet the following requirement as a minimum: 45" Nominal Diameter Thickness—0.075 Inches Area 1.152 Sq.1n.ILin.Ft. Moment of Inertia — 4.034 In. 411n. - Radius of Gyration --0.595 Inches Bolts per ASTM A-307 Grade A-- Not less than 51$" diameter b. 4 flange tunnel liner plate shall meet the following requirement as a minimum' 45" Nominal Diameter Thickness — 0.105 Inches Area — 0.804 Sq.In.ILin, Ft. Moment of Inertia -- 0.042 in. 4/1n. Radius of Gyration —0.792 Inches Bolts as per ASTM A-307 Grade A— Not less than 1/2" diameter c. installation: 1. Liner plate shall be assembled in accordance with manufacturer's instructions. 2. 2-inch diameter grout holes will be placed at the top of the tunnel in order to insure that grout is complete and continuous. In no case shall the space be more than 6 feet. d. Measurement and Pavement- 1. avement-1. The tunnel shall be measured in linear feet at the tunnel invert. 2. Payment will be in the unit price for "pipe installed by other than open cut". t, DA-241 STEEL PIPE 1.44 GENERAL 1.01 'WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install cement mortar lined and polyurethane coated steel pipe, fittings, and specials as specified and as required for the .� proper installation and function of the pipe. 1.02 QUALITY ASSURANCE A. EXPERIENCE REQUIREMENTS 1. Pipe shall be the product of one manufacturer which has had not less than five (5) years successful experience manufacturing pipe of the particular type and size indicated, or which has demonstrated an experience record that is satisfactory to the Engineer and Owner. The acceptability of this experience record will be thoroughtly 2002173 Specs_Water 05-03_PaHDA.dac ASC-24 PART DA - ADDITIONAL SPECIAL CONDITIONS investigated by the Engineer, and will be sole discretion of the Engineer and Owner. Pipe manufacturing operations (pipe, fittings, lining, coating) shall be performed at y one (1) location unless otherwise approved by the Engineer. 2- The lining shall be shop applied spun cement mortar lining. The manufacturer shall be certified under S.P.F.A. quality certification program for steel pipe and accessory manufacturing. B. OWNER TESTING AND INSPECTION 1. Pipe may be subject to inspection by an independent testing laboratory, which laboratory shall be selected and retained by the Owner. Representatives of the 4 laboratory or the Engineer shall have access to the work whenever it is in preparation or progress, and the Pipe Manufacturer shall provide proper facilities for access and for inspection- The Pipe Manufacturer shall notify the Owner in writing, a minimum of two (2) weeks prior to the pipe fabrication so that the Owner may advise the Manufacturer as to the Owner's decision regarding tests to be performed by an independent testing laboratory. Material, fabricated parts, and pipe, which are discovered to be defective, or which do not conform to the requirements of this specification shall be subject to rejection at any time prior to Owner's final acceptance of the product. y 2. The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slow downs" or other abnormal delays. In the event that an abnormal production time is required, and the Owner is required to pay excessive costs for inspection, then the Contractor shall be required to reimburse the Owner for such laboratory costs over and above those which would have been incurred under a normal schedule of production as determined by the Engineer. C. FACTORY TESTING The Manufacturer shall perform all tests as required by the applicable AVVWA standards and as listed herein. 1. CEMENT MORTAR LINING Shop-applied cement mortar linings shall be tested in accordance with AVANA C205. 2. POLYURETHANE COATING a. General: The polyurethane coating shall be tested in accordance with AWWA C210. Thickness: b. The thickness of the coating shallbe tested in accordance with SSPC PA2. The coating system applied' to the pipe shall be tested for holidays according to the procedures outlined in NACE RPO188 using a wet sponge holiday tester or a high voltage spark tester (operating at 100 volts per mil), for the dry film thickness specified of 35 mil. c. Adhesion Testing: 1) Polyurethane coatings or linings shall have an adhesion to steel of 1,500 pounds per square inch, minimum.. 2) Polyurethane coating adhesion to steel substrates shall be tested using pneumatic pull off equipment, such as HATE Model 108 or Delfesko Positest, 2002I13_Specs_iriater 05-03 PartDA.doc ASC-25 PART DA ADDITIONAL SPECIAL CONDITIONS in accordance with ASTM D4541 and AWWA 0222, except as modified in this section. 3) Adhesion testing records shall include pipe identification, surface tested (interior or exterior), surface temperature, coating thickness, tensile force applied, mode of failure, and percentage of substrate failure relative of doily surface. 4) Dollies or adhesion testing shall be glued to the coating surface and allowed to cure for a minimum of 12 hours. Because of high cohesive strength, polyurethane coatings shall be scored around the dolly prior to conducting the adhesion test. 5) Failure shah be by adhesive and cohesive failure only. Adhesive failure is defined as separation of the coating from the steel substrate. Cohesive failure �A is defined as failure within the coating, resulting in coating remaining both on the steel substrate and dolly. 6) Partial substrate and glue failure will be retested if the substrate failure is less than 50 percent relative of the dolly surface area and the applied tension was less-than the specified adhesion. Pipes that have partial adhesion will be rejected as a substrate adhesion failure. 7) Glue failures in excess of the minimum required tensile adhesion would be accepted as meeting the specified adhesion requirements. 8) Adhesion tests will be conducted on polyurethane pipe coating and lining independently (where applicable) and will be accepted or rejected independently of the other. 9) Repair patches on the polyurethane coating shall be randomly selected for adhesion testing in a manner as described herein and at the discretion of the coating inspector conducting the adhesion tests. Adhesion of repairs shall be as specified for the type of repair. 3. HYDROSTATIC PRESSURE TESTING a. Each joint of pipe shalt be hydrostatically tested prior to application of lining or coating. The Internal test pressure shall be that which results in a fiber stress equal to 75% of the minimum yield strength of the steel used. Each joint of pipe tested shall be completely watertight under maximum test pressure. As a part of testing equipment, the Pipe Manufacturer shall maintain a recording pressure gauge, reference number of pipe tested, etc. The pipe shall be numbered in order that this information can be recorded. b. Fittings shall be fabricated from hydrostatically tested pipe. Fittings shall be tested by hydrostatic test, air test, magnetic particle test, or dye penetrant test, -, Air test shall be made by applying air to the welds under 10 pounds per square inch pressure and checking for leaks around and through welds with a soap solution. 4. CHARPY V-NOTCH TEST Each heat of steel shall be tested to verify minimum impact values of 25 ft-Ib at 30°F. 5. MILL CERTIFICATION The Owner will require the Manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, and cement. The Manufacturer shall perform the tests described in AWWA C-2001, for all pipe, fittings, and specials. 2002113—Specs—Water 05-03 PartDA.doc ASC-26 PART DA - ADDITIONAL SPECIAL CONDITIONS 6. ABSORPTION TEST FOR MORTAR COATING Absorption test: A water absorption test shall be performed on samples of cured mortar coating taken from each working shift. The mortar coating samples shall have been cured in the same manner as the pipe. A test value shall consist of the average of a minimum of three samples taken from the same working shift, The test method shall be in accordance with ASTM C497, Method A. The average absorption value for any test shall not exceed 9 percent and no individual sample shall have an absorption exceeding 11 percent. 7. STRENGTH TEST FOR MORTAR COATING Strength of Coating: Tests shall be made of cured mortar coating for the purpose of qualifying the mortar coating machine and the mortar mix design. One inch (1") cubes shall be tested in accordance with ASTM C-149. The equivalent cylinder compressive strength of the mortar (4.74 times the cube strength) shall be not less than 5,544 psi in 28 days. D. MANUFACTURER'S TECHNICIAN FOR PIPE INSTALLATION 1. During the construction period, the Pipe Manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct as necessary in pipe laying and pipe jointing. The technician shall assist and advise the Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. The technician is not required to be on-site full time; however, the technician shall be on-site during the first two -� weeks of pipe laying and thereafter as requested by the Engineer, Owner, or Contractor. - 2. The pipe manufacturer shall provide services of polyurethane coating manufacturer's representative and a representative from the heat shrink joint manufacturer for a period of not less than 1 week at beginning of actual pipe laying operations to advise �. Contractor and Owner regarding installation, including but not limited to, handling and storage, cleaning and inspecting, coating repairs, field applied coating, heat shrink installation procedures and general construction methods and how they may affect pipe coating. The Manufacturer's Representative shall be required to return if, in the opinion of the Engineer, the polyurethane coating or the Contractor's construction methods do not comply with contract specifications at no additional cost to the Owner. Cost for the Manufacturer's Representatives to return to the site shall be at no additional cost to the Owner. 1.43 SUBMITTALS A. Submittals shall include: 1. Prior to the fabrication of the pipe, submit fabrication and laying shop drawings to the y Engineer. Drawings shall include a schematic location-profile and a tabulated layout schedule, both of which shall be appropriately referenced to the stationing of the proposed pipeline as shown on the plan-profile sheets. Drawings shall be based on -� the plans and specifications and shall incorporate changes necessary to avoid conflicts with existing utilities and structures. Drawings shall also include full details of reinforcement, and dimensions for pipe and fittings. Details for the design and 2002113 Specs Water 0503_PartDA.doc ASC-27 PART DA - ADDITIONAL SPECIAL CONDITIONS fabrication of all fittings and specials and provisions for thrust restraint shall be included. Where welded joints are required, drawings shall include proposed welding requirements and provisions for thermal stress control. 2. Prior to shipment of the pipe, the Pipe Manufacturer shall submit the following: a, A Certificate of Adequacy of Design stating that the pipe to be furnished complies with AWWA C-200, AWWA C-205, AWV'JA C-210, AWWA C-222, and these specifications. b, Copies of results of factory hydrostatic tests shall be provided to the Engineer. c. Mill certificates, including chemical and physical test results for each heat of steel. d, Polyurethane coating manufacturer's and heat shrink sleeve catalog sheets and technical information. �. e. A Certified Test Report from the polyurethane coating manufacturer indicating that the coatings were applied in accordance with manufacturer's requirements and in accordance with this specification. f. Certified test reports for welder certification for factory and field welds. g. Certified test reports for cement mortar tests. h. Certified test reports for steel cylinder tests and cement mortar tests- 1.04 STANDARDS Except as modified or supplemented herein, the steel pipe, coatings, fittings, and specials shall conform to the applicable requirements of the following standard specifications, latest edition: ANSUNSF Standard 61 AWWA C-2001 "Steel Water Pipe 6 Inches and Larger" AWWA C-205 "Cement-Mortar Protective Lining and Coating for Steel Water Pipe 4 Inches and Larger - Shop-Applied" AWWA C-206 "Field Welding of Steel Water Pipe" AWWA C-207 "Steel Pipe Flanges for Waterworks Service - Sizes 4 Inches thru 144 Inches" AVVWA C-208 "Dimensions for Steel Water Pipe Fittings" ` AWWA C-210 "Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines" AWWA C-216 "Heat Shrinkable Cross-Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines" .� AWWA C-222 "Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and Fittings" AWWA C-602 "Cement-Mortar Lining of Water Pipelines - 4 In. and Larger- In-Place" AWWA M11 Manual: "Steel Pipe - A Guide for Design and Installation'" ASTM C-33 "Specifications for Concrete Aggregates" 2002113—Specs—Water 05-03 PartDA.doc ASC-28 PART DA - ADDITIONAL SPECIAL CONDITIONS ASTM C-35 "Specifications for Inorganic Aggregates for Use in Gypsum Plaster" ASTM C-150 "Specifications for Portland Cement" ASTM E-155 "Practice for Liquid Penetrant Inspection Method" SSPC-SP-1 Steel Structures Painting Council - Solvent Cleaning SSPC-SP-10 Steel Structures Painting Council - Near-White Blast Cleaning SSPC-PA2 Steel Structures Painting Council - Measurement of Dry Paint Thickness with Magnetic Gages SSPC-PA Steel Structures Painting Council - A Guide to Safety /Guide 3 in Paint Application SSPC-PS Steel Structures Painting Council -A Guide for /Guide 17 Selecting Urethane Painting Systems ASTM D16 "Paint, Varnish, Lacquer, and Related Products" ASTM 522 "Mandrel Pend. Test of Attached Organic Coatings" 1.05 DELIVERY AND STORAGE A. PACKING 1. The pipe shall be prepared for shipment to afford maximum protection from normal hazard of transportation and allow pipe to reach project site in an undamaged condition, Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. ' 2. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant, the pipe lining shall be protected from drying by means of plastic end covers banded to the pipe ends. Covers shall be maintained over the ,pipe ends at all times until ready to be installed. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. 3. Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and specials shall be separated so that they do not bear against each other, and the whole load shall be securely fastened to prevent movement in transit. Ship pipe on padded bunks with tie-down straps approximately over stulling. Store pipe on padded skids, sand or dirt berms, tires, or other suitable means to protect the pipe from damage. Each end of each length of pipe, fitting, or special and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in place during storage, shipment, and installation. Pipe shall .be rotated so that one stull remains vertical during storage, shipment and installation. Stulls shall not be removed until pipe is laid and set to grade. 4. Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations to protect coating systems- 2002113-Specs-Water 05-03 P&IDA.doc ASC-29 PART DA - ADDITIONAL SPECIAL CONDITIONS B. MARKING FOR IDENTIFICATION Each joint of pipe and each fitting shall have plainly marked on one end, the class for ._ which it is designated, the date of manufacturer, and the identification number. The top centerlines shall be marked on all specials. C. POINT OF DELIVERY It is desired that pipe be hauled direct from pipe plant to the project site and strung along pipeline route, thus avoiding rehandling of pipe and the possibility of damage thereto. Where fully loaded truck and trailer cannot operate along the pipeline route, pipe may be unloaded at access points along the route, and brought to the trench side by approved methods, however, the Contractor shall be responsible that pipe is undamaged at the time of laying. 2.00 PRODUCTS 2.01 MATERIALS A. EXTERIOR POLYURETHANE COATING Polyurethane Coating shall meet the requirements of AWWA C-222. Use a Coating Standard ASTM D16, Type V system which is a 2-package polyisocyanate, polyol-cured urethane coating. The components are mixed in 1:1 ratio at time of application. The components shall have balanced viscosities in their liquid state and shall not require agitation during use. The plant-applied coating shall be a self priming, plural component, 100 percent solids, non-extended polyurethane, suitable for burial or immersion and shall be CORROPIPE 11 OMNI as manufactured by Madison Chemical Industries Inc., or equal Futura Coatings. The coating manufacturer shall have a minimum of five (5) years experience in the production of this type coating. The cured coating shall have the following properties: 1. Conversion to Solids by Volume: 97 percent plus or minus 3 percent. 2. Temperature Resistance: Minus 40 degrees F and plus 150 degrees F. 3. Minimum Adhesion: 1500 psi, when applied to steel pipe which has been blasted to comply with SSPC-SP10. 4, Cure Time: For handling in 1 minute at 120 degrees F, and full cure within 7 days at 70 degrees F. 5. Maximum Specific Gravities: Polyisoeyanate resin, 1.20. Polyol resin, 1.15. 6. Minimum Impact Resistance: 80 inch-pounds using 1-inch diameter steel ball. 7. Minimum Tensile Strength: 2000 psi. 8. Hardness: 55 plus or minus 5 Shore D at 70 degrees F. 9, Flexibility Resistance: ASTM D522 using 1-inch mandrel. Allow coating to cure for 7 # days. Perform testing on test coupons held for 15 minutes at temperature extremes specified above. 10. Dry Film Thickness_ 35 mils B. EXTERIOR POLYURETHANE COATING FOR SPECIALS, FITTINGS, REPAIR AND CONNECTIONS The shop-applied and field-applied coating shall be CORROPIPE-Il OMNI, and GP 11 (E) Touch-Up, respectively, as manufactured by Madison Chemicaf Industries or approved 20(]2113 Specs_Water 05-03_ParFUR.doc ASC-30 PART DA - ADDITIONAL SPECIAL CONDITIONS equal. The shop-applied and field-applied coating shall have the properties specified in paragraph 2.01A. Mix and apply polyurethane coatings in accordance with the coating - manufacturer's recommendations. C. CEMENT MORTAR LININGS Cement mortar linings shall be shop-applied for pipe sizes 96-inch and smaller. Shop-applied cement mortar linings shall conform to the requirements of AWWA 0205 with the following modifications; Sand used for cement mortar shall be silica sand ASTM C33. Curing of the linings shall conform to the requirements of AWWA C-205- D. CEMENT MORTAR COATING The outside mortar coating shall be shop applied, and shall be in accordance with AWWA 0205. Pipe to be laid in casing shall have two built-up rings of mortar each approximately 2' long and slightly higher than the pipe bell to prevent pipe bell to prevent pipe being supported by the bell. Rings shall have a minimum thickness of 2". Rings shall be at the quarter points of the pipe section. Mortar coating reinforcing shall be electrically continuous.with the steel cylinder. E. FLANGE NUTS AND 'BOLTS Bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low-alloy steel in accordance with ANSI/AWWA C1111A21 and ASTM A307, "Standard Specification for Carbon Steel Bolts and Nuts". For mechanical joints, the bolts and nuts shall be coated with a ceramic-filled, baked on fluorocarbon resin. Coated bolts and nuts shall be prepared "near white" or "whiten when coated to a thickness of 8 to 10 mils dry film thickness by a certified applicator. Coating shall be Xylan@) or approved equal. Coating shall conform to the performance requirements of ASTM 8117, "Salt Spray Test" and shall include, if required, a certificate of conformance. F. STEEL Steel shall meet the requirements of AWWA C200 and shall be of continuous casting. Steel shall be homogeneous and shall be suitable for field welding, fully kilned and fine austenitic grain size. G. BEND FITTINGS All bend fittings shall be long radius to permit easy passage of pipeline pigs. H. THREADED OUTLETS Where outlets or taps are threaded, furnish and install brass bushings for the outlet size indicated. 1. OUTLETS FOR WELD LEADS The Contractor may use outlets for access for weld leads. Outlets shall be welded after use. Outlet configuration shall be approved by the Engineer. J. FLEXIBLE JOINT COUPLINGS See Section 15136, MISCELLANEOUS VALVES AND APPURTENANCES. 2.02 MIXES A. MORTAR FOR INTERIOR JOINTS 2002113-Specs-Water 0 03 PartDA.doc ASC-31 PART DA - ADDITIONAL SPECIAL CONDITIONS Mortar shall be one part cement to two parts sand. Cement shall be ASTM C-150, Type I. Sand shall be of sharp silica base. Sand shall be plaster sand meeting ASTM C-35. Exterior joint mortar shall be mixed to the consistency of thick cream. Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. Water for cement mortar shall be treated and suitable for drinking water. B. MORTAR FOR PIPE PATCHING FOR SHOP-APPLIED CEMENT MORTAR LINING Mortar for patching shall be as per interior joints. C. BONDING AGENT Bonding agent for cement mortar lining patching shall be Probond Epoxy Bonding Agent ET-150, parts A and B, Sikadur 32 Hi-Mod, or approved equal. 2.03 MANUFACTURED PRODUCTS A. PIPE e- 1. PIPE DESIGN a. Steel pipe shall be designed, manufactured, and tested in conformance with AWWA C-200, AWWA Manual M-11, and with the criteria specified herein. Sizes and pressure classes (working pressure) shall be as shown on the drawings. For the purpose of pipe design, the transient pressure plus working pressure shall be 1.5 times the working pressure class specified. f=ittings, specials, and connections shall be designed for the same pressures as the adjacent pipe. Pipe design shall be based on trench conditions and the design pressure in accordance with AWWA Manual M-11; using the following parameters: Unit Weight of Fill (W) = 130pcf Live Load = AASHTO HS 20 Live Load = Coopers E80 at Railroads Trench Depth = As Indicated Deflection Lag Factor- (Di) = 1.1 Coefficient K = 0.10 Maximum Calculated Deflection - Dx = 2% (Polyurethane Coated Steel Pipe) Maximum Calculated Deflection - Dx = 1% (Polyurethane Coated Steel Pipe) Soil Reaction Modulus- (E`) �- 1,500 (Typical Trench Section) b. The fittings and specials shall be designed in accordance with AWWA C-208 and AWWA Manual M-11 except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Values, PDV, greater than 6,000. c. Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor and pipe supplier will be required to furnish alternate methods for pipe embedment. No additional compensation will be made to the Contractor by the Owner where this method is required. d. Trench depths indicated shall be verified after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. In no case shall pipe be installed deeper than its design allows. 2. PROVISIONS FOR THRUST ..., a. Thrust at bends, tees, or other fittings shall be resisted by restrained joints. Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. No thrust restraint �. 2402113_Speo:_Water 05-03 PailDR.doc ASC--32 PART DA - ADDITIONAL SPECIAL CONDITIONS contribution shall be allowed for pipe in casing unless the annular space in the casing is filled with grout. b. Restrained joints shall be used a sufficient distance from each side of the bend, tee, plug, or other fitting to resist thrust which develops at the design pressure of the pipe. For the purposes of thrust restraint, design pressure shall be 1.5 times the working pressure class. Restrained joints shall consist of welded joints. c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The length of pipe with restrained joints to resist thrust forces shall be determined by the Pipe Manufacturer in accordance with AWWA Manual M-11 and the following: 1) The Weight of Earth shall be calculated as the weight of the projected soil prism above the pipe. 2) Soil Density = 110 pcf(maximum value to be used). 3) Coefficient of Friction = 0.20 (maximum value to be used for polyurethane coated steel pipe). 4) The.above applies to unsaturated soil conditions. In locations where ground water is encountered, the soil density shall be reduced to its buoyant weight for all backfill 'below the water table, and the coefficient of friction shall be reduced to 0.15 for polyurethane coated steel pipe. 5) For horizontal bends, the length of pipe to be restrained shall be calculated as follows: For❑ less than 600 L = P A sin (A/2� f (We + W;p +Ww) For❑ greater than 600 L = PAO -cos ❑) f (We + Wp + Ww) L = Length of pipe to be restrained P = 1.5 times working pressure A = Cross sectional area of pipe steel cylinder I.D. A = Deflection angle We Weight of earth Wp = Weight of pipe Ww = Weight of water f= Coefficient of friction 3. INSIDE DIAMETER f The inside diameter, including the cement-mortar lining, shall be a minimum of the r nominal diameter of the pipe specified, unless otherwise indicated on the drawings. 4. WALL THICKNESS The minimum pipe wall steel thickness shall be 0.125" or pipe 0.D.1230, whichever is greater for pipe and fittings, with no minus tolerance. Where indicated on the plans, pipe and fittings shall have thicker steel pipe wall. The minimum steel wall thickness 2002113-Specs-Water 05-03 PartOA.doc ASC-33 PART DA - ADDITIONAL SPECIAL CONDITIONS shall also be such that the fiber stress shall not exceed 50% of the minimum yield strength of the steel, nor the following, at the specified working pressure, Maximum Stress at Pipe Type Working Pressure Polyurethane Coated Steel 23,600 psi Mortar Coated Steel 18,004 psi Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness of 0.25" or pipe 0.D.1144, whichever is greater. Pipe, fittings, and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 18,000 psi nor 50% of the steel yield strength at the thrust design pressure (1.5 times working pressure). 5. SEAMS Except for mill-type pipe, the piping shall be made from, steel plates rolled into cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be spirally formed and butt welded. There shall be not more than two (2) longitudinal seams, Girth seams shall be butt welded and shall not be spaced closer than 6' except in specials and fittings. 6. JOINT LENGTH Maximum joint length shall not exceed 50'. Maximum joint length of steel pipe installed in casing shall not exceed 25'. B. JOINT WRAPPERS FOR MORTAR COATED STEEL PIPE Joint wrappers shall be similar to those manufactured by Mar-Mac Manufacturing Company. C. HEAT SHRINK SLEEVES FOR POLYURETHANE COATED STEEL PIPE Heat shrink sleeves shall meet AWWA C216, as manufactured by Canusa, Rachem or approved equal. D. JOINT BONDS, INSULATED CONNECTIONS, AND FLANGE GASKETS Joints are to be bonded to provide electrical continuity along the pipeline. Use two clips per join where rubber gasket joints are used. No clips are required where joints are welded for thrust restraint_ E. BEND FITTINGS All bend fittings shall be long radius to permit passage of pipeline pigs. F. PIPE ENDS Pipe ends shall be either rolled spigot rubber gasket joint, Carnegie-shape rubber gasket, lap welded slip joints, butt strap joint, flanged joint, or flexible coupled joint. Pipe ends shall be welded or harnessed where indicated and as necessary to resist thrust forces. 1. RUBBER GASKET AND JOINT Joints shad conform to AWWA C-200 standard. The joints shall consist of a flared bell end formed and sized by forcing the pipe or a plug die or by expanding on segmental dies. The spigot end shall be a rolled spigot or carnegie shaped steel joint ring in accordance with AWWA C200 and as shown as Item F or H in 'Figure 8-1 on 2002i13 Specs_Watar 05-03 PaitDR_doc ASC-34 PART DA - ADDITIONAL SPECIAL CONDITIONS page 112 of the AWWA Manual M11, 4"' edition. The weldedarea of bell and spigot pipe ends shall be checked after forming by the dye penetrant or magnetic particle �- method. The difference in diameter between the I.D. of the bell and the O.D. of the spigot shoulder at point of full engagement with an allowable deflection shall be no more than ,00," to .04° as measured on the circumference with a diameter tape. The gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to AWWA C200. The joint shall be suitable for the specified pressure and a deflected joint with a pull of 314". Joints shall be of clearances such that water tightness shall be provided under all operating and test conditions with a pipe diameter deflection of 2%. 2. LAP WELDED SLIP JOINT a. Lap welded slip joint shall be provided in all locations for pipe larger than 60" and where joints are welded for thrust restraint. Ends of pipe, fittings, and specials for field welded joints shall be prepared with one (1) end expanded in order to receive a plain end making a bell and plain end type of joint. Clearance between the surfaces of lap joints shall not exceed 118" at any point around the periphery. b. In addition to the provisions for a minimum lap of 1-112" as specified in AWWA C- 200, the depth of bell shall be such as to provide for a minimum distance of 1" between the weld and the nearest tangent of the bell radius when welds are to be located on the inside of the pipe. c. Lap welded slip joints shall be welded from the inside for pipe diameters 42 and larger. Lap welded slip joints may be welded on the inside or outside for pipe diameters smaller than 42". 1 FOR FITTINGS WITH FLANGES Flanged joints shall be provided at connections to valves and where indicated. Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of AWWA C-207 and A"WA C-206. Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. Flanges shall match the fittings or appurtenances which are to be attached. 4. FLEXIBLE COUPLINGS Flexible couplings shall be provided where specified. See Section 15136, MISCELLANEOUS VALUES AND PIPELINE APPURTENANCES. Ends to be joined by flexible couplings shall be of the plain end type, prepared as stipulated in AWWA C-200. In addition, the welds on ends to be joined by couplings shall be ground flush to permit slipping the coupling in at least one (1) direction to clear the pipe joint, Harness bolts and lugs shall comply with AWWA Manual M-11. 5. BUTT STRAP CLOSURE JOINTS Where necessary to make closure to pipe previously laid, closure joints shall be installed using butt strap joints in accordance with AWWA C-206 and applicable provisions of this specification, G. FACTORY-APPLIED EXTERIOR POLYURETHANE COATINGS 1. Applicator qualifications: a. Equipment will be certified by the coating manufacturer to meet the requirements for material mixing, temperature control, application rate, and ratio control for multi-part coatings. 2002113-Specs-Water 05-03 PariDA.doc ASC-35 PART DA - ADDITIONAL SPECIAL CONDITIONS b. Equipment not meeting the written requirements of the coating manufacturer shall be resected for coating application until repairs or replacement of the equipment is made to the satisfaction of the Engineer. c. Personnel responsible for the application of the coating system shall have certification of attendance at the coating manufacturer's training class within the last three years. The certified applicator shall be present during all coating application work and shall have responsibility for controlling all aspects of the coating application. 2. Surface Preparation a. Visible oil, grease, dirt, and contamination shall be removed in accordance with SSPC-SP1, solvent cleaning. b. Surface imperfections such as metal slivers, burrs, weld splatter, gouges, or delaminations in the metal shall be removed by filing or grinding prior to abrasive surface preparation. c. In cold weather or when moisture collects on the pipe and the temperature of the pipe is less than 45 degrees, preheat pipe to a temperature between 45 and 90 degrees and 5 degrees above dew point. d. Pipe shall be cleaned by abrasive blasting with a mixture of steel grit and shot to produce the surface preparation cleanliness as specified. Recycled abrasive shall be cleaned of debris and spent abrasive in an air wash separator. e. Grit and shot abrasive mixture and gradation shall be adequate to achieve a sharp angular surface profile of the minimum depth specified. f. Protect prepared pipe from humidity, moisture, and rain. Keep pipe clean, dry, and free of flash rust. All flash rust, imperfections, or contamination on cleaned pipe surface shall be removed by reblasting prior to primer application. g. Priming and coating of pipe shall be completed in a continuous operation the same day as surface preparation. h. Wire wheel or blast exterior surfaces in accordance with SSPC-SP10; to a near- white metal blast cleaning with a 3.0 MIC angular profile in bare steel. - 3. Equipment: Two-component, 1:1 mix ratio, heated airless spray unit. 4. Temperature: Minimum 5 degrees F above dew point temperature. The temperature of the surface shall not be less than 50 degrees F during application. 5. Humidity: Heating of pipe surfaces may be required to meet requirements of 2,01A if relative humidity exceeds 80 percent. 5. Resin: Do not thin or mix resins; use as received. Store resins at a temperature above 55 degrees F at all times. 7. Application: Applicator shall be approved by the coating manufacturer and conform to coating manufacturer's recommendations. Apply directly to pipe to achieve a total (DFT) dry film thickness of 35 mils. Multiple-pass, one coat application process is permitted provided maximum allowable recoat time specified by coating manufacturer is not exceeded. The main line pipe shall have a cutback at time of application so that there is approximately 3-inches of bare steel on either side of the location of the future weld. The cutback area shall be sandblasted in the shop to facilitate easier field surface preparation. The exterior bare steel area of the pipe shall be adequately ^ protected during pipe handling and shipment. 2002113_5pecs_Water 05.03 ParfDA.doc ASC-36 PART DA - ADDITIONAL SPECIAL CONDITIONS 8. Recoating: Recoat only when coating has cured less than maximum time specified by coating manufacturer. When coating has cured for more than recoat time, brush- blast or thoroughly sand the surface. Blow-off cleaning using clean, dry, high pressure compressed air. 9. Curing: Do not handle pipe until coating has been allowed to cure, per manufacturer's recommendations. 3.00 EXECUTION 3.01 INSTALLATION A. GENERAL 1. Install steel pipe, fittings, specials, and appurtenances as specified and required for the proper functioning of the completed pipe line. Install pipe, fittings, and specials in accordance with the Manufacturer's recommendations and AWWA Manual M-11. Pipe shall be laid to the lines and grade indicated. Just before each joint of polyurethane coated steel pipe is lowered into the ditch it is to be inspected and ,. tested for holidays. All damaged areas and holidays are to be repaired before the pipe is lowered into the trench. 2. The requirements of the plans and specifications govern for the excavation and backfilling of trenches for laying steel pipe, fittings, and specials. Place and consolidate embedment and backfill prior to removing pipe stulls. Use immersion vibration or other approved method to consolidate embedment material. Maximum allowable pipe deflection is limited to 1% for mortar coated steel pipe and 2% for polyurethane coated steel pipe. 3. Keep the pipe clean during the laying operation and free of sticks, dirt, animals, and trash, and at the close of each operating day, effectively seal the open end of the pipe against the entrance of water using a gasketed night cap- Do not lay pipe in water. 4. Install bonds at all pipe joints, other than welded joints or insulated joints. B. PIPE HANDLING Pipe shall be handled at all times with a minimum of two wide non-abrasive slings, belts or other equipment designed to prevent damage to the coating or lining. The equipment shall be kept in such repair that its continued use is not injurious to the coating. The spacing of pipe supports required to handle the pipe shall be adequate to prevent -- cracking or damage to the lining or coating. C. LINE UP AND BENDS 1. Line up pipe for joining so as to prevent damage thereto. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign matter, rust and scale before placing spigot into bell. 2. Where abrupt changes in grade and direction occur, the Contractor shall employ special shop fabricated fittings for the purpose. Field cutting the ends of the steel pipe to accomplish angular changes in grade or direction of the line shall not be permitted. 2002113—Specs—Water 05-03 PartDA-dac ASC-37 PART DA - ADDITIONAL SPECIAL CONDITIONS D. PIPE LAYING RUBBED GASKET JOINTS Join rubber gasket joints in accordance with the Manufacturer's recommendations. Clean bell and spigot of foreign material, Lubricate gaskets and bell and relieve gasket tension around the perimeter of the pipe. Engage spigot as far as possible in bell, allowing for 1" gap for inside joint grouting after any joint deflection. Joint deflection or pull shall not exceed the manufacturer's recommendation. Check gasket with feeler gauge all around the pipe. In areas of petroleum hydrocarbon soil contamination install special Neoprene gaskets or approved equal. E. PIPE LAYING - WELDED JOINTS 1. Weld joints in accordance with the AWWA C-206 for Field Welding of Steel Water Pipe, Contractor shall provide adequate ventilation for welders and for Owner's representative to observe welds. Unless otherwise specified, welds shall be full circle fillet welds, Welding shall be completed after application of field applied joint coating. 2. Adequate provisions for. reducing temperature stresses shall be the responsibility of the Contractor. 3: After the pipe have been joined and properly aligned and prior to the start of the welding procedure, the spigot and bell shall be made essentially concentric by shimming or tacking to obtain clearance tolerance around the periphery of the joint. In no case shall the clearance tolerance be permitted to accumulate, 4. Before welding, thoroughly clean pipe ends. Weld pipe by machine or by the manual shielded electric arc process. Welding shall be performed so as not to damage lining or coating. Cover the polyurethane coating as necessary to protect from welding. 5. Furnish labor, equipment, tools and supplies, including shielded type welding rod. Protect welding rod from any deterioration prior to its use, if any portion of a box or carton is damaged, reject the entire box or carton. 6. In all hand welding, the metal shall be deposited in successive layers, For hand welds, not more than 1/8" of metal shall be deposited in each pass. Each pass except the final one, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag, or flux before the succeeding 'bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. Undercutting along the side shall not be permitted. T. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. 8. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. 9. Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. 14. Use only competent, skilled and qualified workmen. Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C-268 before being allowed to weld on the line. 2002113_Specs—Water 05 03 ParIDkdoc ASC-38 PART QA - ADDITIONAL SPECIAL CONDITIONS 11. After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. Any welder making defective welds shall not be allowed to continue to weld. 12. Dye penetrate tests in accordance with ASTM E165, or magnetic particle test shall be performed by the Contractor under the supervision and inspection of the Owner's �- Representative or an independent testing laboratory, on all full welded joints. Welds that are defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at the Contractor's expense. 13. if the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. The procedure for repairing the joint shall be approved by the Engineer before proceeding- F. INSIDE JOINT GROUTING FOR PIPE WITH PLANT-APPLIED MORTAR LINING, .. Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar, Prior to placing of mortar, clean out dirt or trash which has collected in the joint, and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. Where the mortar joint opening is one inch or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar, Ram or pack the stiff mortar into the joint space and take extreme care to ensure that no voids remain in the joint space. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. Interior joints of pipe 24" and smaller shall have the bell -� buttered with mortar, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus mortar from the joint. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or inflated ball -. through the pipe with a rope. G. EXTERIOR GASKET JOINT PROTECTION FOR POLYURETHANE COATED STEEL PIPE 1, GENERAL Buried pipe joints shall be field coated after pipe assembly in accordance with AWVVA C216, using Heat Shrink Sleeves. Width of heat shrink sleeve shall be sufficient to overlap the polyurethane coating by a minimum of 3-inches. Overlapping of two or more heat shrink sleeves to achieve the necessary width will not be permitted. 2. HEAT SHRINK SLEEVES a. Primer: Provide as recommended by the sleeve manufacturer. b. Filler Mastic: Mastic filler shall be provided for all bell and spigot and coupling type joints. Size and type shall be as recommended by the sleeve manufacturer for type of pipe and joint. c. Joint Coating: Cross-linked polyolefin wrap or sleeve with a mastic sealant, 85- mils total thickness, suitable for pipeline operating temperature, sleeve material recovery as recommended by the manufacturer. High recovery sleeves shall be provided for bell and spigot and coupling style joints with a minimum of 50-percent recovery. Sleeve length shall provide a minimum of 3-inches overlap onto intact pipe coating on each side of the joint. Width to take into consideration shrinkage of the sleeve due to installation and joint profile. 2002113 specs.Warer 05-03 PariFA.doc ASC-39 PAIN DA - ADDITIONAL SPECIAL CONDITIONS d. Manufacturers: Canusa, or approved equal. 3. INSTALLATION a. Clean pipe surface and adjacent coating of all mud, oil, grease, rust, and other foreign contaminates with a wire brush in accordance with SSPC-SP2, Hand Tool Cleaning, or SSPC-SP3, Power Tool Cleaning. Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC-SP1, Solvent cleaning. Clean the full circumference of the pipe and a minimum of 6-inches onto the existing coating. b. Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. c. Complete joint bonding of pipe joints before application of joint coating. d. Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. e. Store sleeves in shipping box until use is required. Keep dry and sheltered from exposure to direct sunlight. Store off the ground or concrete floors and maintain at a temperature between 60°F and 100OF as recommended by the sleeve �. manufacturer. f. Metal surface shall be free of all dirt, dust, and flash rusting prior to sleeve application. g. Preheat pipe uniformly to 140°F to 160°F or as recommended by the sleeve manufacturer. Monitor pipe temperature using a surface temperature gauge, infrared thermometer, or color changing crayons. Protect preheated pipe from �. rain, snow, 'Frost, or moisture with tenting or shields and do not permit the joint to cool. h. Prime joint with specified primer and fill all cracks, crevices, and gaps with mastic ... filler in accordance with the manufacturer's recommendations for the full circumference of the pipe. i. Apply heat shrink sleeve when it is at a minimum temperature or 60°F and while -� maintaining the pipe temperature above the preheat temperature specified. Apply sleeve in accordance with the manufacturer's instructions and center the sleeve over the joint to provide a minimum of 3-inches overlay onto the existing pipe coating. �. Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters. Hold flame a minimum of 6-inches from the sleeve surface, Periodically roll the coating on the pipe surface. Heat from the center of the sleeve to the outer edge until properly seated, then begin in the opposite direction. Monitor sleeve for color change, where appropriate, or with appropriate temperature gauges. k. Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full circumference of the sleeve, and there shall be no wrinkling or excessive burns on the sleeves. Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. Minor repairs may be repaired using heat shrink sleeve repair kits. 2002113—Specs—Water 05-03 PatlDkdoc ASC-40 PART DA - ADDITIONAL SPECIAL CONDITIONS I Allow the sleeve to cool before moving, handling, or backfilling. In hot climates, provide shading from direct sunlight. Water quenching will be allowed only when permitted by the sleeve manufacturer. H. PROTECTIVE WELDED JOINTS COATING SYSTEM FOR POLYURETHANE COATED STEEL PIPE 1. GENERAL a. Application of protective coating at the pipe joints will be as follows: apply a three layer joint coating system consisting of a factory applied 35 mil polyurethane coating, a field applied 60 mil by 6-inch wide strip of CANUSA HCO Wrapid Tape heat resistant tape at the location of the welding, and a field applied 110 mil Mull A recovered thickness) by 18-inch wide CANUSA AquaWrap high shrink heat shrinkable joint sleeve. After the heat shrinkable joint sleeve is installed, the Contractor my backfill the trench, and then weld the joint. b, The Contractor is responsible for his operations so that they do not damage the factory applied coating system. c. When applying the three layer joint coating system for post welding the joints, the Contractor must show that his operation will not damage the joint coating system to the Engineer's satisfaction. The Contractor will be required to fully uncover a maximum of 10 joints, selected at random by the Engineer or Owner to visually inspect and test the joint after welding. Any darnage must be repaired. If the Contractor's welding procedure damages the three layer joint coating system, the Contractor, at the direction of the Engineer, will be required to modify his welding procedure. 2. JOINT COATING (3 LAYER) a. Apply three Layer Joint Coating System Before Welding the Joint b. Pipe Manufacturing and Heat Tape A 35 mil thickness polyurethane coating shall be applied over entire length of pipe. The Contractor shall field apply 60 mil thick by 6-inich wide strip of CANUSA HCO Wrapid Tape heat resistant tape to the exterior bell end of the pipe, centered on the location of the welding, over a 35 mil factory applied polyurethane coating. c. Surface Preparation and Installation for Heat Shrinkable Joint Sleeve 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust, and other foreign contaminates with a wire brush in accordance with SSPC-SP2, Hand Tool Cleaning, or SSPC-SP3, Power Tool Cleaning. Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC-SP1, Solvent cleaning. Clean the full circumference of the pipe and a minimum of 6-inches onto the existing coating. 2) Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. 3) Complete joint bonding of pipe joints before application of joint coating. 4) Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. 5) Store sleeves in shipping box until use is required. Keep dry and sheltered from exposure to direct sunlight. Store off the ground or concrete floors and 2002M Specs_Waler 05-03_PartDA.doc ASC-41 PART DA - ADDITIONAL SPECIAL CONDITIONS maintain at a temperature between 60OF and 1000F as recommended by the sleeve manufacturer. 6) Metal surface shall be free of all dirt, dust, and flash rusting prior to sleeve ' application. 7) Preheat pipe uniformly to 140°F to 160"F or as recommended by the sleeve manufacturer. Monitor pipe temperature using a surface temperature gauge, infrared thermometer, or color changing crayons. Protect preheated pipe from rain, snow, frost, or moisture with tenting or shields and do not permit the joint to cool. 8) Prime joint with specified primer and fill all cracks, crevices, and gaps with mastic filler in accordance with the manufacturer's recommendations for the full circumference of the pipe. 9) Apply heat shrink sleeve when it is at a minimum temperature or 60°F and while maintaining the pipe temperature above the preheat temperature specified. Apply sleeve in accordance with the manufacturer's instructions and center the sleeve over the joint to provide a minimum of 3-inches overlay onto-the existing pipe coating. 10)Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters. Hold flame a minimum of 6-inches from the sleeve surface. Periodically roll the coating on the pipe surface. Heat from the center of the sleeve to the outer edge until ,properly seated, then begin in the opposite direction. Monitor sleeve for color change, where appropriate, or with appropriate temperature gauges. 11)Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full �. circumference of the sleeve, and there shall be no wrinkling or excessive burns on the sleeves. Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. Minor repairs may be repaired using heat shrink sleeve repair kits. 12)Allow the sleeve to cool before moving, handling, or backfilling. In hot climates, provide shading from direct sunlight. Water quenching will be allowed only when permitted by the sleeve manufacturer. d. Inspection, Testing, and Repairs Holiday testing shall be performed using a wet sponge holiday tester at each joint after field application of heat shrinkable joint sleeve. If any holidays or cuts are detected, the sleeve shall be repaired using CANUSA Repair Patch Kit (CRPK) or approved equal. The damaged area shall be covered with a minimum of 50 mm overlap around the damaged area. 1. PROTECTION OF BURIED METAL_ Buried ferrous metal such as bolts and flanges which cannot be protected with factory or field-applied polyurethane coatings or heat shrink sleeves shall be coated with two wraps of wax tape and encased in flowable fill. J. REPAIR AND FIELD TOUCHUP OF POLYURETHANE COATING Apply Madison GP 11 (E) Touchup Polyurethane Coating or equal Futura Coating for repair and field touch-up of polyurethane coating. �. 2. Repair Procedure - Holidays a. Remove all traces of oil, grease, dust, dirt, etc. 2042113 Specs Water 05-03_PartDA.doc ASC-42 PART DA ADDITIONAL SPECIAL CONDITIONS b. Roughen area to be patched by sanding with rough grade sandpaper (40 grit). c. Apply a 35 mil Goat of repair material described above. Work repair material into — scratched surface by brushing or rolling in accordance with manufacturer's recommendations. _ d. Retest for Holiday. 3. Repair Procedure - Field Cuts or Large Damage: a. Remove burrs from field cut ends or handling damage and smooth out edge of polyurethane coating. b. Remove all traces of oil, grease, dust, dirt, etc. c. Roughen area to be patched with rough grade sandpaper (40 grit). Feather edges and include overlap of 2 inches of roughened polyurethane in area to be patched. d. Apply a 35 mii coat of repair material described above, in accordance with manufacturer's recommendations. Work repair material into scratched surface by brushing. Feather edges of repair material into prepared surface. Cover at least 1 inch of roughed area surrounding damage, or adjacent to field cut. e. Test repairs for Holidays. K. EXTERIOR JOINT PROTECTION FOR MORTAR COATED STEEL PIPE Make the exterior joint by placing a joint wrapper around the pipe and secure in place with two (2) metal straps. The wrapper shall be 9" wide for pipe 36" and larger, and 7" wide for smaller pipe, hemmed on each side. The wrapper shall be fiberglass reinforced or burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint. Fill the joint with mortar from one side in one (1) continuous operation until the grout has flowed entirely around the pipe. During the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel any entrapped air. Leave wrappers in place undisturbed until mortar has set-up. L. PATCH OF MORTAR COATING 1. Have the Pipe Manufacturer repair any joint of pipe that has exterior coating cracks larger than 0.005' (a hairline) by using an approved method. If, in the opinion of the — Engineer, the pipe is not suitable for repair, reject, plainly mark, and remove the pipe from the project site. 2. Remove, replace or reject any disbanded coating. Apply bonding agent to patch area. Excessive field-patching of coating shall not be permitted. Patching will not be allowed where area to be repaired exceeds 100 square inches or has dimensions grater than 12". In general, there shall not be more than one patch on either the lining or coating on any one joint of pipe. A patch larger than 100 square inches or 12" in greatest dimension shall not be accepted. Adequately cure patches. M. PATCH OF LINING (PLANT OR FIELD) 1. Repair cracks larger than 1/16". Pipes with disbanded linings will be rejected. Excessive patching of lining shall not be permitted. Apply bonding agent to patch area. Patching of lining shall be allowed where area to be repaired does not exceed 100 square inches and has no dimension greater than 12". In general, there shall be not more than one (1) patch in the lining of any joint of pipe. 2002113—Specs—Water 05-03_PartDR.doc ASC-43 PART DA - ADDITIONAL SPECIAL CONDITIONS 2. Wherever necessary to patch the pipe, make the patch with the mortar indicated. Do not install patched pipe until the patch has been properly and adequately cured and _ unless approved by the Engineer. N. QUALITY CONTROL OF FIELD APPLIED POLYURETHANE COATING 1. SURFACE PREPARATION I Visually inspect surface preparation to ensure cleanliness and dryness requirements have been met. Use Testex tape on at least 1 joint/day to ensure that adequate profile is being achieved. ` 2. VISUAL Visually inspect cured coating to ensure that the coating is completely cured with no blisters, "sticky" or "gooey" areas. Also check to ensure that the coating completely covers the steel and existing coating. 3. THICKNESS Use a magnetic dry film thickness gauge on cured coating to ensure adequate thickness has been achieved according to SSPC PA2. 4. ADHESION Perform the following procedure on a minimum of 1 joint per day: a. Select area to test that has cured for at least 1 hour for fast setting coatings. b. Make small "X" cut through the coating down to the steel with a sharp knife. c. Each arm of the °"X" should be approximately 1" long. d. With the point of the knife, attempt to remove the coating at the center of the 'X' by sliding/poking the knife point under the coating. e. Reject if coating is removed easily in large sections (>2 in'). Note that some qualitative judgment is necessary and that the longer the coating has cured, the greater the adhesion. f. Repair area with GP II (E) Touchup (or similar material) 5. HOLIDAY TESTING Holiday testing shall be performed using a wet sponge holiday tester at each joint no sooner than one hour after field application of polyurethane coating. 6, INSPECTION AT WELDED JOINTS When applying the three layer joint coating system for post welding the joints, the Contractor must show that his operation will not damage the joint coating system to the Engineer's satisfaction. The Contractor will be required to fully uncover a maximum of 10 joints, selected at random by the Engineer or owner to visually inspect and test the joint after welding. Any damage must be repaired. If the Contractor's welding procedure damages the three layer joint coating system, the Contractor, at the direction of the Engineer, will be required to modify his welding -, procedure. 3.02 HYDROSTATIC TEST ., A. Perform a hydrostatic test in accordance per City of Fort Worth Standards. 3.03 DISINFECTION A. Disinfect the piping system as specified per TCEQ and City of Fort Worth requirements. END OF SECTION 2002113—Specs—Water 05-03 P&IDA.doc ASC-44 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-202 BAR-WRAPPED CONCRETE CYLINDER PIPE 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install bar-wrapped concrete cylinder pipe and fittings, and specials, including connections and appurtenances as required for the proper installation and function of the system as indicated herein. 1.02 QUALITY ASSURANCE A. EXPERIENCE REQUIREMENTS Finished pipe shall be the product of one (1) manufacturer which has had not less than 5 years successful experience manufacturing pipe of the types and sizes indicated. Pipe Manufacturing operations (pipe, fittings, lining, coating) shall be performed at one (1) location. B. FACTORY TESTING 1. The Owner reserves the option to have an independent testing laboratory, at the Owner's expense, inspect pipe and fittings at the Pipe {"Manufacturer's plant. The Owner's testing laboratory and Engineer shall have free access to the Manufacturer's plant. The pipe manufacturer shall notify the Owner, in writing, at least two (2) weeks ahead of pipe fabrication as to start of fabrication and fabricating schedule so that the Owner can advise the Manufacturer as to Owner's decision regarding tests to be performed by an independent testing laboratory. In event the Owner elects to retain an independent testing laboratory to make material tests and weld tests, it is the intent that the tests be limited to one (1) spot testing of each category unless the tests do not show compliance with the standard. If these tests do not show compliance, the Owner reserves the right to have the laboratory make additional tests and observations_ 2. The Owner will require the Manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, and cement. The Manufacturer shall perform the tests described in AWWA C-303, for all pipe, fittings, and specials, except that the following absorption test shall supercede the requirements of the applicable portion of AWWA C303. 3. Absorption test. A water absorption test shall be performed on samples of cured mortar coating taken from each working shift. The mortar coating samples shall have been cured in the same manner as the pipe. A test value shall consist of the average of a minimum of three samples taken from the same working shift. The test method shall be in accordance with ASTM C497, -' Method A. The average absorption value for any test shall not exceed 9 percent and no individual sample shall have an absorption exceeding 11 percent. 2002113—Specs—Water 05-03_PartDA.ddoc ASC-45 PART DA - ADDITIONAL SPECIAL CONDITIONS Tests for each working shift shall be performed on a daily basis until conformance to the absorption requirements has been established by ten (10) consecutive passing test results at which time testing may be ;performed on a weekly basis for each working shift. Daily testing shall be resumed for each working shift with failing absorption test results and shall be maintained until conformance to the absorption requirements is reestablished by ten (10) consecutive passing test results. 4. Strength of Coating: Tests shall be made of cured mortar coating for the purpose of qualifying the mortar coating machine and the mortar mix design. One inch (1") cubes shall be tested in accordance with ASTM C-109. The equivalent cylinder compressive strength of the mortar (0.74 times the cube strength) shall be not less than 5,500 psi in 28 days. C. MANUFACTURER'S TECHNICIAN FOR PIPE INSTALLATION a During the construction period, the Pipe Manufacturer shall furnish the services of a factory trained, qualified, job experienced technician assistant as necessary in pipe laying and pipe jointing. This technician shall assist and advise the Construction Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. The technician is not required to be on-site full time; however, the technician shall be on-site during the first two weeks of pipe laying and thereafter as requested by the Engineer, Owner, or Contractor. 1.03 SUBMITTALS Submittals shall be in accordance with Part D, Special Conditions and shall include: A. Prior to the fabrication of the pipe, submit fabrication and laying drawings to the Engineer as shop drawings. Shop drawings shall include a complete description of the pipe offered, including cuts, tabulated layout and pertinent design data. Shop drawings shall reference stationing on the plan/profile sheets and shall incorporate changes necessary to avoid conflicts with existing utilities and structures and adjustments necessary to make tie-ins. Details for the design and fabrication of all fittings and specials and provisions for thrust shall be included. B. Prior to delivery of the pipe to the project site, the Manufacturer shall furnish an affidavit certifying that all pipe, fittings, and specials, and other products and materials furnished, comply with this specification and AWWA C303. Copies of results of factory tests and mill certificates for steel and cement shall be provided, including chemical and physical test results for each heat of steel. C. Certified test reports for factory and field welder certification. 1.04 STANDARDS 2002113 5pecs_Warer 05-03 ParIDA.doc ASC-46 PART DA ADDITIONAL SPECIAL CONDITIONS Except as modified or supplemented herein, bar-wrapped concrete cylinder pipe shall conform to the applicable requirements of the following standard specifications, latest edition. ANSUNSF "Standard 61" AWWA C-303 "Standard for Concrete Pressure Pipe - Bar-Wrapped, Steel Cylinder Type" AWWA M-9 Manual: "Concrete Pressure Pipe" ASTM A-33 "Standard Specification for Concrete Aggregates" ASTM A-570 "Standard Specification for Steel, Sheet and Strip. Carbon, Hot Rolled, Structural Quality" ASTM C-144 "Specification for Aggregate for Masonry Mortar" ASTM C-150 "Specification for Portland Cement" ASTM D-693 "Test for Moisture-Density Relations for Soils" 1.05 DELIVERY AND STORAGE A. PACKING 1, The pipe shall be prepared for shipment to afford maximum protection from �. normal hazard of transportation and allow pipe to reach project site in an undamaged condition. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. p 2. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant, the pipe lining shall be protected from drying by means of plastic end covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all times until ready to be installed. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. 3. Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and specials sha!i be separated so that they do not 'bear against each other in transmit. Ship pipe on padded bunks with tie-down straps. Store pipe on padded skids, sand or dirt berms, tires, or other suitable means to protect the pipe from damage. Each length of pipe 36-inch and larger shall be internally supported and braced with stalls to maintain a true circular shape. Internal supports shall consist of steel or timber stulls firmly wedged and secured so that the stalls remain in place during handling. Pipe shall be rotated so that one Stull is vertical. Stulls shall not be removed until pipe is set to final grade. 4. Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. 2002113_Specs_Water 0S-03 PadDA_doc ASC-47 PART DA - ADDITIONAL SPECIAL CONDITIONS B. MARKING FOR IDENTIFICATION Each joint of pipe and each fitting shall have plainly marked on one end, the class for which it is designed, the date of manufacturer, and the identification number. The top centerlines shall be marked on all specials. 2.00 PRODUCTS 2.01 MATERIALS A. CEMENT: Cement for use in concrete and mortar shall be Type I Portland Cement conforming to ASTM C150. B. AGGREGATES: Aggregates for concrete lining and coating shall conform to ASTM C-33. C. SAND: Sand used for inside and outside joints shall be of silica base, conforming to ASTM C-144. D. SPECIAL COATING: Pipe to be laid in casing shall have two (2) bu--Jt-up rings or mortar each approximately 2" long and slightly higher than the pipe bell to prevent pipe being supported by the bell, Rings to be at the quarter points of the pipe section. E. STEEL: Steel shall meet the requirements of AWWA C-303. Seel shall be homogeneous and small be suitable for field welding. 1=. THREADED OUTLETS: Where outlets or taps are threaded, furnish and install brass bushings and plugs for the outlet size indicated. 2.02 MIXES; CEMENT MORTAR Cement mortar used for pipe joints shall consist of one (1) part Portland Cement to two (2) parts clean, fine, sharp silica sand, mixed with water. Exterior joint mortar shall be mixed to the consistency of thick cream. Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. Cement shall be ASTM C-150, Type I. Sand shall conform to ASTM C-144. Cement mortar used for patching shall be mixed as .� per cement mortar for inside joints. Water for cement mortar shall be treated and suitable for drinking water. Bonding agent for interior joints and pipe patching shall be Probond Epoxy Bonding Agent ET-150, parts A and B, Sikadur 32 Hi-Mod or aoproved equal. 2.03 MANUFACTURED PRODUCTS 2002113-Specs-Water 05-03 PartdA.doc ASC-48 FART DA - ADDITIONAL SPECIAL CONDITIONS A. PIPE 1. GENERAL Pipe, specials and fittings shall be designed, manufactured, and tested in accordance with the applicable requirements of AWWA C-303 and AWWA M- 9, and the special requirements of this specification. 2. PIPE DESIGN CRITERIA Sues shall be as shown on the drawings and pressure classes (working pressure) shall be 200 psi. For the purposes of pipe design, the working pressure shall be 1.0 times the pressure class. The working pressure plus transient pressure shall be equal to 1.5 times the pressure class specified. Fittings, specials and connections shall be same class as the associated pipe. Pipe, and fittings shall be clearly marked with the pressure class and piece number to permit easy identification in the field. Pipe design shall be based on trench conditions and design pressure class specified. Pipe shall be designed according to the methods indicated in AWWA 0-303 and AWWA Manual M-9 for trench construction, using the following parameters: a. Unit Weight of Fill (w) = 130pcf b, Live Load = AASHTO HS 20 c. Live Load = Coopers E 80 at railroad d, Trench Depth = As indicated e. Coefficient Ku' = 0.150 f. Trench Width (Bd) as indicated. g. Bedding Conditions = As indicated h. Soil Reaction Modulus (E') = 1,500 i. Coefficient k = 0.090 j. Maximum steel stress at working pressure = 18,000 psi k. Maximum calculated deflection (Dx) = 1.0% Trench depths indicated shall be verified after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. In no case shall pipe be installed deeper than its design allows. 3- PROVISIONS FOR THRUST a. Thrusts at bends, tees, plugs, closed valves, or other fittings shall be resisted by restrained joints. Thrust at bends adjacent to casing shall be restrained by welding joints through casing and a sufficient distance each side of casing. No thrust restraint contribution shall be allowed for pipe in casing, unless the annular space in the casing is filled with cellular grout. b. Restrained joints shalt be used for a sufficient distance from each side of the bend, tee, plug, valves, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of �- thrust restraint, design pressure shall be 1.5 times pressure class 2002113-Specs-Water 05-03 PartDA.doc ASC-49 PART DA - ADDITIONAL SPECIAL CONDITIONS (working pressure). Restrained joints shall consist of welded joints. In areas where restrained joints are used for thrust restraint, the pipe shall have adequate cylinder thickness to transmit the thrust forces. For welded joints, if the thickness of the steel cylinder adjacent to the welded joint is greater than or equal to 0.1875 inches, the joints to be welded shall be prepared by trimming the spigot in the shop. C. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The length of pipe with welded joints, the pipe cylinder thickness necessary to resist thrust forces, and all other provisions necessary for thrust restraint shall be determined by the pipe manufacturer, in accordance with the following: 1) The Weight of earth (We) shall be calculated as the weight of the projected soil prism above the pipe. 2) Soil density = 110 pcf (maximum value to be used). 3) Coefficient of friction = 0.3 (maximum value to be used). 4) The above applies to unsaturated soil conditions. In locations where ground water is encountered, the soil density shall be reduced to its buoyant weight for the backfill below the water table, and the coefficient of friction shall be reduced to 0.25. 5) For horizontal bends, the minimum length of ,pipe to be restrained shall be calculated as follows: i For deflections less than 60E, L = P A sin (*/2) f (We +Wp + Ww) Il For deflections greater than 00E, L = PA (1-cosi) f (We + Wp + Ww) T L = Length of pipe to be restrained P = 1.5 times working pressure A = Cross sectional area of pipe steel cylinder I.D. * = Deflection angle We = Weight of earth Wp = Weight of pipe Ww= Weight of water f= Coefficient of friction 4. INSIDE DIAMETER The inside diameter, including the cement mortar lining, shall be a -. minimum of the nominal diameter of the pipe specified. IWJOINT WRAPPERS: Similar and equal to those manufactured by Mar-Mac Manufacturing Company. 2002113—Specs—Water 05-03 PartDA.doc ASC-50 PART DA - ADDITIONAL SPECIAL CONDITIONS C. INSULATED CONNECTfONS AND FLANGE GASKETS: Insulating connections and flange gaskets shall be provided to previde elctrical continuity along the pipeline. D. FLEXIBLE JOINT COUPLINGS AND EXPANSION JOINTS. See Section 16136, MISCELLANEOUS VALVES AND PIPELINE APPURTENANCES. E. JOINT BONDS: Joints are to be bonded to provide electrical continuity along the pipeline. Use 2 clips per joint where rubber gasket joints are used. No clips are required where joints are welded for thrust restraint. F. PIPE ENDS: The standard pipe end shall include carnegie steel joint ring and a s continuous solid rubber ring gasket as per AWWA Manual M-9 and AWWA C-303. Welded joints shall be provided where necessary for thrust restraint, Harnessed joints and flanged joints shall be provided where indicated on the plans. Harnessed joints may be used in lieu of welded joints adjacent to structures, if approved by the Engineer. G. FLANGES: Flanges shall conform to ANSI Drilling of class equal to or greater than the pipe class, Unless otherwise specified, and shall match class of valves or appurtenances which are attached. Drilling pattern shall match pattern of valve or fitting which will be attached. H. BEND FITTINGS: All bend fittings shall be long radius to permit easy passage of pipeline pigs. 1. NUTS AND BOLTS: Bolts and nuts for mechanical joints or flanged ends shall be of - a high strength corrosion resistant low-alloy steel in accordance with ANSIIAWWA C111/A21 and ASTM A307, "Standard Specification for Carbon Steel Bolts and Nuts". For mechanical joints, the bolts and nuts shall be coated with a ceramic-filled, baked on fluorocarbon resin. Coated bolts and nuts shall be prepared "near white" or "white" when coated to a thickness of 8 to 10 mils dry film thickness by a certified applicator. Coating shall be Xylan@ or approved equal. Coating shall conform to the performance requirements of ASTM B117, "Salt Spray Test" and shall include, if required, a certificate of conformance. 3.00 EXECUTION 3.01 INSTALLATION A. GENERAL 1. Install pipe, fittings, specials, and appurtenances as specified herein, as specified in AWWA Manual M-9 and in accordance with Pipe Manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated. Completed pipe installation shall have a maximum 1% deflection measured diametrically. B_ PIPE HANDLING 2002113-Specs-Water 05-03-Par DA.dac ASC-51 PART DA _ ADDITIONAL SPECIAL CONDITIONS 1. Haul, pipe, fittings, valves and other accessories to the job site. At all times handle the pipe with care to avoid damage. Load and unload pipe using hoists or cranes as specified below. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. 2. At all times handle pipe with wide nonabrasive slings, wire ropes, belts or other equipment designed to prevent damage to the coating, and keep this equipment in such repair that its continued use is not injurious to the coating. The use of tongs, bare pinch-bars, chain slings, or pipe hooks without proper padding or any other handling equipment which the Engineer deems to be injurious to the coating shall not be permitted. Provide adequate spacing of pipe supports to prevent cracking or damage to the cement mortar lining. 3. Carefully observe the pipe for cracking and check the inside fining and coating, and should cracking occur, take immediate steps to protect the pipe. Have the Pipe Manufacturer repair any joint of pipe that has shrinkage cracks with a width of 1116" or greater in the inside lining by using an approved method. If, in the opinion of the Engineer, the pipe is not suitable for repair, reject, plainly marls, and remove the pipe from the project site. 4. Have the Pipe Manufacturer repair any joint of pipe that has exterior coating +rE cracks larger than 0.005" (a hairline) by using an approved method, If, in the opinion of the Engineer, the pipe is not suitable for repair, reject, plainly mark, and remove the pipe from the project site. 5- Remove, replace or reject any disbonded lining or coating. Apply bonding agent to patch area. A patch larger than 100 square inches or 12" inches in greatest dimension shall not be accepted. Adequately cure patches. fi_ Providc the proper implements, tools, equipment and facilities for safe and convenient prosecution of the work. Lower pipe, fittings, specials, valves, etc. �- into the trench by means of a crane or other machine. Do not roll or dump into the trench. The crane shall be of a sufficient size for handling the pipe, and shall lift and lower the pipe at a slow rate of speed. The crane shall be capable of stopping the lifting operation at any point without producing a shock or otherwise jerking or vibrating the pipe. 7. Keep the pipe clean during the laying operation and free of sticks, dirt, and T trash. At the close of each operating day, effectively seal the open end of the pipe using a Basketed night cap- No pipe should be laid in water. C. PIPE JOINTING 1. GENERAL Thoroughly clean the bell and spigot rings before laying each joint of pipe by brushing and wiping. If any damage to the protective coating on the 2002113 Specs Wa[er 45 03 PattDA.dcc ASC-52 PART DA - ADDITIONAL SPECIAL CONDITIONS metal has occurred, repair the damage before laying the pipe. Lubricate the gasket and the inside surface of the bell with an approved lubricant (flax soap) which will facilitate the telescoping of the joint. Tightly fit together sections of pipe and exercise care to secure true alignment and grade. When a joint of pipe is being laid, place the gasket on the spigot ring and enter the spigot end of the pipe into the bell of the adjoining pipe and push into position. The inside joint space between ends of the pipe sections shall have an opening within the tolerances as recommended by the Pipe Manufacturer. No "blocking up" of pipe or joints will be permitted, and if the pipe is not uniformly supported or the joint not made up properly, remove the joint and properly prepare the trench. After joining, check the position of the gasket with a feeler gauge. If the gasket is out of position, disassemble the joint and repeat the joint laying procedure. a In areas of petroleum hydrocarbon soil contamination install special Neoprene gaskets or approved equal. For interior welded joints, complete backfill before welding. After welding, apply the interior joint coating, 2. EXTERIOR JOINTS: Make the exterior joint by placing a joint wrapper around the pipe and secure in place with two (2) metal straps. The wrapper shall be 9"wide for pipe 36" and larger, and T' wide for smaller pipe, hemmed on each side. The wrapper shall be fiberglass reinforced or burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint. Fill the joint with mortar from one side in one (t) continuous operation until the grout has flowed entirely around the pipe. During the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel any entrapped air. Leave wrappers in place undisturbed until the mortar has set-up. 3. INTERIOR JOINT& Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar. Prior to placing of mortar, clean .� out dirt or trash which has collected in the joint, and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. Where the mortar joint opening is one inch or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. Ram or pack the stiff mortar into the joint space and take extreme care to insure that no voids remain in the joint space. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. 4. interior joints of pipe 24" and smaller shall have the bell buttered with mortar, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus mortar from the joint. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or an inflated ball through the pipe with a rope. 5. WELDED JOINTS: Thirty-six inch and smaller pipe shall be welded from the outside using the following procedures: 2002113_5pecs_Water 05-03_PaIDA.doc ASC-53 PART DA - ADDITIONAL SPECIAL CONDITIONS a. Telescope together the joints to be welded with a rubber gasket as specified above and align perfectly with the adjacent section of pipe. Accomplish welding by laying a filler rod between the steel bell of one (1) section* and the steel spigot of the other, and welding the bell to the outside of the spigot. Use no less than three (3) complete passes to make the weld. When the joint weld is completed, pour the exterior joint with mortar as specified above. After all sections are in final position, fill the interior joint as specified above. Welded joints shall meet the requirements of AWWA Manual M-9. b. Forty-two inch and larger pipe shall be welded from the inside, using the following procedures: c. Joint spigots shall be trimmed where the stress in the gasket groove exceeds 12,000 psi due to axial thrust load. Trim the joint ring behind the gasket groove. After the adjacent pipe sections are aligned and tack welded, weld the bell to the spigot with a full fillet weld. Welded joints shall meet the requirements of AWWA Manual M-9. When the joint weld is completed, grout -� the inside joint, pour the exterior joint with mortar as specified above. d. General weld requirements shall be as follows: 1) Weld joints in accordance with the AWWA C-206 for Field Welding of Steel Water Pipe. Unless otherwise specified, welds shall be full circle fillet welds. 2) Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. 3) After the pipe have been joined and properly aligned and prior to the start of the welding procedure, the spigot and bell shall be made essentially concentric by jacking, shimming, or tacking to obtain clearance tolerance around the periphery of the joint. In no case shall the clearance tolerance be permitted to accumulate. 4) Before welding, thoroughly clean pipe ends. Weld pipe by machine or by the manual shielded electric arc process. Welding shall be performed so as not to damage lining or coating. Cover the coating as necessary to protect from welding. 5) Furnish labor, equipment, tools and supplies, including shielded type welding rod. Protect welding rod from any deterioration prior to its use. If any portion of a box or carton is damaged, reject the entire box or carton. 6) In all hand welding, the metal shall be deposited in successive layers. For hand welds, not more than 1/8" of metal shall be deposited in each pass. Each pass except the final one, whether in butt of fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, siag, or flux before the succeeding bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the _. weld_ Undercutting along the side shall not be permitted. 7) Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. 8) If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. -- 9) Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. In 2002113-Specs-Water 0503 PariDA.doc ASC-54 PART DA - ADDITIONAL SPECIAL CONDITIONS the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. 10) Use only competent, skilled and qualified workmen. Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C-206 before being allowed to weld on the line. 11) After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. Any welder making defective welds shall not be allowed to continue to weld. 12) Dye penetrant tests in accordance with ASTM E165, or magnetic particle tests, shall be performed by the Contractor under the supervision and inspection of Owner's Representative or an independent testing laboratory, retained by the Owner, on all welded joints. Welds that prove to be defective will be replaced or repaired, whichever is deemed , necessary by the Engineer, at Contractor's expense. 13) If the Contractor disagrees with the Engineer's interpretation of welding 'tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. The procedure for repairing the joint shall be approved by the Engineer before proceeding. D. PROTECTION OF BURIED METAL Protect buried ferrous metal such as flanges, nuts, bolts, dresser couplings, etc. by applying two wraps of Trenton No. 2 wax tape, and encasing it with flowable fill. E. PATCHING 1. Excessive field-patching of lining or coating shall not be permitted. Patching of lining or coating will be allowed where area to be repaired exceeds 100 square inches or has dimensions greater than 12". In general, there shall not be more than one patch on either the fining or the coating of any one joint of pipe. 2. Wherever necessary to patch the pipe, make patch with cement mortar as previously specified for interior joints. Apply a bonding agent to a clean, dry surface prior to cement mortar patch. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the Engineer. Promptly remove rejected pipe from the site. F. PIPE BEDDING AND BACKFILL Pipe bedding and backfill shall be as specified in the Plans and Specifications. Remove sheeting and shoring in a manner such that a good bond is achieved between the backfill material and the undisturbed trench walls. 2002113—Specs Waler 05-03 PartDA.doc ASC-55 PART DA - ADDITIONAL SPECIAL. CONDITIONS _ G. FIELD QUALITY CONTROL Perform a hydrostatic test per the City of Fort Worth standards. DA-203 SLOW CLOSING COMBINATION AIRIVACUUM VALVES Contractor shall supply City with at least 10 copies of the Operation and Maintenance Manuals for valves. DA-204 GATE VALVES Per City of Fort Worth Standard Material Specifications Section E1-10.2.c., the operating nut will be turned to the RIGHT in opening. DA-205 DUCTILE IRON PIPE E1-6.1 Scope of Work A. General: This specification covers 3" through 64" ductile iron pipe, centrifugally cast, for water, wastewater, or other liquid application, with flanged, push-on, restrained, or mechanical joints. All pipe furnished shall be in conformance with ANSIIAWWA C1511A21.51, or latest revision thereof. Unless specified otherwise, installation shall be governed by Construction Standard E2-6 or these General Contract Documents. B. Related Requirements: Ductile iron pipe shall meet the requirements of E1-7 "Ductile Iron and Gray Iron Fittings", E1-13 "Polyethylene Wrapping, E2-6 "Installing Ductile Iron Pipe, and E2-7 "Installing Cast Iron Pipe Fittings'", E1-6.2 Standards A. ANSIfAWWA C1041A21.4, "Cement-Mortar Lining for Ductile Iron Pipe and Fittings for Water" B. ANSI/AWWA C1051A21.5, "Polyethylene Encasement for Ductile-Iron Pipe Systems" C. ANSIIAWWA C110fA21.10, "Ductile-Iran and Gray-Iron Fittings, 3 inch through 48 inch" D. ANSIIAWWA C111/A21.11, `rubber-Gasket Jc_ints for Ductile-Iron Pressure Pipe and Fittings" E. ANSI/AWWA C1 15/A21.15, "Flanged Ductile-Iran Pipe with Ductile- Iron or Gray-Iron Threaded Flanges" F. ANSIIAWWA C116/A21.16, "Protective Fusion-Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile-Iron and Gray-Iron Fitfings for Water Supply Service" G. ANSI/AWWA C150/A21.50, "Thickness Design of Ductile Iron Pipe" 2002113 Specs—Water 05-03 PartCDA.doc ASC-56 r ""Nor"M PART DA - ADDITIONAL SPECIAL CONDITIONS r H. ANSIIAWWA C1511A21.51, "Ductile-Iron Pipe, Centrifugally Cast, for Water" I. ANSIIAWWA C1531A21.53, Ductile-Iron Compact Fittings For Water Service" J, ANSIIAWWA C600, "AWWA Standard for Installation of Ductile Iron Water Mains and their Appurtenances" K. ANSI/NSF 61, "Drinking Water Systems Components— Health Effects" E1-6.3 DESIGN REQUIREMENTS A. As a minimum, the following pressure classes shall apply: Diameter Pipe (inch) Min. Pressure Class (PSI) 3" through 12" 350 psi 14"—20" 250 psi 24" 250 psi 30"—64" 150 psi B. ENGINEER shall verify that the pressure class specified meets the minimum design requirements contained with in these provisions. When requested, pipe design calculations must be submitted to City. Ductile iron pipe shall be designed in accordance with the latest revision of ANSIIAWWA C1501A21.50 for a minimum 150 psi (or project requirements, whichever is greater) rated working pressure plus a 100 psi surge allowance (if anticipated surge pressures are greater than 100 psi, the actual surge pressure shall be used); a 2 to 1 factor of safety on the sum of the working pressure plus surge pressure; Type 4 laying condition (ANSIIAWAA C1501A21.50), and a minimum depth of cover of 12 feet. E1-6.4 DUCTILE IRON PIPE —GENERAL A. Ductile iron pipe shall have nominal lay lengths of 18 or 20 feet. Random pipe lengths are unacceptable. Dimensions and tolerances of each nominal pipe size shall be in accordance with ANSIIAWWA C1 51/A21. B. Pipe markings shall meet the minimum requirements of ANSIIAWWA C151/A21 or latest revision. Minimum pipe markings shall be as follows: 1. "DI" or"DUCTILE" shall be cast or metal stamped on each pipe 2. Weight„ Class, and nominal thickness of each pipe 3. Year and country pipe was cast 4. Manufacturer's mark C. Iran used in the manufacture of pipe for these specifications shall have: 1. Minimum tensile strength —6©,000 psi 2. Minimum yield strength—42,040 psi 3. Minimum elongation -- 10% E1-6.5 DUCTILE IRON PIPE - JOINTS A. General — Comply with ANSIIAWWA C1111A21, Iatest revision. 1. Push-On Joints 2, Mechanical Joints 3. Restrained Joints 2002113_5pecs Water 05-03_PertDA.doc ASC-57 OPICIA BOB PART DA - ADDITIONAL SPECIAL CONDITIONS 4. Flanged Joints —AWWA C115, ANSI 816.1, Class 125 B. All rubber joint gaskets utilized on ductile-iron pipe shall be in conformance with ANSIIAWWA C1111A21, latest revision. C. Bolts and Nuts: Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low-carbon steel in accordance with ANSI/AWINA C111IA21 and ASTM A307, "Standard Specification for Carbon Steel Botts and Nuts. For mechanical joints, the bolts and nuts shall bre coated with a ceramic-filled, baked on fluorocarbon resin. Coated bolts and nuts shall be prepared "near white" or "white" when coated to a thickness of 8 to 10 mils dry film thickness by a certified applicator. Coating shall be of Xylan(D as manufactured by Whitford Corp or approved equal. Coating shall conform to the performance requirements of ASTM 8117, "Salt Spray Test" and shall include, if required, a certificate of conformance. E1-6.6 DUCTILE IRON PIPE - COATINGS A. All ductile iron pipe shall have a bituminous coating, minimum of 1 mil thick, on the pipe exterior, unless otherwise specified. B. Pipes shall have an interior cement mortar lining applied in accordance with ANSIIAWWA C1041A21, or latest revision. Asphaltic coating will be required on the interior cement mortar lining, unless otherwise specified. C. Pipe and fittings exposed to view in the finished work shall not receive the standard bituminous coat on the outside surfaces, but shall be shop-coated with rust inhibitive primer. Primer shall have a min dry film thickness of 4 mils and be certified in accordance with ANSIINSF 61. D. All buried DIP shall be polyethylene encased, unless otherwise specified. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene or 4 mil high density cross-laminated (HDCL) polyethylene encasement conforming to AWWA C1051A21.5 Polyethylene film must be marked as follows: _ 1. Manufacturer's name or trademark 2. Year of manufacturer 3. ANSIIAWWA C1051A21.5 4. Minimum film thickness and material type 5. Applicable range of nominal diameter sizes). 6. Warning-Corrosion Protection-Repair Any damage E1-6.7 TESTS A. Ductile iron pipe shall be manufactured in accordance with the latest revision of ANSIIAWWA C151IA21.51. Each pipe shalt be subjected to a hydrostatic test of not less than 500 psi for a duration of at least 10 seconds. B, The manufacturer shat] take adequate measures during pipe production to assure compliance with ANSIIAWWA C1511A21.51 by performing quality-control tests and 2002113 Specs water05-0s PartaA.doc ASC-58 lip PANT DA - ADDITIONAL SPECIAL CONDITIONS maintaining results to those tests as outlined in section 5, "Verification" of that standard. C. The City of Fort Worth may, at no cost to the manufacturer, subject random lengths of pipe for testing by an independent laboratory for compliance with this specification. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. �- D. The Contractor shall furnish manufacturer's certified test reports which indicate that each run of pipe furnished has met specifications, and that all inspections have been made, and that all tests have been performed in accordance with ANSIIAWWA C1511A21. E1-7 - Ductile Iron Fittings {Draft Revision (1125105) E1-7.1 General: This material standard covers the furnishing of ductile iron compact fittings, 3 inches through 64 inches and ductile iron full body fittings, 3 inches through 48 inches, for use in water and wastewater projects. Unless specified otherwise, installation shall be governed by Construction Standard E2-7 of these General Contract Documents. Except as specified herein, the fittings shall be fabricated in accordance with the following specifications: A. ANSI/AWWA C104/A21.4, `Cement-{Mortar Lining for Ductile Iron Pipe and Fittings for Water" B. ANSIIAWWA CI051A21.5, "Polyethylene Encasement for Ductile-Iron Pipe Systems" T C. ANSIfAWWA C11O/A21.10, "Ductile-Iron and Graydron Fittings, 3 inch through 48 inch" D. ANSI/AWWA C1111A21.11, "Rubber-Gasket Joints for Ductile-iron Pressure Pipe and Fittings" E. ANSI/AWWA C1151A21.15, "Flanged Ductile-Iron Pipe with Ductile- Iron or Gray-Iron Threaded Flanges" F. ANSIIAWWA C1 16/A21.16, "Protective Fusion-Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile-Iron and Gray-Iron Fittings for Water Supply Service" G. ANSIIAWWA C153/A21.53, "Ductile-Iron Compact Fittings for Water Service" H. ANSUNSF 61, "Drinking Water Systems Components — Health Effects" E1-7.2 Design Requirements A. Joints: Fittings shall have flanged, mechanical„ restrained, push-on joints or any combination of these. Joints must be manufactured in accordance with the above referenced standards. Unless specified otherwise on the plans or in •the project �. specifications, fittings will be provided for installation as follows: 2002113_Specs_Water 05-03 ParfDA-doc ASC-59 PART DA - ADDITIONAL SPECIAL CONDITIONS B. Pressure Rating: Unless specified otherwise, the rated working pressures for fittings are as follows: Ductile Iron Compact Fittings (AWWA C1531A21.53) Nominal Size (in) Pressure Rating (PSI) 3" --24" 350 PSI 30" -48" 250 PSI 54" -64" 150 PSI Ductile-Iron Fittings (AWWA C1 101A21.10) `- Nominal Size (in) Pressure Rating (PSI) 3" -24" 350 PSI 30" -48" 250 PSI -- C. Dimensions and Thickness: Fittings and joints shall conform to the thicknesses and dimensions shown in the various standards referenced under Section E1-7.1 of this -, Specification. D. Flange: Unless specified otherwise, the bolt circle and the bolt-holes shall match _ those of ANSI 816.1 Class 125. All screwed-on flanges shall be ductile iron. Field fabrication of flanges shall be prohibited, unless approved otherwise. E. Gland: Glands shall be manufactured of ductile iron conforming to ASTM A536. Restraining devices shall be of ductile iron. Dimensions of the gland shall be such that it can be used with the standardized joint bell and tee-head bolts conforming to ANSIIAWWA C153/A21.53. " F. Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low-alloy steel in accordance with ANSI/AWWA - C1111A21 and ASTM A307, "Standard Specification for Carbon Steel Bolts and Nuts". For mechanical joints, the bolts and nuts shall be coated with a ceramic-filled, baked on fluorocarbon resin. Coated bolts and nuts shall be prepared "near white" or "white" when coated to a thickness of S to 10 mils dry film thickness by a certified applicator. Coating shall be XylanO as manufactured by Whitford Corp, or approved equal, Coating shall conform to the performance requirements of ASTM 8117, "Salt Spray Test" and shall include, if required, a certificate of conformance. G. Accessories: Unless otherwise specified, gaskets, glands, bolts, and nuts shall be furnished with mechanical joints, and gaskets and lubricant shall be furnished with push-on joints; all in sufficient quantity for assembly of each joint. H. Outside Coating: Ail ductile fittings shall have a bituminous or fusion bonded epoxy coating. Bituminous coatings shall be a minimum of 1 mil thick, on the pipe exterior, unless otherwise specified. Fusion bonded exterior coatings shall comply with ANSIIAWWA Cl 16/A21.1& 1. Interior Lining: All ductile iron fittings are to be furnished with a cement-mortar lining of standard thickness as defined in referenced ANSI/AWWA C104 and given a seal coat of asphaltic material, unless otherwise specified. Fusion bonded exterior coatings shall comply with ANSUAWWA C1 16/A21,16, shall have a minimum dry film thickness of 4 mils, and be certified in accordance with ANSI/NSF 61. 2002113—Specs—Water 05-03 PariDA.doc ASC-60 PART DA - ADDITIONAL SPECIAL CONDITIONS J. Polyethylene Encasement: All DI fittings shall be polyethylene encased, unless otherwise specified. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene or 4 mil high density cross-laminated (HDCL) polyethylene encasement conforming to AWWA C1051A21.5 Polyethylene film must be marked as - follows. 1. Manufacturer's name or trademark 2. Year of manufacturer 3. ANSIIAWWA CI051A21.5 4. Minimum film thickness and material type 5. Applicable range of nominal diameter size(s). 6. Warning -Corrosion Protection -- Repair Any Damage K. Marking: Fitting marking shall meet the requirements of ANSIIAWWA C110IA21.10 or ANSIIAWWA C153IA21.53 shall have distinctively cast on them the following information: 1. C-"153 or'C1 10 depending on which type of fitting provided. 2. Pressure Rating 3. Nominal diameter of openings 4. Manufacturer's identification 5. Country where cast 6. Number of degrees or traction of the circle on all bends 7. Letters "DI" or 'DUCTILE" cast on them. -� E1-7.3 Tests and Reports The Contractor will furnish manufacturer's certified test reports stating that all fittings furnished meet the requirements of applicable Standards and Specifications. Test reports must be provided the Engineer before construction commences. DA-206 POLYETHYLENE ENCASEMENT OF DIP 1,) The Polyethylene Encasement material must comply with the materials requirements listed in the project specification manual. 2.) The polyethylene encasement materials must be included as a component of the ductile iron pipe manufacturer's material compliance submittal. No polyethylene encasement material that is not specifically acknowledged by the pipe manufacturer to meet the materials requirements may be accepted for installation on this project. 3.) The project inspector may randomly select representative samples from the - polyethylene encasement materials on the jobsite and submit the materials for testing by the DIPRA. 4.) If DIPRA tests indicate that the Polyethylene Encasement materials do not meet the requirements of the specifications, the contractor may be required to remove and reinstall all pipes that may have been installed with the non-compliant encasement material. 5.) All costs for additional materials, labor and possible liquidated damages shall be for the account of the contractor. END OF SECTION 2002113 S,pecs_Water 05-03_PartDA-doc ASC-5.1 PART E SECTION E SPECIFICATIONS SECTION E100 - MATERIAL SPECIFICATIONS 2002113_$pe s_Wa1Br_05-03_HMC doc SECTION E SPECIFICATIONS (January 1, 1978) All materials, construction methods and procedures used in this project shall conform to Sections E1, E2, and E2A of the Fort Worth Water Department General Contract Documents and General Specifications, together with any additional material specifications), construction(s) or later revisions). (See revisions listed on this sheet.) Sections E1, E2 and E2A # of the Fort Worth Water Department General Contract Documents and General Specifications are hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein, and such Sections are filed and kept in the office of the City Secretary of the City of Fort Worth as an official record of the City of Fort Worth. INDEX E.1 MATERIAL SPECfFICATIQNS E2 CONSTRUCTION SPECIFICATIONS E2A GENERAL DESIGN DETAILS Revisions as of April 20, 1981, follow E1-2.4 Backf+il: (Correct minimum compaction requirement to 95% Proctor density and correct P.I. values as follows:) C. Additional backfill requirements when approved for use in streets 1. Type 'B' Backfill (c) Maximum plastic index SPI} 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 jetting. (b) Material meeting requirements and having a PI of 9 or more shall be considered for use only with mechanical compaction- E2-2.I I ompaction.E2-2.11 Trench Backfill: [Correct Minimum compaction requirement wherever it appears in this section to 95% Proctor density except for paragraph a.1, where the "95% modified Proctor density" shall remain unchanged } �p02113_Sge�s_Wa!ar-45-{SJ_KMC doc E - SECTION E100 - MATERIAL SPECIFICATIONS MATERIAL SPECIFICATIONS January 1, 1978 (Added 5113190) E100-4 WATERTIGHT MANHOLE INSERTS E100-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole inserts in the Fort Worth sanitary sewer collection system. E100-4.2 MATERIALS AND DESIGN a. The manhole insert shall be of corrosion-proof high density polyethylene that meets or exceeds the requirements of ASTM D1248, Category 5, Type 111. b. The minimum thickness of the manhole insert shall be 118". C. The manhole insert shall have a gasket that provides positive seal in wet or dry conditions. The gasket shall be made of closed cell neoprene rubber and meet the requirement of ASTM D1056, or equal. d. The manhole insert shall have a strap for removing the insert. The strap shall be made of minimum 1" wide woven polypropylene or nylon webbing, with the ends treated to prevent unraveling. Stainless steel hardware shall be used to securely attach strap to the insert. e. The manhole insert shall have one or more vent holes or valves to release gasses and allow water inflow at a rate no greater than 10 gallons per 24 hours. E100-4.3 I NSTALLATiON: 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. r r 2002113_Speca_VValer_45-03_KMC.gac E-2 PART F UNIT 1 CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW VENDOR COMPLIANCE TO STATE LAW EXPERIENCE RECORD EQUIPMENT SCHEDULE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND UNIT 2 CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW VENDOR COMPLIANCE TO STATE LAW EXPERIENCE RECORD EQUIPMENT SCHEDULE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND UNIT 3 CERTIFICATE OF INSURANCE CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW VENDOR COMPLIANCE TO STATE LAIN EXPERIENCE RECORD EQUIPMENT SCHEDULE PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND NOTICE i The 'blank spaces in the Certificate of insurance; Performance, Payment, and Maintenance Bonds; and Contract are not to be filled in by the Bidder at the time of submitting his proposal These forms are included herein to familiarize the Bidder with such forms which the successful Bidder will be required to execute. r 2002553_5P&Gs_Water 05-07_KMC doc '�� `,AC0RD 7126105A3l SURANCE PRODUCER 952-8301-3000 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Aeordia ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDFED BY THE POLICIES B®.OW. 4300 MarketPointe Dr#600 COMPANIES AFFORDING COVERAGE Bloomington, MN 55435 COMPANY A Zurich Ins CD(MN Construction) INSURED —_ - _ – – COMPANY S.J. Laois Construction of g American Guarantee(clo McLeanD) Texas LTD COMPANY 520 South Sixth Ave C Firemans Fund fns Co Mansfield TX 76063 COMPANY D COV97AGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. GO TYPE OF INSURANCE PODGY NUMBE}i POLICY�FECTNE POLICY EX RRATION LIMITS LTR OATE(MMIDDIYY] OATE(MMIDDIYY) A GENERAL UABIUTY GLO9307200 1,101104 11101/05 GENERAL AGGREGATE S gpOf70gC X COMMERCIAL GENERAL LIABILITY PRODUCTS COMPIOP AGG S �pppLtpq ---_ CLAIMS MADE X OCCUR K9SONAL&ADV INJURY T04�3CfC OWNER'S&CONTRACTOR'S PROT I EACH OCCURRENCE S LOop0+I0 X Per Pte_ FIRE DAMAGE(Any orlrRne) I S 30U{7i3? _ Aggregate MED EXP(Any one Pers ) S 10000 A !1TOmOBILzuA81 -rY TAP9307218 11101/04 11101/05 COMBINED SINGLE LIMIT f XANY AUTO 100000.1 T ALL OWNED AUTOS BODILY INJURY S SCHEDULED AUTOS (Per parson) X HIR£D AUTOS BODILY INJURY S X NON•OWNED AUTOS (Per eecidonl) X $1000 Comp ---- —'- PROPERTY DAMAGE S X 51000 Call GARAGE UABIUTY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN AUTO ONLY: _ EACH ACCIDENT 5 AGGREGATE S 8 IXCIRSUABILITY AUC4275260 11101/04 11/01/05 EACH OCCURRENCE $ B0p07SIM1 X UMBRELLA FORM AGGREGATE S 8000000 OTHER THAN UMBRELLA FORM j S A WORI(E�5 COMPENSATION AND WC93fl72{71 O 111❑1 J04 11101/05 X we STATLI- OTH- 9MROYE•RS'LIABILITY TORY LIMITS _._ LL EACH ACCIDENT S _ 50000: THE PROPRIETOW x INCL EL DISEASE-POLICY LIMIT S 5000 ., PARTNER5IEXECUTIVE - -- -- -- - O✓:FICERS ARE EXCL EL DISEASE EA EMPLOYEE S 513000u C •OTHER MZ197907463 11/01/04 11101105 Installation Fltr S7,500,000 limit. 8250,000 in transit, '5250,000 at temporary location DESCRIPTION OF OPERATIONSfLOCATIONSNEHICLMSPEClAL ITEMS PROJECT:WALSH RANCH WATER MAIN EXTENSION,PHASE 1, UNITS 1,2&3 ADDITIONAL INSURED PER THE ATTACHED ADDENDUM CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CA NCR IED BORE THE CITY OF FORT WORTH EXPIRATION DATE THUREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10007 THROCKMORTON STREET 30 DAYS wRITTEN NOTICE TO THE CEFrripcAT£HOLDm NAMED TO THE LEFT FORT WORTH TX 76102-6311 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR UABIUTY OF ANY KIND PON THE COMPANY. ITS AGETVTS OR R SENTATNES gUTHOAIZID EriTATP/E ACORD 25-S(1195) 70-56 @ ACORD CORPORATION 1988 Addendum to City of Fort. Worth Certificate issued July 26, 2005 Project: Walsh Ranch Water Main Extension, Phase 1, Units 1, 2 & 3 The City of Fart Worth, its officers, employees & servants are named Additional Insured with respects all but the Workers ' Compensation Policy for the above referenced project . The William M. Brown Family Ranching Operations, Inc. , L. P. , a Texas Limited Partnership, ("Grantor") is Named Additional Insured with respects to all but the Workers ' Compensation Policy for the above referenced project . The Workers ' Compensation policy includes Waiver of Subrogation in their favor_ The Walsh Ranches Limited 'Partnership, a Texas Limited Partnership and JP MORGAN CHASE BANK, N.A_ , BANK ONE, N.A. AND FROST NATIONAL BANK ("Grantor") are named Additional Insured with respects to all policies except Workers Compensation for the above referenced project . The Workers' Compensation policy includes Waiver of Subrogation in their favor. r r CERTIFICATE OF INSURANCE P TO: CITY OF FORT WORTH Date; NAME OF FRO]ECT' WALSII RANCH WATER MAIN EXTENSION, PHASE I, UNITS 1,Z,AND 3 PROJECT NUMBER: PW77-060770140580 IS TO CERTIFY THAT: S_.1.LQUIS CONSTRUCTION OF TEXAS LTD.,LLP is,at the date of this certificate,Insured by this Company with respect to the business operations hereinafter described, for the type of insurance and accordance with provisions of the standard policies used by this Company,and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF ii�SUPANCE policy Effective Ex ices Limits of Liability Worker's Compensation IWC930720102 11/1/04 11/1/05 500/500/500 Comprehensive General Bodily injury_ Liabiliry Insurance{Public GLO9307200 11/1/04 11/1/05 Ea.Occurrence: S100()() Liabilitv] Property Damage- Ea.Occurrence: S1000000 Blasting CL09307200 11/1/04 11/1/05 Ea.Occurrence: 31000000 Collapse of Building or structures adjacent to GL09307 200 11/1/04 11/1/05 Ea.Occurrence: 51()Q"00 excavations Damage to Underground Utilities 1CL09307200 11/1/04 11/1/05 Ea, Occurrence: S 1000000 r� Builder's Rist: r Comprehensive Bodily injury: Automobile Liability TAP9307218 11/1/04 11/1/05 Ea. Person: S CSL Ea.Occurrence:$1000000 Property Damage: {� Ea.Occurrence: S F Bodily Injury: Contractual Liability GL09307200 11/1/04 11/1/05 Ea.Occurrence: 1 1000000 �r Property Damage: Other N Ea.Occurrence: S 1000000 i � to" Locations covered: Anywhere in United States (including its territories and possessions) Description of operations covered: All work performed_ Canada and Puerto Rico The above policies either in the body thereof v by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five(5)days after the insured has received written notice of such change/or cancellation, r� Where applicable local laws or regulations require more than five(5)days actual notice of change Or cancellation,to be assured,the above policies contain such special requirements,either in the body thereof or by appropriate endorsement thereto attached. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's worker's compensation insurance policy. Agency Acordia Insurance Co.: Zurich Fort Worth A,-)rent By .. Address 4300 MarketPointe Dr _!#600 Bloomington, MN 55435 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A Labor Code Section 406.096(2000),as amended,Contractor certifies that it provides workers'compensation insurance coverage for all its employees employed on city of Fort Worth Department of Engineering No. 4754,5158,4635 and City of Fort Worth Project Number PW77-060770140580 S.J.LOUIS CONSTRUCTION OF TEXAS LTD., LLP CONTRACTOR � By: frt4 +f7 Les V . Whitman Gil Manager Title Date STATE,OF TEXAS � COUNTY OFTARRANT § BEFORE ME,the undersigned authority,on this day personally appeared Les V . W h i t m-a n known to me be the person whose name is subscribed to the foregoing instrument,and acknowledged to me that he executed the same as the act and deed of S.J.LOUIS CONSTRUCTION OF TEXAS LTD., LLP the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of:, 2005. L Pr N tart'Publ n ayUbr BECKY JONES the State of Texas MV COMMISSION EXPIRES DommW 19,2006 I ■r I APPENDIX A DETAILS 2002111_Spns Waler_05-01_I[MC.doc r r tit.• .1 �C 41r.€.ti'a. +.lot Lar[ xi€x€ F • : r P [ ; e x r e �" � - i :+�_ ) •• yl o. 1 . I .. 11., ., 1 .. ktY ! is` ly :a�`. _ I td... yp•27' li" 12'" 31 7/�„ y..i6..11.. [y..24,. 11. ;a.. _V �', __ tef' yy^ Id" Id•° li" S6 gf8" 1^30" Py" ey^yk^ li•:C' r )4" I6'• 14" 1S•' I2" i4 318.. �.. �'., "ls"wAll I'.\} - ;.�. •..' - - 10" td" Ir' 12"ik'" 80 yf8•• .. 66")6"' 98-•}C` m. 77' •`5 16°• }S" S' 12°' Ir' 514 1'l 6" y.. }y.. )8., 18.,j6„ '4., j€, -.,� .,=.' ,". A 4.y,. 114., �.. 78&'24•'Ice-$6,)CF,..i'- % 36.. 4.. kh,. )lr' 121 516.. .. W.yh..16...41^ 76'.7'- A •.D 4'd, 4'�7- 155 t•. 54.. 36,. t,.• v 15`" IQ 112.. 3,.inz-2;..3P.16•• :64. .:. € ;l ♦51+ ':h, P:ayn,f➢,.a r.r bt,tn e.n a.,rr it an grlinf Yaks.. nd nrp. Ce. Pr.rinp Na. 6)37. n 14 1-)-S 9. •ala•-- ^-�^--�- , ° ��.,_. —had had 16" g .. rnen. ara .aliip„ "Q'V:•• ! ,� �r1 V a•r ►rear m cal.lov No. ID, p.,}ei 14 ana y.. carr r.k.. a,.•r^,7ow, .r -.,ray 4� N➢. 92-I]158, aal.a F]-IT-TP 41 CONCRETE TOP VIEW, LESS MANROLE ' Q COVER AND RIM INSTALLATION 101 • t i�n:... �•=,r NO. 6 baR4, 6�4t (TYYI SEF ROTE 5—/ 3LC NOTE 4 —NO. 5 8AA5, 12' 41s (TY,P) (:.1 3[e MOTE I Z4,MIN— il, �OTEES 2^COVERe _ 1 - -"- _ if O. 138ARY, l7^ •/s I, Z4•'s4p` tori Vorlk }l.ndar6 ]76 l6- �,P - -_- 6"'- NO. 6 BARS, V. T �i t+, arw wrd'vaT€Il'°cast Yr S-:rcl. as[.r. a- ;�CDVZ TP,)• 4C)ODe RGIfIF, 3 btlN 1 D¢ 2:. Yrlrt.a,.ls lldr,.alis mal l br arrtar[ re.rfirctl t'GV4t'.`( CDHLRCTE 4'bfAX lir runt rrlr /+➢. ➢1 kM l➢nSys +seting ane rro+k+rn•.ne of A.S.r.f,. C•16, €r.,t Mix. III, or ew". .ling�{.R-N[E Pl.,t is i.at. ar b° i...�y� ru,r=y•Yn.P i..qe S34D• rrinlortrd co-a rrte mit`E- -t5. .rtlid- (snore[. ..ally anrlt br !e:-r�rt rJ w:ln i AItircw14r bir%• lPa[cd 6"CIC hori:p talk, Ind,F ltal lt- ►P,a rei•ir_pk ace =one rrta �w,t rl ha+,r '•ries WrraCa rube in p." at sPet a , .I 3C£ HOTC Z S E 2-14.'so(') of the cc"wt (antrbct :a,t.Jentl `� .^ - �� •a- Aral S➢eesrlcltlp,l. �4 I' - G S♦!Y Fa QTS 6 7, !"anho)a [tnvl, t.•ti. al P[F.aas.5rir rIce-2, or ea,.al• C' I'I p'_7y.; yl+.rf ie prp.ddra A4. Gr'gat. ..t.., [r.e ie•�.r. 40�6�RLIar F, GOlr in $'COVE4 �1 Tl.e HePi shall ba, :nti ellen sial a larlr.} -.._. _ (7YP.) In-� FPD- A BAR 3,4'ere I a[r+dard 4" rlar,e[rr wa holy. - rra,idr Cor atian a.nd cu to 6.S GARS, II'it ver ' lr- flo-a.CL.rd 0 pat, •41-, a, i6 Car Poralia -nf arrb slop ,:sal an441 ie 1- fry Io".nd 24"Fir. was nal d;an,etd r,; r' for d:a..r5er., Y' trP, 5.a11 br "dr ;r as a a'• rl an)cd—1,r. rd to iftA.lared setatar LOYGR['r'>r►} 1„t. Cr�P9er rl-tr' ln.11 w ,er..teed Se t..e.n tnr rxA - - y 12'{7OP cor.,ar.,ian any t,rn lt.W,. C.ro ,aov+ lrat9 b. 1 T)rIfir Or PIP Y' fRf/Ll�T.W/,[yj} [n,;rl1ad at an rlr,at ian 12"aov+e the l:ov 4er- l I l . SSI f• -- _ fay..of—It -t:- 6 rVA\- l 'IT- ...i ;- TP 1 7LOPC sn .rw5 rssl,orrtnar.e casnlvan, of luv➢li.d by reiat fl a,lit,net.r lel, L.➢9I twca•,a, rdrt ,rorty, lr . or ewe. i 6- t.rwt F{th .prl ar r ._• •-. ._� r. ._ If ^f t' 3r F—O ,y © "eA.fNtlCA.�rlr�, �'[Mffp.wiNT ' +ov RD • ■Aft B, axe 44 Boyd 6 T n n P'o WAY7 IAC 1500' CDRCRETL SECTION A-A VAULT DETAIL FOR 16" AND LARGER GATE VALVE -1 -78 F -7] F I G U 1 ►E 4 t 1.r k nlrEA,ats [ S-r► Coir reurr rCM NOTE: Trench width: to> e 1 . Pipe 24'' i ,d. and sinal ter = 241, or o.d. + 12" whichever is greater. 2 . Pipe larger than 24" = o.d. of Pipe xxb ` t 1$ '. Cradle shal l extend a mi n. of 5" beyond each side of pipe. " �+y.,.��•��-'gyp. ,�r.* _0# Concrete � 7 Bell Bell Bend 1 „ 4ni� :[:'� .;Vijay;�a.•.. 4a� RUBBER GASKET JOINT M. J. - M. J. Bend Main '` y ", ' �� =' -• 15410# Concrete 4L r Typ. MECHANICAL JOINT Main Bell-Bell � Bend _fi•r 10 yli+ _ r x _ 1500r Concrete 5-•:r y':i- Y.Y. :!. � _t. •�1 tom,g44 Typ. Keep a min, of P-0" BELL AND SPIGOT JOINT Note: when crodie is clearance between shown or specified cone, and joints or for installation bolts on C. I . Pipe. on concrete pipe or in excess of 14-0+r the full joint as detailed. length of the pipe CRADLE DETAIL or fitting shall .b cradled. FIGURE 10 1-1-]$ E 1-20 Materials E 2-20 Construction ... 3 ` undisturbed � - drench Wal 1 a B _- .. D/2 } � T-- REF: E 1 -12 16" TYP. 6" MIN. CFO 12" MIN, 24" TYP. NOTE: 24"X40" Shallow 6" MIN. Manhole type to be used if total depth less than- Ifr 4 feet , McKinley Iron Works N6. PM 24X40 or Variable equal . Diary MATERIALS I .(D 24" Std. Manhole cover equal to Standard Embedment McKinley I .W. No. A24AM•with 'Vater' cast in lid. SECTION A-ACombination air vac. Mortar, Ref, E 1-20 shape release valve, close to slab edge. T l-olyuretharne cushion pad as nipples, tee, 2 ea.. Grade adjustment , $" in supplied by Tejas Plastics Gate Valves. Nipples St . R.O.W. or under Pvmt. Materials, Supply Co., Ft. 'to conform to E 1 - 9.4. Top F bottom slabs, Class / Worth, Texas, or equal . Manhole steps equal to 1°F,, {4000'x, } concrete w/#6 U Water main, with flange PERKA-STEP #100-2, St, bars spaced 6'' c/c access as applicable. Utility prod, Inc. , each way. Steel bar cover ? Exhaust piping, fitted with San Antonio, Texas 2 ` " from bottom of each Dresser coupling, when slab. - required. Pipe gap in {See Figure 17 for Coupling shall be- min. ,D/2. Dimensions) _ 2 a 3 COMBINATION AIR AND VACUU &V1 RELEASE VALVE DETAIL -- 1�,- FIGURE 16 . :E z-i i CONSTRUCTION � i 121` TYP. R.C.C,P, R i sers) REF; E 1 --12 p i�4n y �1I I n:;e .t.• 1 ,•t.�4t 1*s fl .� { (Continued from Fig. 16) No. 6 Bars SECTION B--B 611 c/c DIMENSIONS When exhaust piping is required, min. dim. shall be length of vault riser tongue plus l". Irl When exhaust piping is not required, min. dim. shall be length of vault riser tongue plus I", (Approx. 5rl i 2" fittings, using close nipples, min. dim. shall be 1 ' 8-3/15"; 3" fittings, using close nipples, min. dim. shall be 2' 7/8' . MIN. DIM. Nominal Installation on Installation on C/L Pipe Size Blind Flange I To Surface of [Pi e Collar 2`I 'c 1/2211 ,� `T-1/1611 311 /811 . Min. dim. based on recommended installation, of close nipple. -' titin. dim. based on recommended installation of close nipple on flanged outlet with insulated flange to thread kit. Off-set to be. 6" from C/L opposite manhole step location when installation is required -• on blind flange of access outlet. Other installations shall be on top C/L of main. 2 " & 3 " COMBINATION AIR AND VACUUM RELEASE VALVE DETAIL • �a FIGURE 17 E 1`11 HAT ERIAL'S E 2-11 CONSTRUCTION - _ 3�" R Cut-out in Grade Rings t tf �� � +��. ,a' '#� •b a'. X13 - See Figure 3 2 2 Mortar Ref: E 1-12 Prov 1 de KJ Tee gp•QQ.6•P'e•+o'.o'v.� a:, �?�!e.• .0-:l: ' • a.a•'-a o'i p:cv'•.ru pa:,, .�o r r: •• •�.'�'w'r for C. i . plpe or t ti� y - �'. ■.o,i•. :-e'6. - •�.- -�-1 MJ Bell outlet `- 1 `�� for conc. pipe with anchor coup ling in each case til yn o: 9—.,� {l� 2500# concrete ':a: fief: E 2-1•-2 _ :F ! support :=o o' 6" lain. Slope as g ledge shown r�i; g• 6.11 12 MJ Gate Valve 12" 1P 01a. 6,1 min. Seal pipe to wall mole cut-out with non-shrink mortar equal to 1 part Alcrete, 1 part cement, b parts sand. 2 Details of construction shall conform to Figure IQ-5 3 Class "F" 400On concrete with No. 6 steel bars spaced 6" c/c each way. Steel bar cover to be 2" min., Y max. from bottom of top slab and from top of floor slab. STANDARD SLOW - OFF INTO 41 DIAMETER SUMP MANHOLE DETAIL FIGURE C 1 8 E 1-2Material 1 -1-7$ lJ fi G E 2-200 Construction Existing surface 'gackfili as specific-d , :•,irf"fl,''r' I ••� '• ••(�y}�7�•�1 X1 -IN 01 1 6" miry, dirrxnslon, b" max. for pay purposes when bid per cubic yard, 0 61' min. dimension. Max, for pay purposes shall be 6" on main 24" and smaller, 911 on mains 30'' and larger, when bid per cubic yard. (1) 4" min. dimension. 41, max. for pay purposes when bid per cubic yard. QGlass "E" 1500# concrete. Concrete encasement shall stop 1 ' either side of joint, and when ancas&ng concrete pressure pipe, full lengths of pipe shall be encased, joints excluded. �= CONCRETE ENCASEMENT DETAIL 1-1-78 0 FIGURE a� E 1•-7 Material FIGURE G V E 2-7 Construction �r � i h!� � ��. �,�• -��J lid. bill g it �h�i 5�3[k'•� .' Va�,�iy � N,.,t .a�iofda- �� x ri•.y N TIT. s.7fi ■ 4 Fr r fir:'. ■ JA fM tirr- � � �t'•xa/ i � r a •.u�. lir rn t }'iota!�jl■Fwl' S 'r��{��� -T.. �d�'rt�r���tLL•• ''k'�'.'1F.R.�,q5" '�i,111`•;_,ay f• r r r r r r r r r APPENDIX B EASEMENT DOCUMENTS TEMPORARY RIGHT-OF-ENTRY AGREEMENT 2DO2113_Specs_VJa(arC•5-03_KMCdoc Appendix B-1 EASEMENT DOCUMENTS Six (6) copies of all the right-of-entry forms and all easements temporary construction and permanent) obtained for this project are available for examination at the plans desk of the Department of Engineering, Bidders shall be provided with copies of any right-of-entry or easements upon request. The terms of all Special Provisions or Conditions for easements small be applicable. The responsive low bidder(s) will be furnished with a copy of Appendix B after +� award of contract. Bidders shall not remove the copies from the plans desk. 20021 f7_Spats_Wale"5-p3_KMG.doc Appendix B-1 APPENDIX C TEXAS DEPARTMENT OF TRANSPORTATION PERMIT �=113_Specs_Water_f]Sp3_KMC doe. Notice of Proposed Installation MIR A�xas utility Line on Controlled Access HihW Form 1082 JRev.dQO02y (cso-EPC) RECEIVED Page S of 2 4P To the Texas Transportation Commission Date January 18, 2005 c/o District Engineer Texas Department of Transportation fm Fort Worth ,Texas Formal notice is hereby given that The City of Fort Worth rm Company proposes to place a 30"Waterline fine within the right of way of I. H. 20 in Parker County Texas as follows: (give location, length, general design, etc.) ow Location between Fart Worth and Weatherford, approximately 2300 feet east of the intersection of 1. H. 20 with F. M_ 1187 Crossing 1-20 in a southwesterly direction, An installation of 405 LF of 30" waterline encased in 40" steel carrier pipe by other than open cut method will be i performed in 5'min to 13.5` max depths. WALSH RANCH - PHASE 1 - UNIT 3, PW77-060770140580; D. 0. E. #4635 The line will be constructed and maintained on the highway right of way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including but not limited to the"Federal Glean Water Act;' the"National Endangered Species Act, and the"Federal Historic Preservation Act" Upon request by TxDOT, proof of compliance with all governing laws, rules and regulations will be submitted to TxDOT before commencement of construction. Our firm will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions" Our firm wi11 ensure that traffic control measures complying with applicable portions of the Texas Manua!of Uniform Traffic Control Devices will be installed and maintained for the duration of this installation. The location and description of the proposed line and appurtenances is more fully shown by 4 com^!e?P sets of dravirnns attached to this notice. Construction of this line will begin on or after the 3!112005 Month/DayNear PO By signing below, I certify that I am authorized to represent the Firm listed below, and that the Firm agrees to the conditions/provisions included in this permit. City of Fort Worth F0 Firm Name A. Douglas Rademaker By — - -----r gAWJ.. &CtD s Signature Director of Engineering R` Title 1000 Throckmorton Address Fort Worth Tx 76102 City, State Zip 817 392 -6157 Area Code Telephone Number Form 1082(Rev.09.93) (Previous Versions obsolete) APPROVAL To, City of Fort Worth Permit# 184•W-17-05 c/o A. Douglas Rademaker, P,E, Hwy.No. IH 20 1000 Throckmorton Street Maintenance Section No. 09 ,. Fort Worth, TX 76102 County: Parker Date: January 31,2005 Reviewed By: J.Baxter Wk The Texas Department of Transportation(TxDOT) offers no objection to the location on the right-of-way of your proposed PLACEMENT OF 30" O.D. WATER LINE ENCASED BY 40" STEEL CASING CROSSING HIGHWAY/ROW as shown by accompanying drawings and notice dated JANUARY 18 2005 except as noted below. Your attention is directed to governing laws, especially to Article 6674w-1, Vernons Annotated Civil Statutes of Texas, pertaining to Control of Access. Access for serving this installation shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c)trails along or near the highway right-of-way lines,connecting only to an intersecting road;from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The Owner's rights of access to the through-traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation Occurs and usual means of access for normal service operations and will not permit the immediate action required by the Utility Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through-traffic roadways and ramps as necessary to ,. accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Owner when such repairs are initiated and adequate provision is made by the Utility Owner for convenience and safety of highway traffic. It is expressly understood that the TxDOT does not purport, hereby,to grant any right,claim,title,or easement in or upon this highway: and it is further understood that the TxDOT may require the owner to relocate this line,subject to provisions of governing laws, by giving thirty(30)days written notice. You are requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of-way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. See special provisions titled "Specifications for Utility Installations",as applicable. Additional requirements: CONTRACTOR NOTE SORE REQUIREMENTS ON SHEET PNO OF TSC. Please notify BOBBY BAR BEE at(8 17) 596.9298, forty-eight(48)hours prior to staring construction of the installation,in order that we may have a representative present. A copy of the "Specifications for Installations," provided by TxDOT, along with the state approved plans,permit approval shall be kept on the job site through the duration of the installation. Texa partment of Transportation-Fort Worth M fib P. Ch�vz, P. istrict Engin r 4 By: Per G. BLu District Right of Way Utility Supervisor Notice Please be responsible and notify TXDOT 48 hours prior to starting construction, and be prepared to provide the following information. 1. Permit and Highway numbers Z. The name of the Utility Company, a contact person's name and phone number. 3. The name of the Construction Company, a contact person's name and phone number. 4. A start date 5. Date to be staked, if applicable. Note; A copy of the attached Approval (including all attachments) shall be on the job site at all times. Failure to comply with these requirements will result in job shutdown. Texas Department Ak of Transportation Specirications for utility Installations Fort Worth District(re vised 4ctober/Z004) SPECIFICATIONS for - UTILITY INSTALLATIONS Fort Worth District TxDOT DIRECTORY FOR UTILITIES 3 TxDOT'S MISSION STATEMENT 5 SAFETY 5 PROTECTION OF HIGHWAY FACILITIES 5 USE OF EXPLOSIVES is PROTECTION OF EXISTING FACILITIES 5 DEVIATION FROM APPROVED PLANS 5 STAKING OF UTILITY LINES IN ADVANCE OF CONSTRUCTION 6 FULL-TIME SUPERVISION AND INSPECTION 6 NOTIFICATION OF ]OB START ,_ 5 TxDOT LOCATES 6 STOCKPILES ON TxDOT ROW 7 COORDINATION OF WORK WITH HIGHWAY CONTRACTOR OR 7 STATE FORCES WORK DAY RESTRICTIONS 17 INCLEMENT WEATHER 7 PITS 8 BORE AND TUNNELING OPERATIONS 8 MARKERS 9 ABOVE-GROUND APPURTENANCES 9 BACK-FILL OF UTILITY TRENCHES , 9 SITE CLEAN-UP 10 REPAIR AND REPLACEMENT OF RIP-RAP AND EARTH SLOPES 10 SPECIAL PRECAUTIONS FOR EROSION CONTROL 10 SEEDING SPECIFICATIONS 11 AESTHETICS 12 REQUIRED PRUNING PRACTICES 17 PRUNING SUGGESTIONS 13 titrcifir:rteuny fur L lilit] inrtxflatiunti 2 Fort wortU Distrirt �; —•_ TX66t ,yr'rf^--p �=rr. i IITILZTYL 41SON OFFICE PERRY BURNETT SUPERVISOR (817)370-6589 CHARLES KITCHENS UTILITY COORDINATOR (817) 370-5583 JOHN BAXTER UTILITY PERMITS for N.TARRANT, (817)370-6607 PARKER, PALO PINTO,]ACK,WISE CLARA ELLIOTT UTILITY PERMITS for S.TARRANT, (817) 370-6585 JOHNSON, ERATH, HOOD, SOMERVELL JOHNSON COUNTYAREA OFFICE (50) RONALD ROBINSON AREA ENGINEER (81.7) 645-21.91 DAVID NEELEY ASSISTANT AREA ENGINEER (817)55876294 JERRY STOUT UTXLITY COORDINATOR - (817) 558-6294 WISE&7ACK COUNTYAREA OFFICE (51) BILL NELSON AREA ENGINEER (940) 527-5353 CHAD DAVIS ASSISTANT AREA ENGINEER (940)62.7-5353 JANET DAVIS UTILITY COORDINATOR (940)627-5353 NORTH TARRANT.COUNTYAREA OFFICE(IY. 9FIH39j - (52) OSCAR CHAVEZ AREA ENGINEER(INTERIM) (817) 238-5943 JEREMY TYSON UTILITY COORDINATOR (817) 370-6590 SOUTH TARRANT COUNTYAREA OFFICE +DFII`130j: (54)JOE FOS5ETT AREA ENGINEER (817) 370-6638 ALBERT DURANT ASSISTANT AREA ENGINEER (817) 370-6803 J.D. GREENHILL UTILITY COORDINATOR (817) 370-6588 ERATH, HOOD&SOMERVE"LL COUNTYAREA OFFICE] (55) MARC MCENDREE AREA ENGINEER (254) 955-3511 DAVID BULLARD ASST AREA ENG/UTILITY COORD. (254) 965-3511 PARKER&PALO PINTO AREA OFFICE' (57) JIMMEY BODIFOR'D AREA ENGINEER (817) 594-3864 JOHN CORDARY ASST AREA ENG/UT-ILITY COORD. (817) 594-3864 Spvcd-1 alioll,for l'tiiily ljitirail,ilinn� 3 I:ur1 M Url11 1lietri Ct � =`TxDOT DIRECT0RY=F0FW-r U-nES{continued) � = JOHNSON COUNTYMAINTENA. (01) WALLACE RENNELS- MAINTENANCE SUPERVISOR (817) 558-6294 BRYAN ANDERSON UTILITY OBSERVER (817) 558-6294 WISE&JA CIC COUNTYMAINTENANCE (02) RICKY TOMPKINS MAINTENANCE SUPERVISOR (940) 627-2545 GREGORY GRIFFETH UTILITY OBSERVER (817) 235-3411 JANA ROBINSON UTILITY OBSERVER (940) 567-6611 NORTH TARRANT COUNTYMAINTENANCE (10) GARY PHILLIPS MAINTENANCE SUPERVISOR (817) 283-2731 PAUL FIERRO UTILITY OBSERVER (817) 313-3873 SOUTH TARRANT COUNTYMAINTENANCE� (03) RALPH GARZA MAINTENANCE SUPERVISOR (817) 235-3416 JIMMY VAUGHAN UTILITY OBSERVER (817) 307-1617 LRATH,HOOL7,&SOMERVELL COUNTYMAINTENANCE. (05)JAMES PARKER MAINTENANCE SUPERVISOR (254) 897-2647 KATE MAHON UTILITY OBSERVER (254) 965-3511 WENDELL BARRETf UTILITY OBSERVER (254)897-2547 UR:k2f ,&PALO PINTO COUNTYMAINTENANCE (09)ALAN DONALDSON MAINTENANCE SUPERVISOR (817) 596-9298 BOBBY BARBEE UTILITY OBSERVER (817) 596-9298 GORDON ABBOTT UTILITY OBSERVER (940)325-2414 SpiciGcsiF nu•[ur U ilii+ hodailaliunti 4 Furl lNorlla District In cases of emergencies, lights and traffic control devices shall always be used, and will be In strict accordance with the guidelines of the TMUTCD. NOTIFICATIONS of worst shall be given within forty-eight (48) hours via facsimile (817/374-6556), telephone (817/370-6582.), email and/or U.S. Mail. TXDOT'S MISSION STATEMENT: The mission of the Texas Department of Transportation is to provide safe, effective and efficient movement of people and goods. SAFETY Please refer to the Texas Manual on Uniform Traffic Control Devices for questions concerning traffic control. While working on TXDOT right of way Bard hats and fluorescent safety vest are required at all times. PROTECTION OF HIGHWAY FACILITIES All construction operations relative to installation of the Utility shall be conducted in such manner as to protect highway facilities from damage at all times. In addition, all work must be done in strict accordance with all applicable regulations of the occupational Safety and Health Administration (OSHA) of the US Department of Labor. USE OF EXPLOSIVES tb explosives shall be used within limits of highway right-of-way without written permission. PROTECTION OF EXISTING UTILITIES Prior to beginning actual construction operations the Utility shall notify all other Utility Companies who may have facilities in the area so they can determine if the proposed construction will conflict with or otherwise damage their facilities. REMEMBER: 1-800-DIG-TESS DEVIATION FROM APPROVED PLANS No changes shall be made to the approved location of utilities without prior authorization of TxDOT. The Utility shall make necessary arrangements with other Utility Owners for moving facilities andfor supporting same during trenching operations. Any poles, anchors, etc. relocated to clear the proposed underground utility line shall be moved toward the highway right-of-way line and location shall be subject to TxDOT approval. All utility lines incorrectly installed shall be removed and laid in proper location at the entire expense of the Utility. SJw0{ic.160115.for tflilil►Nstalla6ow. 5 Torr Worli+DiS160 i STAKING OF UTILITY LINES IN ADVANCE OF CONSTRUCTION Utility lines shall be staked well in advance of construction so that TxDOT can inspect staking to verify that the alignment conforms to requirements set out herein and that there is no conflict with highway facilities. FULL TIME SUPERVISION AND INSPECTION _The Utility shall provide competent full-time supervisors or inspectors for all utility Installations. NOTIFICATION OF JOB START 48 Hour notification is required dor utility installations. Please have the following information ready when you call: APPROVED PERMIT NO. STATE HIGHWAY NO. UTILITY COMPANY t UTILITY SUPERVISOR OR INSPECTOR'S NAME and UTILITY MOBILE NO. GENERAL CONTRACTOR'S NAME NAME OF FOREMAN and MOBILE PHONE NO. START DATE TXDOT LOCATES 48 Hour notification is required for TXDOT locates. BE AWAREH TXDOT has a considerable investment in traffic signals, -lighting, and traffic management system. These systems include underground electric and fiber optic lines. If any of the above facilities are within the limits of the utility project, the utility is required to call the phone numbers listed below: Signals and lighting: Phone # (817) 370-6671 Traffic Management: Phone ## (81.7) 370-5745 AERIAL CROSSINGS r� 72 Hour (3 business days) notification is required for aerial crossings. Crossings on controlled access highways and/or high volume roadways can only be performed on Sunday, between the hours of 3 a.m. to 7 a.m. with poiice assistance and traffic control. Crossings on non-controlled access roadways and/or 10W volume roadways can be performed NlwfirMll iusu fur Utilit}'11MITFsli+rW, Furl Worlh District h ` anytime during the week, Monday thru Friday, between the hours of 9 a.m. and 4 p.m. with proper traffic control. LANE CLOSURES 72 Hour (3 business days) notification is required for lane closures prior to the alteration of traffic flow. If a lane closure is required due to an unforeseen situation and after a utility permit has been .approved, it will be necessary to calf the TxDOT Utility Permit Office at 817/370-6697. A traffic control plan must be submitted and approved by TxDOT prior to lane closures. Note: An Engineer's seal may be required for lane closures on controlled access highways and high volume roadways. STOCKPILES ON TXDOT ROW Stockpiling will be allowed with permission froth TxDOT. Once permission has-been granted, stockpiling can start f©rty-eight hours prior to construction. The stockpile shall be placed on the right of way line or as close as possible without obstructing the curb, pavement, or line of site. All materials must be removed from TxDOT right of way completion of the utility project. COORDINATION OF WORK WITH HIGHWAY CONTRACTOR OR STATE FORCES All work related to the instailation, of utilities shall be conducted in such manner as not to interfere in any way with highway construction or TxDOT maintenance operations. WORK DAY RESTRICTIONS Except, in cases of emergency, no work will be allowed on Saturdays, Sundays, Federal or State Holidays or at night. EXCEPTIONS MAY BE GRANTED BY TXDOT IF the Utility shows that "off day" work is necessary to avoid service interruptions to the public and the Utility agrees to the following conditions: Obtain TxDOT approval at least 48 hours in advance. The Contractor is required to have sufficient personnel and equipment on the job to efficiently execute the work. The utility will have a supervisor or inspector present on the job at all times while the work is in progress. INCLEMENT WEATHER To ensure the safety of the traveling public, as well as the contractor and his crew and TxDOT agents, no work shall be allowed during inclement weather such as, but not limited to rain, fog, snow and sleet effects visibility and/or traction. r 4peeiricatiolls for utility fn.slallstions 7 rorf Worth district PITS All pits shall be excavated and closed within 48 hours. If the utility wishes to leave pits open overnight, reflective barricades must be employed. BORE AND TUNNELING OPERATIONS GENERAL REQUIREMENTS Utilities crossing under surfaced roads within the limits of highway right-of-way shall be placed by auger bore or tunnel method, unless otherwise specifically authorized by TxDOT. Bores or tunnels shall be placed at depths below the roadway structure which are sufficient for superimposed live and dead loads and also prevent collapse of supporting soil between hole and roadway. Boring and tunneling operations shall extend outside of the front slope and clear zone of the highway. Bores Where material beneath pavement is sandy or unstable and will be subject to caving, the hole for the casing.shall be bored and cased simultaneously and bored material removed through casing. Cutting face of auger or drill shall not project more than six (6) inches ahead of casing and no water shall be used in connection with drilling. Where material beneath pavement is stable and not subject to caving, and allowed by TxDOT, the hole for the casing may be bored first and casing Inserted In the hole immediately after completion of boring. If allowed by TxDOT, water may be used In conjunction with boring. Bore Pit Location Pits excavated for boring or tunneling operations shall be located so that any possible sloughing of sides of pit will not endanger shoulders or pavements and so that barricades can be placed as specified in the TMUTCD. Bore pits should be located at least thirty feet from the edge of the nearest through traffic lane a and not less than twenty feet from the edge of pavement on ramps. On low traffic roadways and frontage roads, bore pits should not be less than ten feet from the edge of pavement or five feet from face of curb. Tunneling While hole is being tunneled, casing shall normally be jacked into place as operations progress. Working face of excavation shall not precede advancing end of casing by more than two and one half (211') feet unless otherwise allowed by TxDOT. Grouting All voids around casing shall be pressure grouted. The grout shall consisting of Portland Cement and washed sand and containing not less than two (2) sacks or Portland Cement per cubic yard of grout. Additional cement shall be added if workability and/or stability cannot be obtained. Npvciiientions fur Vidiia 11Ictallsiiun•. I ur(11urlh t)ix[ricl An air-entraining agent may also be added to the grout mixture to facilitate flow if necessary. Grouting shaft be done immediately after casing has been installed In hole in order to avoid ari.y shearing of soil.and settlement of over burden above casing. Means shall be provided for proving that voids are Filled around 24" diameter and larger casings in the event there is some doubt by TxDOT. TxDOT may require the Utility to Install removable plugs at intervals Inside the casing. No holes shall be drilled in pavement or shoulders for grouting operations. MARKERS The Utility shall place a readily identifiable and suitable marker at each right-of-way line for highway crossings. Utilities that parallel the right of way shall place a marker every 1.500 feet, at intersecting streets, and highway drainage culverts. ABOVE-GROUND APPURTENANCES Above-around appurtenances,such as pedestals, fire hydrants, meters, etc., shall be located at the right-of-way line. BACKFILL OF UTILITY TRENCHES DESCRIPTION This specification shall govern backfill of trenches, which have been opened for the removal, adjustment, or installation of utility lines within the limits of highway right-of-way. Except when permission is granted, compacted backfill will be used for utility Installations, Backfill shall consist of compacted material obtained from suitable soil excavated from the trench, or from sources outside the highway right-of-way. Material shall be free of rock, lumps, or clods that will not break down under compaction. Backfill material shall be placed in the trench in layers not to exceed 6" in depth and compacted. Water shall be ,added as required to facilitate compaction. Compaction shall be done with rollers or mechanical tamps. Use of rollers will be allowed only when such use is not believed detrimental to any highway facility. The type of roller used must be acceptable to TxDOT. When rollers are used, mechanical tamps shall be used along the sides of trench to compact any backfill that cannot be reached with rollers. Compacting shall be continued until a backfill density is equal to that of the adjacent, undisturbed material. Where trenches lie within the limits of drainage ditches and channels, which are in solid rock, TxDDT may require V of concrete backfill, struck off flash with the top of rock. sprrifteatioltn for Utility InUTA1iationi Fort NvorR+Diorirt SITE CLEAN UP The Utility is responsible for site clean up at the end of each workday. Roadways adjacent to the utility construction site shall be kept free from debris, construction materials, and mud. At the end of each day, construction equipment and materials shall be moved as far from the roadway as feasible within the safety rules. If mudding of the roadway occurs at any time, the roadway shall be cleaned immediately. When the utility. installation. is complete, the right-of-way shall be reshaped to its original condition and the area reseeded or resodded to reduce erosion. ' Should settlement or erosion occur within one (1) year of the utility installation, TxDOT may specify prompt replacement at the utility's expense for bringing the construction site to a satisfactory condition. i TOOT will restore sites that are left at an unsatisfactory condition after notification has been sent to the utility. These sites will be restored to original condition. The utility shall fully reimburse al[ costs incurred by TxDOT for all repairs made by TxDJT. These costs include, but are not limited to matters of traffic safety, right of way contour, restoration and repairs to all highway structures: including, but not limited to roads, driveways, terrain, landscaping, fences, etc. REPAIR AND REPLACEMENT OF RIPRAP AND EARTH SLOPES Any existing riprap cut by trenching operations shall be replaced and surface of new riprap i. finished to match that of existing riprap. Concrete riprap shall contain not less than three (3) sacks of cement per cubic yard of concrete. Reinforcing steel shall conform to that of existing riprap. 0 SPECIAL PRECAUTIONS FOR EROSION CONTROL Special precautions should be taken during utility installations to avoid disturbing existing drainage courses. In addition, soil erosion should be held to a minimum and sediment from the construction site should be kept away from the roadway and drain inlets. During construction the roadbed and ditches shall be maintained in such condition to insure proper drainage at all times. Ditches and channels shall be maintained to avoid damage to the roadway. To avoid soli erosion, it is advised and encouraged that the Utility Contractor use all applicable means (i.e. silt fences, hay 'bails, rock filter dams, etc.) to detour soil from eroding into roadway, ditches, and adjacent property. i�+�['i#�catiuus for L iiiil� +t5t+lI�I+�sna 1 puri Worth Distriel SEEDING SPECIFICATIONS RURAL AREA WARM-SEASON SEEDING RATE: In pounds. Pure Live Seed (RLS.) Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates Eastern Section Western Section Ail Sections Feb 1 Green Sprangletop 0.6 Green Sprangletop 0.6 Green Sprangletan ' 0,7 To Sideoats Grama (El Reno)1.8 Sideoats Grama(Haskell or FJ Rena) 1.8 Sideoats Grama(HasWl) 2:2 May 1 Bermudagrass 4.8 tittle Bluestern 1.1 Bermudagrass 0.9 little Bluestein 1A Indiangrass(LQmeta or Cheyenne) 1.5 Uttie Bluestein 1.4 K-R Blue-stem 03 K-R Biuestem 0.7 Sand Dropseed o.2 5witchgrass 1.2 Switchgrass(Alamo or Blackwell) 1.2 Taal 6,2 Total 6.9 Total 5.4 URBAN AREA WARM-SEASON SEEDING RATE: In Pounds Pure Live Seed PLS Mixture for Clay or Tight Soils Mixture for Sandy Soils - Dates Eastern Section Western Section All Sections Feb 1 Green Sprangletop 0.9 Green Sprangletop 1.1 Green Sprangletop 1.1 To Bermudagrass 1.2 K-R Bluestein 1.3 K-R Bluestern 1.3 May 1 K-R Bluestern 1.0 Buffalcgrass 10.7 BuffalWrass 1.5 Bu#falograss 8.0 Total 11.11 Total 13.1 t Total 3.9 . TEMPORARY COOL-SEASON SEEDING RATE: In pounds,, Pure Live Seed RLS Dates All Sections Feb 1 Tall Fescue 4,0 To Western Wheatcgrass 5.0 May 1 Wheat (Red,Winter) 30.0 Total 39,0 TEMPORARY COOL-SEASON LEGUME SEEDING HATE: In pounds, Pure Live Seed(PLS) Dates All Sections Aug 15 Crimson Clover 7.0 to Nov 30 Total 7,[} TEMPORARY WARM-SEASON SEEDING RATE: In pounds, Pure Live Seed PLS Dates � All Sections _ May 1 Foxtaii Millet 30,0 to Nov 30 Total _ 30,0 Note;harries in parenthesis()represent"improved"varieties of the species shown. Sp(,• irirnlioris fur 17-041) rnclallationi 1 ! Fart Worth Dimrict AESTHETICS To preserve and protect trees, shrubbery, and other aesthetic features on the highway right-of- way, TxDOT may specify the extent and methods of tree removal, tree trimming, or their replacement. TxDOT may also specify the Installation methods of the underground or overhead Utility In order to protect and preserve trees and other aesthetic features. REQUIRED PRUNING PRACTICES PRIOR.TO CUTTING • Locate utility lines with the least possible interference with trees. • Amount of clearance should be determined by the rate of tree growth. • Remove minimum number of branches to provide adequate clearance. • Maintain adequate clearance for lines, NOT EXCESSIVE CLEARANCE. • ALL pruning-shall conform to recognized tree surgery practice. Preserve natural character of tree. WHERE TO CUT - In removing a limb, the cut should be made at a fork where the remaining branch will be at least one third the diameter of the one removed. LIMB REMOVIkL 1. In removing branches the cut should be made at a fork with the remaining branch at least one-third the diameter of the one removed. 2. Undercut 1/3 of the way through the limb, 8 to 12 inches from the main stem. 3. Remove limb 4 to 6 inches out from the first cut. 4. Remove stub with an even cut so that a trace (called a "collar) still protrudes (about 1/2 inch). 5. All cuts two (2) inches or over shall be painted with an approved tree dressing or paint. * See pg 14. DISPOSAL OF CUTTINGS All pruned wood and brush must be removed from the right of way and disposed of in accordance with the laws and regulations of the community, county, and state. Disease branches (especially those infected with oak wilt) must be properly disposed of to prevent the further spread of the disease. tiiieririeationa fur IIii ir}IiowIlat'sun+ 12 Pori 71'or1liYsloart PRUNING SUGGESTION f.rifrwaN ra '3�.�ya •r a�. i• • � •�` �'��' .cx aLE�t� A. f`. t� g IJ£SIAA1}I_E TREE MODIFICATIONSyw"`t �`;�PRESERVING SYMMETRY. r •. UNDESIRABLE TREE MODIFICATIONS Such Iraa.Iins rralotianshiPs es II6VstW44 OtrFatualas IEigh mafneenaace costs and right-al-:rar oniightitnass. q R Y DESIRABLE 0 E 5 1 A A 6 L E UNDESIRABLE UNtIES.YiiABLE I]ESERA9LE Rrmove limb dr sr Tram T-: WIC Cif 1. CY 113 ray Waugh S4 + limb B Y2' lrom tA, a� .:4 Cul 1 f+iil+4vriYevenStub +.Fn'naelrve i Huth tut. 4�q�of stub w DESIRABLE DESIRABLE LINDESIRABLE PROPER LINTS REMOVAL (Vdiv, at ma:+:) � r SPev'r'"OWIN fur Iffility fiWAIIAHow,, 13 dQ furl Wombl7itlriel APPENDIX D GEOTECHNICAL REPORT pm 2602113—Specs Watw_422245 doc UNIT 1 2002443 Sp$w_Walw_05-03_KMC-dx TERR4-MA9 INC. CaUR!kucg0[ TesfiN GEOTECHNICAL INVESTIGATION WEST SIDE IV-TRANSMISSION PIPELINE FORT WORTH,TEXAS TMI REPORT NO. FE02-421 TO MALCOLM PIRNIE, INC. DALLAS,TEXAS 8Y TERRA-MAR, INC. DALLAS l FORT WORTH 1 HOUSTON 1 AUSTIN JULY 15, 2002 TERRA-MAR Consulting Enp-oo rs•Geotedr"•Enrrironrriental■Cwstuc bon Materials Testing DALLAS-FOO WOM•HOUSTO"•Att$TWt•LANGIVrzW T t T ,July 15, 2002 TMt Report No. FE02-021 MakxAm Pimie. tric. 12221 Merit Drive, Suite 1170 Dallas,Texas 75251 Attn: Mr. D. Sean Smyth Re: C*xAedhnicalInvestilgatim West Side IV-Transmission Pipeline Fort Worth.Texas Dear Mr. Smyth: Submitted here is our geotechnical report for the above referenced project. This report describes the results of our field-acrd iaboratoryInnestigations together Wth recommendations for the design and construction of the various project elements. Two bound copies and one unbound copy of the repot have been provided. We appreciate the opportunity to assist on this project and trust that our field and laboratory data, and engineering recommendations will be of assistance in your design efforts. Do not hesitate to call if there are questions, or when we may be of further service. Respectfully, p: t* �M TERRA-MAR, INC. � [3ARftET'r € IM1fiLLIM 52525,4. Leonel Ruiz, E.I.T. Garrett E. Williams, P.E. it IN ro�fa�.E� Graduate Engineer Fort Worth Office Manager 2400 Grevei Drive,Bldg.25, Fart Worth,Texas 76118 Pham;81T-284-8Sfi3 Fax:817-284-9430 west we nr-Tom,P036W TERA41.4R, IAM Fort WOM.Texas TM No.F E02-021 Con sures a-Gea6adv i A-EnvkorMnenU cortskuClon Matwws Tes*v TABLE OF CONTENTS Eagg 1.0 PROJECT DESCRIPTION, PURPOSE AND SCOPE 1 2.0 FIELD AND LABORATORY INVESTIGATIONS 1 3.0 SfTE AND SUBSURFACE CONDITIONS 2 3.1 Site Geology 2 3.2 General Stratigraphy 2 3.3 Groundwater 3 4.0 PIPELINE DESIGN RECOMMENDATIONS 3 4.1 General Design ConskWations 3 4.2 Pipe Embedment&BadA Recommendations 4 4.3 Provisions to Reduce Backfill SetUernent 5 4.4 Piga Thrust Restraint 5 4.5 Thrust Black AAowable Bearing Resistan e 5 4.6 Restrained Joint Recommendations 6 5.0 CONSTRUCTION CONSIDERATIONS B 5.1 Groundwater Seepage Considerations 6 5.2 General Excavation Considerations & Rack Excavation 7 5.3 Open-Out Excavation Considerations 7 6.0 INSPECTION AND TESTING 8 7.0 LIMITATIONS 9 ILLUSTRATIONS F ig Plan of Borings 1 Log of Borings 2-9 Legend for Log of Barings 10 - 11 Recommendations for Braced Excavafions --- 12 Field and Laboratory Procedures Appendix A r West side IV-Te ion Pine 7�ff+R011-M 4R AMC. Fort Worth.Texas TW NL FE02-021 412� C mul ft—�-�arrtal cart*ucsw Malerlds TeS&p 1.4 PROJECT DESCRIPTION, PURPOSE AND SCOPE This portion of the project consists of the installation of a water transmission main approximately 7,000 feet in length. The line begins at the intersection of Westpoint Boulevard and Basset Locke Drim In west Fort Worth and extends west approximately 7.040 feet temminaWV in a field. A small stream crossing Is pre t near the middle of the referenced alignment. The pipe is anticipated to be embedded up to 10 feet below grade. The investigation was designed to explore subsurface conditions akmV the proposed pipeline alignment and from the results of the exploration, develop engineerkv parameters and reconvnendations 4o be used In its design and mon. Our-services included; • A detaled description of subsurface and groundwater conditions at the project site, and their effect on design and owtstruction, Including a description of the soil stratigraphy, undeltying rock,formation, and any noteworthy geological oondhions. • The effects of groundwater on the design and Installation of time project elements.. • Recommendations regarding pipe embedment and trench construction. • Estimation of mroduius of subgrade reaction of enveloping earth. 2.0 MELD AND LABORATORY INVESTIGATIONS Subsurface conditions were evaluated by a total of 8 borings drilled on ,lune 14, 2002 at the approximate locations indicated on the Plan of Borings, Figure 1. The alignment was located in the field by a representative of Malcolm Pimie and the borings were staked based on this alignment. The borings are typically spaced at 1000 foot intervals along the alignment. A detailed description of the held and laboratory procedures used in the drilling and testing of the soil samples can be found in the Appendix. The results of the field and laboratory testing procedures, along with the soil classification by the Unified Soil Classification System, can be found at the appropriate depths on the Logs of Borings. Figures 2 through 9. A key to the boring log terms and symbols is presented on Figures 10 and IP 11. w.- r Page 1 of 9 West side rY-Twar,»rr*Mko m TERRA-ill(i4rl�'; IIMII:. Fant WoM.Text THAI No.FE012-021 Ganafty-Georgic v*M-� *S� CQI*UCGW Ma"dAs Tftft 3.0 SITE AND SUBSURFACE COMMONS 31.9 Site Geology .According to the Eat ShW .Q Atlas of Teas. the proposed alignm$nt Is fly located in an area underlain by the Goodland Lknestone formation. The Goodlartd 1-knestone Formation typicaity oortslsts of shatiow limestone that weathers to fans residual deposits of moderately to highly alive plastic day. 3.2 Gen"Stratlgraphy - Descriptions of the subsurface eondidons encountered In the borings. including descriptions of the various strata and their depths and thidmess, are presented on the Logs of Borings. A brief surnmary sof the stratigraphy lnd-tcated by the borings Is presented below. The depths indicated on the boxing lugs refer to the depth from the ground surface that was present at the time of the investigation. Boundaries between the various soillrock types are approximate. The surfiaal soils encountered in Borings P-1 through P-4 consisted of dark brown, brown and tan silty days, days and shaley silty days to a depth of 15 feet below the surface. Baring P-1 rioted a tan fractured limestone layer from 1.5 to 4 feet. The various days and silty days had Liquid Limits (LL)varying from 29 to 62 percent and Plasticity indices (PI)varying from 9 to 37; classified as CL to CH by the USCS; and were very stiff to hard in consistency. Borings P-1, P-2, and P-4 were terminated in the shaley silty days at 15 feet while Boring P-3 was terminated in the silty day at 15 feet, The surficial soils encountered in Boring P-5 consisted of dark brown silty days to a depth of 3 feet. The silty days encountered in Boring P-5 had a LL of 42 percent and a PI of 22; classified as CL by the USGS; and were very stiff to hard in consistency, Hard to very hard tan limestone with clay seams and layers was next present in Boring P-5 and at the surface in Borings P-6. P-7 and P-8. The tan limestones were highly fractured in Barings P-6, P-7 and P-8 above 1 to 2 feet. An approximate 2 foot thick tan silty day layer with limestone fragments was present in Boring P-7 at a depth of 4 feet. These silty days had a LL of 27 percent and a PI of 12; classified as CL; and were hard in consistency.. Boring P-7 was terminated in the tan limestone at a depth of 15 feet. Very hard gray limestone was then encountered in Borings P-5, P-6 and P-8 at depths of 7 to 13 feet below the ground surface. Page 2 o19 West side lv--Trwa*tslan wp*,a TERRA4111i4UT4,INC Fort worlh,Texas TW NM FE02-021 C,orutftnQ—Gediedrli .'Envkarrr4n#al rThe Atterberg Limits indicate the siitty clays encountered at this site are moderately active to active while the days (CH materials) are active to highly active. Active days can experience significant volume changes(expansion or contraction)watt minor fluctuations in their moisture content_ r3.3 Gmund"ter The borings were advanced using continuous f9ght augers which allows relatively accurate measurement of groundwater during drilling. Seepage was not encountered during drilling and the boxings were dry at completion. IFIt is W"p'osslNe to accurately predict the magnitude of subsurface water fluctuatim that might occur based upon these short4enn observations, and it should be recognized that groundwater levels will fluctuate with variations in seasonal precipitation and surficial runoff'. If construction occurs during or following periods of heavy rainfall, shallow groundwater may be encountered in the form of seepage through the cracks,fissures and fractures within the day overburden soils and tan limestones. If there is a noticeable change from the conditions reported herein, Term-Mar " should be notified Immediately to review the effects it may have on the design recommendations. 4.0 PIPELINE DESIGN RECOMMENDATIONS 4.1 General Design Considerations Excavation depths for the water transmission main are anticipated to be up to 10 feet below existing grades. It is our understanding the pipeline will be installed using open-cut excavations. The water pipeline is anticipated to bear in either tan limestones or silty clays. The results from the borings indicate that the anticipated bearing materials will provide satisfactorily support when present in an undisturbed condition.. The cohesive materials are in a very stiff to hard condition. The tan and gray limestones are hard to very hard. Excavation of the limestones will be difficult and time consuming. Please refer to Section 5.2 for a more detailed discussion. r Since the loads at the bearing elevation after construction (from the pipe and backfill) should be very close or somewhat lower than the original overburden pressures, settlement of properly bedded pipe is expected to be negligible for the anticipated depth of cut of up to appmximmteiy-16-- feet. Where the pipeline is underlain by days or silty days of 4 feet or less in thickness Rage 3 of 9 Wed side ry-Tearan*NGan a MRRA4944, Nva Fort WOO.Texas TPI No.FE02-021 Cara Jam--G oledw*M-EnvirunnUK l:al 40 cmskucom Mawgts Tessiv movements related to moisture Induced volume changes in the active day solls are estimated to be on the ander of one inch or less. Additionafty, where ft pipeline is underlain by limestone movements due to shrink/swell effects will be rr"nal. Based on the conditions eno Duntered In the borings It is recomrr>$ " 0-tat the pipeline be designed to withstand on the order of 1 kx h of vertical movement to account for localized non-uWocridty, soft zones. or moderate seasonal shrink/swell effects. The selection of a suitable modulus of subgrade reaction (k) for the design of the pipeline is somewhat complicated by the fact that the subgrade conditions at the sample locations are variable, and that the boring k cations are widely spaced. The k values would be expected to range from approximtely 260 psitin where underlain by days and silly days to over 1000 psIAn where underlain by limestone. It is conservatively reoorrxnended that a value of 20U psifin be used for design of all of the pipe m areas. 4.2 Pipe Embedment d Backfill Recommendations Pipe embedment should be a coarse-grained cohesion-less material that will properly fill the area below the spring line of the pipe. This bedding should extend above the pipe a minimum of 6 inches to provide protection of the pipe during placement of the trench backfill Site excavated materials are generally considered suitable for use as backfill above the embedment materials. All trench backfill should be free of deleterious materials. Use of rock c fragments greater than 6 inches in any dimension should be prohibited, since attaining unifomh moisture and density without voids would be difficult Backfill should be compacted in maximum 9 inch loose lifts at a minimum of 95% of the Standard Proctor density (ASTM X698). Clay soils having a PI over 20 should be compacted at a moisture content ranging from -2 to +3 percentage points of the optimum moisture content as determined by ASTM X698. Silty day soils having a PI less than 20 should be compacted at plus to minus 3 percentage points of the optimum moisture content. Jetting to compact the pipe backfill should not be allowed. Flowable concrete can also be used to backfill the pipe trench. Page 4 4f 9 westSWO N-TranwpWsim POOW MRR4�ALA^ fNC. Fcd Wodh,Teras �a TMI N0.FE02-021 caxmA —C`,e01�-*2� Fir C.onstucillm Ualerbh Teskg 4.3 Provisions to Reduce Backfill Settlement Field-testing will be a critical element in controlling the compaction of the backfill to limit settlement. All trench backfilling in cribcal areas shall Include fufil-tiime observation of soil compaction by an experienced geotechnican under the supervision of the geotechnical engineer. The contractor should provide protection for fine testi K&tspecton personnel while worldrig In the trenches, and shall move fine protective shleldlshoring such that areas to be tested are readily accessible. The compacted maistureldensity of all backfill sods should be tested at a rate of one gest per 100 linear feet of trench. for each lift of fill placed, dig construc ion. Digging th;mKQh existing lifts of backfill to access and test underlying tffts should not be allowed. In our opinion, the potential settlements can be fntited to acceptable levels using site-excavated soil backfill materials by ushV the ownpaction criteria discussed above and specifying stringent testing requirements for all backfill material. In addirtim to limit settlement where coarse-grained cohesion-less materials are used as pipe bedding materials they should extend at least six inches above the top of the pipe and should be wrapped with a suitable geotextile to limit the intrusion of fines into the crushed stone material, 4.4 Pips Thrust Restraint Pipe restraint will be required where the force mains change vertical and horizontal directions. The pipe thrust can be resisted by thrust blocks or pipe joint restraint, Recommendations for bearing resistance of thrust blocks and pipe joint restraint are presented in the following section. 4.5 Thrust Stock Allowable Bearing Resistance The allowable bearing resistance for sizing thrust blocks for horizontal toms in the force mains can be computed using the following equation. The allowable bearing resistance is based on the thrust blocks bearing on undisturbed soils. The undisturbed soil should extend at least three thrust block widths beyond the bearing face of the thrust block. hit x S„ gar, - FS Psf Where; �� � ON .lid wY Page 5 of 9 � - �u Y JX, r , J 11, casae shoe ev-Tfamntsdm Fllmlkw 7FRRA4L4Rj NC. Fart wash,Texas Trull No.FE02-021 Cons,t*Q—Ceoiec v*W-£nrigrxnvenral C aubuc§w teaks Teach q,d is the allowable bearing resistance with units of psf S.is the undrained shear strength of the soil,use 2,000 psf FS Is the factor of safety. A factor of safety of 3 Is recornrnended. N, is the bearing capacity cxoeflident and Is dirnensiortless, K is equal to 1.5 x (dlh) :L6. The foo*V to embedment depth ratio, dlh, is equal to the vertical depth to the bottom of the footing,d,divided by h the vertical height of the footing.tk should-not exceed 6. 4.6 Restrained Joint Recommendations Unbalanced thrust forces at pipeline horizontal bends can be restrained by sliding resistance along sections of the pipeline and at vertical bends by the soil overburden prmures, fluid weight, and pipe weight. The vertical soll overburden pressure can be less than the weight of a column of soil above the top of the pipe. Marston's equation for soil pressures acting on a pipe in a trench with soil arching Is, reaarrtnended for computing the vertical earth cover ioa+d acft on the pipe. A sliding coefficient of 0.25 is recommended for smooth wall PVC and fiberglass pipe and 0.3 is recommended for rigid concrete pipe. A soli unit weight of 104 pcf is recommended for design above the water table. It should be noted that movement between the pipe and betiding soil is required to mobilize the sliding resistance along the pipe. Pipe movements ranging from 0.2 to 0.5 inches may be required to mobilize the full sliding resistance. Accordingly, a factor of safety of at least 1.25 is recommended to compute the required length of pipe with restrained joints to help limit pige movements. 5.0 CONSTRUCTION CONSIDERATIONS 5.1 Groundwater Seepage Considerations While groundwater seepage was not encountered in the borings drilled for the water line and depending when excavation starts, seepage could be encountered in some portions of the excavation, particularly when excavation proceeds during wet periods of the year. The occurrence of seepage will also be more likely in the areas where the alignment is near creek crossings_ if significant groundwater is encountered, it should be controlled by means and methods selected by the contractor. This includes the control of tailwater flow through the backfilled sections of Page 6 of 9 West sae N-Tom, " TEMA4E44, INC. Fart Warlh,Texas TMt Pio_FE02-02 i Carrsxrlfolp—Gevledrnkd-E ko n sft 0 [Gown MAwWs TedBrg previous utility construction. It is Nicely that seepage may be oDnbdled by means of collection ditches, sumM and pun4*V, Groundwater levels should be maintained at least three fWA below bases of the excavation for the term of cf3nstrt1c#ion. Failure to do so may loosen the beating materials where days and silty days are present. Protection of the open excavations shoutd be provided during periods of nnoderate to heavy rainfall, as surface water will most likely channel and collect in the excavations. There is also the potential for sidewall sloughing while the excavations are open. TNs will be of particular concern in any areas were groundwater Is encountered. as the groundwater will accelerate the sloughing rate. It will be necessary to provide adequate side sbpes or temporafy shoring in the excavations in order to provide (or worker safety In some areas (refer to following I sections). It should also be reeogntzed that day surfaces wild becom quite slippery when wet. 5.2 General Excavadon Considerations a Rock Excavation Generally, the soil materials encountered during our field operations were days and silty days. It Is expected that these materials can be excavated without undue difficulty. However, shallow tan _ limestone layers and strata were present at or within a few feet of the surface in the borings. The tan limestones typically overlie gray limestones. The tan limestones and gray limestones are hard to very hard, difficult to excavate and require extra effort during excavation. Special row excavation techniques are necessary to excavate the limestone. It should be expected that the excavation of this material will be difficult and will require heavy-duty equipment. 0 As a point of reference, unconfined compression strength tests of the limestones typically ranges from 100 to well over 250 TSF. 5.3 Open-Cut Exca va tion Con sidera tion s Given the nature of clays and silty clays, it is expected that sidewall sloughing and caving may occur in some of the excavations with steep side slopes. This will be particularly pronounced in excavations that encounter groundwater seepage or experience significant surficial runoff collection. The soils present in the excavation may be subject to caving and sloughing and must be sloped or braced in the interest of safety. If sufficient space is available (in relation to adjacent structures) to Page 7of9 West Side N--Trawnlatan Paine 4WWA,,INC. Fort Worth.Toms TM No.FE0242i Cxwd upft—Geobrlrfieal-EFRkunn►entA provide a stable slope, an open cut can be used. Refer to current OSHA 29 CFR Standards for recommended parameters for use in the design of braced or sloped excavations. If sufficient Beare is not available, then a braced excavation will nx)st likely be required. The appropriate bracing, system or shield should be selected by the mar, and stxxM be configured to withstand the expected lateral earth pnwaxes, and hydrostatic pressures if groundwater Is present. The magnitudes of the vertical loads on the bracing systems can be estimated using Figure 12. These estimated loads are provided for preliminary planning pins only. and do not relieve the contractor from responsibility for providing fully engineered shoring and/or trench protection systems. Trench shoring should be used for excavation to support open cuts located where existing utilities are within a zone extending from the base of the excavation upward at a 1 H:I V slope. Surcharge loads, such as those resulting from excavation spoils and/or equipment, should be placed no closer than two feet from the crest of the slope, in accordance with OSHA regulations_ All vehicle traffic should be prohibited from at least Frye feet of the crest of the excavation. i Excavations should take Into account any uUrMes to avoid undermining these features. I The following guidelines are presented to aid In the development of the excavation plans: 1- Surface areas behind the crest of the excavations should be graded so that surface water does not pond within 15 feet of the crest,nor drain into the excavation. 2. Heavy material stockpiles should not be placed near the crest of slopes. Similarly, heavy construction equipment should not pass over or be parked within 10 feet of the crest. 3. The crest of slopes should be Continually monitored for evidence of movement or potential problems. Freestanding slopes will become less stable when influenced by groundwater or saturation by rain. 6.0 INSPECUON AND TESTING Many problems can be avoided or solved in the field if proper inspection and testing services are provided. It is recommended that all field operations relaters to soil placement and compaction be monitored by a qualified engineering technician. Field density and moisture content determinations should be made on each lift of fill with a minimum of 1 test per lift per 100 linear Page 8 of 9 West Sift IV-Tmtsmksim n9 -MAA;JMC. Fort W%C.T"as TUI No.fr:W- 21 c "-mat*$� cW"MS(%W kft%ftb T"kV -�Ol�fallenfal feet of trench baddill. Terra-Alar. Inc. employs a group of experienced,welt-trained technicians for inspection and construction materials testing who would be pleased to assist you on this project �r 7.0 1JMITATIONS 1 The reaonunendations presented in this report are based on a discrete number of soil test borings. Ali*Mh our field personnel visually survey the site for surface features Indicative of variable soil conditions, subsurface corxfrttons may be encountered that differ from these data. In oris case, our office should be notified immedtatety so that the effects of these cors Mons on design and ir. construction can be addressed. This study was conducted far the exclusive use of Malcolm Pimte, Inc. The reproduction of this report or any part thereof, In plans or other docurnents supplied to persons other than the owner, should bear language Indicating that the Information contained therein is for general design purposes. All contractors referring to this geotechnical report should draw their own conclusions �- for bidding purposes. G� i Page 9#a West side dY—TMMab"POW* , FAA INC. Fort Wom.Texas Tm N+o.FE02-02 d Corrs+W by—ce d-Emkomm" coratncom Ww6KWS Tss&q ILLUSTRATIONS i x � oc «- n x a w �, .- � � �� .T � ct.. �. i _ L a '� + ' � � � �. �, � a c n J s� V 3 c �a a •• a � a n � o fl � � o� a t w •` fes' LOC OF BORING- BORING P-1 Project: Wast Side W TmnsmhW-1 : Fort Worth, Texas Project No.: FE02-021 este: 6-10-02 Elev.: Location: See Figure 1 000th to water at completion of boring:DRY Depth to water when checked: NIA was: NIA Depth to caving when checked: N/A was: NIA EIENAl SOIL SYMOLS DEf't'F1 SAMPM symmo BDESCi IIPTIQN WC tt PL -200 a.0. rP"m u - [ f M13M PEST DATA % % % 7i Pd Ul * Hard brown SILTY CLAY wl - - -- F -- - -- - - firnestomffraumemts (CL) toss- Very stiff browri CLky wAimestor j ":Ft- -- - s fragments (CH) Very stiff tan SILTY CLAY w1 - -_ -_ - -- -- -- ---- knestone fragments 18 100.2 t.o 0.88 10 0 2.28 (CL) Hard tarp SHAL£Y SILTY CLAY wl ---- ------ ---- ----- - is -- - - li - sand and silt seams(CLf 70 15 I t 30 i i i 35 i Notes: Corrkpletian Depth: 15.4- No Seepage Encountered FIGURE NO.: 2 TERRA-MAR, INC- LOG OF RARING BORING P-2 Project: West Side N -Trananbsion Plp 4m"; Fort worth, Texas Project NO.: FE02-021 Date. 6-18-02 Elev.: Location: See Figure 1 Depth to water at conWiedon of :DRY Depth to water when checked: NIA was: NIA Depth to carving when checked: NIA was: NIA EtE�,E*u st3s vMsoi s -200 0.p. P.PEN :71 sp�� p 5[ ttPT1OH Mc LL PL% x. % P+ % � tdHard dark brvn CLAY wI w -- - __ _ __ __ 4.fi+ calcanmKm no"e3 4.5+ 62 25 37 4.5+ (CH) 4.5+ 1 Very stiff toard tan and dray _ - - - - -- -- 3-�------ - SILTY ---- SILTY CLAY v ilcalcareous nodutes VM Iimeatane fragments 26 $9.7 3.0 t.39 I � r 3.0 18 3E i8 22 4.5 (CL) 'Very stiff tan and gray SHALEY -- -- -- -- --- {;25------ - -SILTY ---- SILTY CLAY wlsome silt ICL) -- - - -- - ---- I 2Q 1 } i t 25 i 34 i l f i 35 d i i NOteS: ' COI'rlpletiOfl D@t1tt1: 1 5.O' NO Seepage Encountered FIGURE N4.: 3 TERRA-MAR, INC. LOG OF BORING BORING P-3 Project: Wast Side IV-Transmission Plpeftm; Fort Worth,Texas Project No.: FE-02-021 Date: 6-14-02 Bev.: Location: See Figure 1 Depth to water at compistim of boring:DRY Depth to water when checked: NIA was: N1A Depth to caving when checked-NIA was: NIA �v�troltr so1�syMsa�s - a rrt s'MEe 9VMm s DESCRIPTION meu •4oa DD. Pym UNCON. Ite.tl &FIELDi saT LATA % % % % pet ut ut ° Hard dark brown SILTY CLAY wl ---- ---- - - --- tons - -- - --tons ire t4ents (C4 r -- - - -- - -- - -- ---- I St1ff brown and tar► SILTY CLAY w�" -- - _ 2:a i7 2:s -1.f3 t0" f agiftnts(ClJ J V"stiff to hard ten SILTY Ct AY 2.76 s wflimestone fmgments(C'L) 4.5 1 111.0 4.0 1-98 shaiey below 9.0' 19 43 18 28 4.0 is 00 3,3 4.0 34 - 35 30 r 35 Notes: Campletian Depth: 15.0' No Seepage Encountered FIGURE NO.: 4 TERRA-MAR, INC. LOG OF BORING BORING P-4 Project: West Side N -Tmnsnasshm p9perm. Fort Worth, Texas Project No.: FE02-021 Cate: 6-10-02 Elev.: Location: See Figure 1 Depth to water at cort>pletion of boring:DRY Depth to water when checked: WA was: NIA Depth to caving when checked: NIA was: NIA ELEVATIOW SOIL SYMBOLS OEM SAWLEw SYMBOLS DESCRIPTION mc LL t+i � -200 cr.n, r��r �� iaad aE FiE#D TEST iiiEFA _ x 9F. %. % D. to tsr s _ Very at#ff tv herd dark brown SILTY _ _- -- -- CLAY WI Fimestona fragments and 4.6+ Very sdff to hand tan SILTY CLAY 18 1 i©.e 3.7.7 --- i wlcaticereous nodules(CL) 5 1.69 s 14 28 20 8 4.6+ r i 1 VWY staff to hani tan SHIILEY StL - _ __ -_ _ --- - CLAY wlsi t and ismestone >`a fragments 25 100.2 3.5 1.81 {CLI 4.s+ •ao f i zs z � F i- 30 j 35 I r Nates: CoffgAtian Depth: 15.0' No Seepage Encountered FIGURE NO.: 5 TERRA-MAR, INC. LOG OF BORING BORING P-5 Project: Wert Side IV -Trenunission Pipeline; Fort Worth,Texas Project No.: Ff82-021 Date: 6-10-02 Bev.: Location: Sea Figure 1 Depth to water at conVkd m of Ibodng:DRy Depth to water when chocked." NIA was: NIA Depth to cavkV when checked: NIA was: WA ElE1iATle]11I Sm symem DEPM SAMMM UMetxs I?ESCfi1P7lON Mc u. ". ., -Roo oz. P.Pw txtoOH. if++d #F*M Tit DATA r Very stiff to hard dark brown SILTY - - __ _ __ _ ---_ y CLAY wlcalcareou nodules is 106.5 4.0 2.49 ` t6 42 20 22 4.6 - s loo11 v toawos- Vwy hanf gray-i1MESTONE wiWm-to - -- -- -- -- --- --- ---- seams is F i5 1�ID.75` 1 za 25 p r F ]5 Not6s: Completion Depth: 15.0` No Seepage F-ncountwed FIGURE NO.: 6 TERRA-MAR, INC. LOG OF BORING BORING P-6 Project: Wast Side IV-Transrr6sion Plea;-Fart Worth.Texas _ Project No.: FE-02-021Date: 6-10-02 mv.: Location: Sea Figure I Depth to water at curnpletion of boring:DRY I]epth to water when chocked: NIA was: NIA Depth to caging when checked: NIA was: NIA WVATK*U SO4.9% 1A rg Shmpum symeoLs ❑ESCFIIPTEQN roc u PL0.0. PPM UNCON {bst} i F*XD TW DATA x % P1 X Pd art s Tan LMFSf0_ NE, highiy fractured Hard tar+LIMESTONC wlocassionnl 7- - ---- ------ -------- -- - - - --------- 100/0,75, Clad rearms 5 10411.0' 100A.5' to M10.75 1 Hard gray L1ME5T0NF wlshale -- -- -- -- -- - - - is layers— i 20 25 s 30 4 ES f Notes: Completion Depth: 15.0' No Seepage Fmcountered FIGURE NO.: 7 TERRA-MAR, INC. LOG OF BORING BORING P-7 Pru;ect: Wont Side 1V -Transmission Pipeiina; Fort Worth, Taxa* Project No..FE02-021 Date: 6-10-02 Elev.: Location- Sea Figur* 1 Depth to water at completion of boring:DRY Depth to water when checked: MIA was: NIA Depth to caving when checked: NIA was: NIA ELf1UT1DW SOA Srlfl WXS DEPM SAMPM SVMWts DESCRIPTION +C u PL 1 1.200 DiM P.PM UICOK t1+atl &FOD IERT DATA % % % % pry fiq . W ' ran LQ_EESTaNI• Ngt wed f Veit'Kara tan LlMESf0_N1 wrrlsl�ty -- -- - - - - --- won o- clay layers, t ' `Nand taut SiCtY dCAY wliimestnne Ls --- ! fragments f ~ (CL) r —— —— — —- _ _—_ __— Very hard tan l IMESTONE wlsilty I taMA, day layers 1v iOQA.i' 1 r 13 14017.5' r Ir 7 Q d L c ••y l-Z} E Y I-30 35 Notes; Conlletion Depth: 15.Q' No Seepage Encountered FIGURE NCI.: 8 TERRA-MAR, INC. LOG OF BORING BORIM P-S Project: West Side IV-Tragi pis: Fort Werth, Texas Project No.: FE02-021 Date: 6-10-02 Elev.: Location: Sae Figure 1 Depth to water at comlAetion of boring:DRY Depth to water when checked: NIA was: NIA Depth to caving when checked: NIA was: NIA ELEVAT10W SoL SvMgOLS SAMPLER 5'rsuiBOt_S DESCAIPfloN MAIC LL PLPi -200 DA P.PEN UNC�OH. (taet! &FIELD TEST DATA 9i ii !G !G Pd btf td Tan l IH ESTONE -_ ._ -- _ - - _ ,highly fracturad Very bard tan ffM_6$T07NE -- -- - -- -_ -- - ------ ---- is - - --- tnaun.>;• s tl)OIfO.Zi iaoV0.5` AS 2G xs 36 I Ift ! ]5 I Notes: Carrspletion Depth: 15-o- No Seepage Encountered FIGURE NO.: 9 TERRA-MAR, INC. BORING LOG SYMBQLS AND TERMS FOR SOIL SOIL AND MATERIAL TYPES* SAMPLER.AND INERCATOR TYPES Clary slhaley Clay Ziir Waled Rock (CK CLI (Cts,CW Sheby Tube Cone silt aft CIMY S b dwd THO Gone . (MH,IAL) (CL.Ct'f1' Prrwbarneter (SP,MV) (CL.CW samb 8WMAUger ♦ ��_ Gr14d �ey { . WAW 6 1�1 -' 'VftW Le'M+Orf" (C#'.[31►V1 �-- Sind(SC)' -,w'" at Carole" Cale k►keted *t4a c Dur aprbda am used to WKSo ie barderhro and rnW i *A bona STRENGTH OF COHESIVE SOILS MM OF GRANULAR SOILS Sail Pocket Penetilvowter SPT Rows Relative COnsW ncy Readino.t3F [ger fob.N eQ Vewr Soft <0.25 0 to 4 Very Loose Soft 0.25 to 0.50 4 to 10 Loose Firm 0.50 to 1.00 10 to 30 Medium Dense Stiff 11.00 to 200 30 to 50 Dense Very stiff 2.00 to 4.40 a 50 Very dense Hard > 4.00 DESCRIPTIVE TERMS FOR SOIL ion Criteria Indusions a Stratified Alternating layers of material or color Parting Inclusion<1118'thick with layers at least 1/4"thick Seam Inclusion 118'to 3'thick s Laminated Alternating layers of material or color Layer Inclusion?X thick with layers at least 114'thick Trace <5%of sample Fissured Breaks along definite planes of fracture Few 5%to 10%of sample with little resistance Slidkensided Fracture planes appear polished or Some 10%to 259h of sample glossy. sometimes striated Numerous 2596 to 54%of sample Blocky Cohesive soil that can be broken down Soil Moisture into small hard angular lumps Calcareous Containing appreciable quantities of Dry No obvious water in sample calcium carbonate- (Reactive with HCl) Moist Sample is damp without excess water Ferrous Containing appreciable quantities of Very Moist Sample is damp and water is visible ferrous oAdefiiron nodules and/or stains Wet Sample bears free water SOIL GRAIN SIZE Soil Grain Size in Fd hmeters 152 76.2 19-1 4.76 2-00 4.420 0-074 0.002 Boulders Cobbles Gravel Sand Silt Clay Coarse I Fine I Coarse I Medium I Fine It 6' 3' 3114' 4 10 40 200 274 V-S-standard Sieve Size TERRA—MAR FIGURE NO.:10 BORING LOG SYMBOLS AND TERMS FOR ROCK ROCK TYPES Lirr�as#ane �-. arca �-_,i.; Sar�Ortia ® M�ds�or�e Dabnvit8 a GwAt Lex► Side + RUCK HARDNESS ROCK HARDNESS BY THD CONE Friable Cnimbies under hard pressure Penetration Very Soft Dented end"moderateOw flr�er pressure er pgon Per to lg l Soft Scratched easi4y wtde fingernail Very Soft 6` Moderately hand Can be scratched easity with knife Soft 5'to 6" but not fingernail Soft to Hard 4'to 5' Hard Can be scratched with knife with Hard 2'to 4" some crdikulty and broken with tight to moderate hammer blow Hard to Very Hard 1'to 2' Very Hand Cannot be scratched with knife and Very Hard 0'to 1' can be broken by one to several haat hammer blows —WEATHERING GRADES OF ROCK MASS Slightly Weathered Some discoloration Indicates weathering of rock. may be some small decomposed rock pockets,layers andfor seams Weathered Oiscoloration of majority to all of the rock mass, with trace to some of decomposed rock pockets, layers and/or seams Severely Weathered Ail of the rock material is discolored and most of the rock mass has decomposed into a sail with the original mass structure still iargely intact t JOINT DESCRIPTION Spacing Inclination d rees Surfaces Very Close <2" Horizontal 0-5 Siickensided Polished Close 2'-12' Shallow 5-35 Smooth Planar Close to Wide 12`-3' Moderate 85-65 Irregular Granular Wide >3' Steep 65-85 Bough .fagged Vertical 85-90 BEDDING THICKNESS Very Thick >4' Thick 2' to 4` Thiry 2"to 2' Very Thin 0.5'to 2` Laminated 0-138"to 0.5" Thinly Laminated <0,08- TMM-MAI? FIGURE NO.: 11 LATERAL.EARTH PRESSURES FOR IN I M ALLY BRACED EXCAVATiUNS in vadfic sons Ground 'Surface ii/4 H 3H/4 Excavation Bottom S,,=45H WHERE: st, = Lateral Earth Pressure, psf. H = Height of Excavation (ft.) NOTES: 1) If water is not allowed to drain from behind shoring or gracing, full hydrostatic pressure must be considered. 2) Surcharge loads and traffic live loads, if present, must also be considered. TERRA-MAR. INC. West Side N Project LateraCEarth Pressures forr12] Braced Excxnrations _- Fort Worth,Texas Dae ' Y ChavKt:LR flute 7-15-02 Revised None FEQ2-U21 West S+aa tv—TrwaTiusm Poelm MRRA "R, Ma Fan Worth..Texas IM No.FE02-021 -Gododmftd- riY1rO1M111KR2{ cau#uc "Maw"Tesev APPENDIX A STANDARD FIELD AND LABORATORY INVESTIGATION PROCEDURES 1 West stile M-Transmini n Prpeb" TMM49A Ro 14M. Fart Wort,Teras TM Hm FE02.021 C nvAng—Geabd W*4-Elirrraomwtal Caron Matodds Testq APPENDIX-STANDARD EIELO-AND LABORMRY INVESTIGATION PROCEDURES FIELD INVESTIGATION PROCEDURES The borings for this kwestigatiron were staked in the field by a Terra engineer using sirnple taping procediures from reference points rioted on the site plan provided by the dlent. Ground surface elevations were estimated from topographical maps,when possible. A field log of each bating was recorded during field drilling operations. These field lags and loll classifications were reviewedlveffied by a geotec hnk al engineer In the laboratory through visual classification. Samples were visually classified according to color. texture, predorTdnant material type, consistency and density. Results from the laboratory testing prngrarn a" with the visual classification of each sail stratum were used in the deteankm ion of the USCS c assigcation for each"stratum(ASIM 13-2487). Finalized boring logs are Prowlded In-the report,as noted In fhe Wo of contents. Please note that the lines of sod demarcabon represent the approximate said boundary between differing material types, and that the actual transition between the-salt strata In the field may be gradual. Truck mounted drilling equipment was used to advance the borings to the completion depths using solid stem auger procedures. Soil samples were foll wrapped and sealed1n plastic-bags, for- moisture control, and were marked to identify the boring number. sample depth, and job number. Unless notified to the contrary, solllrock samples/cores, Will be stored far 90 days, and then discarded. Field saillrock sampling procedures were performed In accordance with the following standards: Thin Walled"Shelby"Tube Sampling (ASTM D-15871 This sampling method consists of pushing thin walled steel tubes, with an approximate 3 inch outside diameter, into the soil to be sampled using pressure provided hydraulically by the drilling rig, or manually by the field technicians. This sampling method is typically used on cohesive soil v samples, and produces samples that are relatively undisturbed and suitable for shear strength testing, consolidation testing, permeability testing, and In-situ density approximation. r s TxDUT Cone Penetrometer Test"THD" (TES 132E) The TND Cone Penetrometer Test is a fieid test established by the Texas Department of Transportation to determine the relative density and load carrying capacity of deep foundation materials {typically rock formations}. in this test, a 3 inch diameter penetrometer done is seated into the strata to be sampled. The cone is then driven into the strata using a 170 pound weight freely falling over a distance of 24 finches. The cone is driven until either the blow count reaches 54, or the penetrometer has been driven 5 inches. The number of blows and the distance driven is then recorded on the field logs_ The results of the field test are then used in a table that correlates the load carrying capacity and skin friction of the proposed bearing strata to the field test results. Sampling by Auger I3orin9 Method "Crab Sa_m_ple'' [ASTM C]-9452] This sampling method consists of sampling the soil samples by removing representative soil samples from the continuous flight augers used to drill the boring, or by removing soil samples from the cuttings brought to the surface by-the augers---This method provides highly disturbed samples that are appropriate for classification purposes only. Wast side N TCWNMIWM POO&M Fort W odh,Tax" - TMI No.FE02-021 C na dke-CkxAeaTv*m1-FAT,* nn vwvW ca wn,d kn Mawals TOS&V GmundwateE DWayffions- Groundwater observations were made during drilling operations, and after a period of at least 24 hours. unless otherwise noted on the boring logs. It should be noted that the use of water during axing operations can make the detemunation of groundwater conditions difficult. When necessary. wash water was balled_out of the. borehole to a depth below the depth of seepage observed dtiM dd"operations. LABORATORY INVESInGATtON PROCEDURES The Wboratory4esting program was directed primarily toward the evaluation of the physical and engineeft clharaaterlsbcs of the underlying site solls. A CeotedvkW Engineer perfomhed i kwWo ion tests,,t ws otherwise rioted. The results of this labomtory4mtIng program are shown at the approollate sample depths on the boring logs, or on the appropriate figures. Unless otherwise noted,laboratory procedures were performed according to the following procedures: Il 01WMM Qontent(ASTM D-MB) 14aturhl motstm :contents of the soil samples (based on the dry weight of the soil) were oetemnlned for selected samples at selected depths. These moisture contents are -useful in delineating the depth of the zone of moisture change with an increase In subsurface depth. and can be useful in locating the groundwater table. The moisture content can also be useful in analyzing and evaluating the expansion potential and/or shear sbwVM of soil samples. The - rewits of the test(s),are reported at the appropriate depth(s)on the boring log(s). Aetedam LMU "1a.auld and Fl;tstig Llmlts" [ASTM D=0 t3) The Atterberg Limits are given as the particular moisture contents of fine grained soil materials when they meet the requirements of a predefined test. In particular, the Plastic Limit (PL) is given as the approximate moisture content at which the soft material begins to behave more like a plastic material than a semi-solid material. Similarly,the Liquid 1_lmh(LL) is given as the moisture content at which the soil material begins to behave more like a liquid material than a plastic material. The difference of these two test values can then be calculated, and is known as the Plasticity Index (PI). Larger 131 values indicate an increased ability of the soil material to remain in a ,plastic state with changes in 'the moisture content. The results of the test(s) are reported at the appropriate depth(s) on the boring log(s). The Atterberg Limits can then be used in conjunction with other parameters to classify the soil according to the Unified Soil Classification System (USCS). These parameters are also useful in evaluating the expansion potential of the fine grained soil materials with fluctuations in the moisture content. Uncqnfined Compressive Strength of Soil Samples (A,SIM D-2166j The unconfined compressive strength testing of the soil sample(s) Was performed in order to evaluate the undrained shear strength of the sail material(s). For this test, a sample with a minimum length to diameter ratio of 2:1 was used whenever possible in order to reduce end effects during testing. if the ratio was less than 2, a correction was applied according to standards West see N-Tarr PkPeSne 7EI�RA�[AR, Illftin. Fat Wort.Teras TOA Ho.FEW-021 �Enmkor0le tal listed In the ASTM manual. The results of the unconfined compressive strength test is useful in evaluating the sheat' strength of soil materials In ur alined conditions and can also be used to _ deterrnine the amounts of carr present, The resuft of the test(s) are reported at the appropriate depth(s)on the boring log(s). PgdW PenetrometerShearShyiKith Enluatiou A small hard held penebwrwder device was used in the labmtory to evaluate the shear strength of relatively undishxbed cohesive soil sambas. 1n this test„ the flat tip of the device is placed on a fiat portion of the undWbxbed sample. A constant pressure Is Iwo applied until the device penetrates the sample a predetermined amlount, The approximate shear strength developed Is then read an the side of the device in tons per square fast, and is reported at the appropriate depth on the boring bg(s). This test Is valuable in developing retative correlations of the consistency of soils across the site. and can also be used as an in(Y=tion of the in-situ moisture content relative to other samples. r r r r r . r r UNIT 2 AND UNIT 3 r r 2002113 Specs Wafer 45.03'KMC.Cac I' GEOTECHNICAL ENGINEERING STUDY 30-INCH DIAMETER WATER LINE _.. PHASE I WALSH RANCH FORT WORTH, TEXAS Presented To: Dunaway Associates, Inc. March 2004 PROJECT NO. 128-03-08 -10CMJ 7636 P eras 6[t8 ENGINEERING, INC. Fort vl7artlz,Texas76l18 www r_mjer%gr.Cam March 12, 2004 Report No. 128-03-08 Dunaway Associates, Inc. 1501 Merrimac Circle, Suite 100 Fort Worth, Texas 76107 Attn: Mr. Brian S. Darby, P.E. GEOTECHNICAL ENGINEERING STUDY 30-INCH DIAMETER WATER LINE — PHASE I WALSH RANCH FORT WORTH, TEXAS Dear Mr. Darby: Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with our Proposal No. 03-475 (Revision 3) dated July 28, 2003. The geotechnical services were authorized by Mr. Brian S. Darby, P.E., Associate of Dunaway Associates, Inc. on September 12, 2003. Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for providing the construction consultation services during the construction phase of this project. We appreciate the opportunity to be of service to Dunaway Associates, Inc. Please contact us it you have any questions or if we may be of further service at this time. Respectfully submitted, AW OF ] � CMJ ENGINEERING, INC. ���',.••'"..••,, �-q �� I* II ;0. ............................. .CHARLES K JAC .s lot James A. McDaniel, E.I.T, + fC c��C;.���� Charles M. Jackson, P.E. Project Manager ••.••_•• �y ?� lb f President 1 ,�()NAL Texas No. 46088 JAM/amm copies submitted: (3) Mr. Brian S. Darby, P.E.; Dunaway Associates, Inc. Phone(8 17) 284-9400 Fax (817) 589.9993 Moro (817y 589-9992 TABLE OF CONTENTS P_4ge 1.0 INTRODUCTION ............................................................................ 1 2.0 FIELD EXPLORATION AND LABORATORY TESTING .......................... 2 3.0 SUBSURFACE CONDITIONS ........................................................... 5 4.0 EARTHWORK................................................................................ 6 5.0 CONSTRUCTIONOBSERVATIONS,................................................... 11 6.0 REPORT CLOSURE.................... ......................I.............................. 12 APPENDIX A Plate PLAN OF BORINGS ..................................................................I........... A.1 UNIFIED SOIL CLASSIFICATION SYSTEM ............................................... A.2 KEY TO CLASSIFICATION AND SYMBOLS.............................................. A.3 LOGS OF BORINGS ................................... ...A.4-A.49 i 1 ,0 INTRODUCTION 1.1 Project Description This report presents the results of a geotechnical engineering study for an approximate 31 ,000-t+near foot water line. The line will be 30 inches in diameter and may be 1P reinforced concrete, ductile iron, or steel pipe. Plate A.1 depicts the water line alignment and location of exploration borings. 1.2 Purpose and Scope rThe purpose of this geotechnical engineering study has been to determine subsurface conditions, evaluate the engineering characteristics of the subsurface materials 1' encountered, and provide earthwork recommendations. r To accomplish its intended purposes, the study has been conducted in the following phases: (1} drilling sample borings to determine the general subsurface conditions and rto obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) i performing engineering comments, using the field and laboratory data, to develop geotechnical recommendations for the proposed construction. 1� The design is currently in progress and the locations and/or elevations of structures could change. The recommendations contained in this report are based on data supplied by Dunaway Associates, Inc. Once the final design is near completion (80- to Report No, 128-03-08 CMJ ENGINEERING. MC. 1 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 6. All plates and large tables are contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Units used in the report are based on the English system and may include tons per square foot (tsf1, kips (1 kip = 1 ,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 FieldExploration Subsurface materials at the project site were explored by 45 borings drilled to depths of 15 to 35 feet along the proposed alignment. The borings were drilled using truck mounted drill equipment at the approximate locations shown on the Plan of Barings, Plate A.1 . The boring logs are included on Plates A.4 through A.49 and keys to Roport No, 12e.03.08 CM.! ENGINEERING, INC. z 2 classifications and symbols used on the logs are provided on Plates A.2 and A.3. Undisturbed samples of cohesive soils were obtaincd with nominal 3-inch diameter thin-walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge T connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5 + . To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations, Texas Department of Transportation (Tx-Dot) Test Method Tex-1 32-E specifies driving a 3- inch diameter cone with a 1 70-pcund hammier freely falling 24 inches. This results in 3403 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely failing 30 inches. This results in 350 foot-pounds of energy for each Dammer blow. In relatively soft materials, the penetrometer cone is driven 1 Report No. 128-03-08 CMJ ENGINEERING. INC. i 3 foot and the number of blows required for each 6-inch penetration is tabulated at respected test depths, as blows per 6 inches on the log. In hard materials (rock or rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 1007 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. Ground-water observations during and after completion of the borings are shown on the upper right of the boring log. Upon completion of the borings, the bore holes were backfilled with soil cuttings and plugged at the surface by hand tamping. 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits and plastic limits), moisture content, unconfined compressive strength, and unit weight tests were performed. Results of the laboratory classification, moisture content, strength, and unit weight tests conducted for this project are included on the boring logs. The above laboratory tests were performed in general accordance with applicable ASTM or U.S. Army Corps of Engineers procedures, or generally accepted practice. Report No. 128-0$-08 CMJ ENGINEERING. INC- 4 3.4 SUBSURFACE CONDITIONS 3.1 Subsurface Stratigraphy Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings is discussed below. The soils consist of dark brown, light brown, reddish brown, tan and gray silty clays, calcareous clays, and shaly clays. The clayey soils are generally soft to hard with pocket penetrometer values ranging from 0.5 to over 4.5 tsf. The soils are generally low to highly plastic with liquid limit and plasticity indices of 29 to 79 and 11 to 50, 9 Yp q A Y respectively. Tested unit weight and unconfined compressive strength values range from 88 to 115 pcf and 910 and 21 ,600 psf, respectively. Limestone is present in all of the borings, except four of the borings, Borings B-7, B- 12, B-19, and B-30. The limestone is present as either seams or layers within soils or rlarge underlying intact units. The limestone consists primarily as tan weathered to slightly weathered limestone and gray relatively unweathered limestone. Both the tan and gray limestone are generally hard to very hard with THD Cone Penetrometer values of 0 to 3.5 inches of penetration per 100 Mows. Report No. 138-03-08 CMJ ENGINEERING.INC. J 3.2 Ground-Water Observations The borings were advanced using continuous flight augers to check the relative elevation of water in the boreholes during drilling. Boring B-18, B-18, B-19, and B-41 encountered ground-water seepage at depths of 8 to 14 feet during drilling and water at completion at depths of 13 to 14 feet. All other borings were dry upon completion. Fluctuations of the ground-water level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. The possibility of ground-water level fluctuation should be considered when developing the design and constriction plans for the,project. The possibility exists that perched water may occur atop clays or limestone through more granular seams, particularly after periods of heavy or extended rainfall. Due to the variable subsurface conditions long-term observations would be necessary to more accurately evaluate the ground-water level. Such observations would require installation of piezometers or observation wells which are sealed to prevent the influence of surface water. 4.0 EARTHWORK 4.1 Site Preparation The subgrade should be firm and able to support the construction equipment without Raport No. 128.43.08 CMJ ENGINEERING. INC. 6 displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dumRtruck or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill. 1 4.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power compactors or small self-propelled with r ria compactors. The fail material should be uniform w t expect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each Ot. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. r The fill material should be compacted to a minimum of 95 percent of the maximum dry density determined by the Standard Proctor test, ASTM D 698, In conjunction with the compacting operation, the fill material should be brought to the proper moisture Report No. 128.03-08 CMJ ENGINEERING. MC. content. The moisture content for general earth fill should range from 2 percentage paints below optimum to 5 percentage points above optimum (-2 to +51. These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of ? tests per lift should be required. The earthwork operations should be observed and tested.on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. Any pavement structure (concrete, asphalt, Base course material or stabilized Report No. 12$•03.08 CMJ ENGINEERING. INC. subgrade) should extend a minimum Of 12 inches beyond the edge of the excavation trench. This additional width of pavement structure greatly reduces the potential for reflective cracking upwards into the {pavement. In addition, proper backfilling of the Soils will result in no undue settlement of backfill material and resulting differential movement between the natural soils and backfill trench. If a high class bedding material or Backfill material is desired, a lean concrete will limit water intrusion into the trench and will not require compaction after placement.. 4.3 Excavation Based on the exploration borings, the majority of the excavation will encounter ! limestone in thin seams or layers or major intact units. This limestone is generally hard to very hard and will require heavy duty specialized equipment for excavation. In addition, overexcavation should be anticipated within the limestone with weathered clay or shale seams. Overexcavation may result from large blocks or chunks breaking along either weathered or clay seams beyond the planned excavation. The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss and end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be Report No. 12803-08 CMJ ENGINEERING, INC. 9 protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. Selected sections of utility excavations may encounter ground water. In selected zones, the ground-water infiltration may be significant. The contractor must be prepared to eliminate excess water from the excavation trench, and special shoring/shielding may be required by OSHA guidelines to prevent undue caving of sidewalls into the excavation. In general, it is anticipated that the majority of seepage inflow into construction excavations can be handled with sump pits and pumps. 4.4 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erasion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. Report No. 128-03-08 CMJ ENGINEERING, INC_ 10 5.0 CONSTRUCTION OBSERVATIONS In any ge-otechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. It is ,proposed that construction phase observation and materials observation commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. Report No. 128-03-08 CMJ ENGINEERING,INC• 11 6.0 REPORT CLOSURE The borings for this study were selected and staked by Dunaway Associates, Inc. The locations and elevations of the borings should be considered accurate only to the degree implied by the methods used in their determination. The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual-manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the lags of borings represent visual estimates of classifications for those portions of each stratum on which the full ranee of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to ground-water conditions, this report presents data on ground-water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and tinder conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in Report Na. 728.03-08 CMJ ENGINEFFUNG,INC. 12 the level of the ground-water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, orI 'purrtiping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the Report No, 128-03.08 CMJ ENGINEERING. INC. 13 applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CM.i Engineering, Inc. be retained to review those portions of the pians and specifications for this particular project that pertain to earthwork as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site, The scope of services also did not include any assessment of the site for suitability for the proposed construction or use, related to items or conditions other than those specifically addressed in this report. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within - the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of Report No, 12$•03-08 CMJ ENGINEERING. INC. _ 14 determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Dunaway Associates. Inc. and -the City of Fort Worth for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used 'that degree of care and skill ordinarily exercised under similar conditions lh re utahle. $ Y Y p members of our ,profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. 1 Report No. 128-03.08 CMJ ENGINEERING, INC. Z� 8-9 B-7 s-s B-5 B-�� B-s B-11 B-4 B-3 B-1 B-12 B-2 B-13 B-14 B-15 B-16 B-17 B-18 B-19 B-20 �- B-21 B-22 B-23 8-24 B-25 B-26 B-27 L B-28 B-4fi B-44 B-29 B-45 B-43 ` 8-42 8-30 B-40 B-41 6-38 8,31 B-39 B-37 B-35 B-33 LB-32 B-36 B-34 NORTH 1-20 SCALE: 1"=2.000' 4q 30-INCH WATER LINE-PHASE I -- FORT WORTH, TEXAS PLAN OF BORINGS,,, 128-03-08 PLATE A.i Major Divisions Sym Typical Names Laboratory Classification Criteria y Weil-graded gravels,gravel- �, N ID [a ; sand mixtures, little or no 60 GW } mj w w ' ,,�� g*eater than 4: CC= 50 between'I and 3 T 0 fines 0 ,o R,o x0- 0 D� C CtY m w Poorly graded gravels,gravel c E N . 0 D GP sand mixtures,little or no Y, con V) (a Not meeting all gradation requirements for GW -6 ILI fines f2 j U o z v Silty gravels,gravel-sand-silt 0 0 0 � Liquid and Plastic limits `1' @ c E GM mixtures 0 ' ' below"A'line or P.I. Liquid and plastic limits a `° y m plotting in hatched zone ._ j ; greater than 4bet,Yeen 4 and 7 are c 0 ° o w v borderline cases �, ry cs ; Liiquid and Plastic limits a w Cla a ravels,gravel-sand- 0 ry N v ca L GC Clayey g g . requiring use of dual `m m above"A line with P.I. � �„ [? ¢ clay mixtures ` z c symbols �C m greater than 7 C9 E c5W Well graded sands,gravelly --� ' °n C oy3 {0,0}3 M ,m E c �= sands,little or no fines > E greater than 6: Cr= between 1 and 3 .03 E � � c 2 e 0,a A+0 x DW L CC11 0- ° N a M Poorly graded sands; -s ° m U SP gravelly sands,little or no �N m m C: P Not meeting all gradation requirements For SIN c > fines C 2m 00 C14 0 m c .0 (u Od O eq 0 � ;" 2 " d on c cn m � �0 Liquid and Plastic limits 0 o o SM Silty sands, sand-silt mixtures B m ry below'A"line or P.t. fess d E �, m r Liquid and plastic limits c _ 4; in m v a J o than 4 plotting between 4 and 7 m0C_ CLo �, "' are borderline cases u c_c Liquid and Plastic limits requiring use of dual Clayey sands, sand-clay �, cn 0- SC above"A"tine with P.l- symbols a mixtures m 0o 5 ¢ 0 a)V M greater than 7 �r3 Inorganic silts and very fine v ML sands,rack flour,silty or Ln clayey fine sands„or clayey u, silts with slight plasticity 0 N Inorganic clays of low to .12 th -a � CL medium plasticity,gravelly C1 N '� clays,sandy clays, silty clays, s and lean clays Z ICcr 40 1f OL Organic silts and organic silty clays of low plasticity X 0 dj 0 m c Inorganic silts, micaceous or rn MH diatomaceous tine sandy or OH ar d MH silty soils,elastic silts +e- U_ 2 m � _E v CL c Inorganic clays of high j_- y CII plasticity, fat clays 1 CIO 7 nC �I+I,L.,� MLa dOL CT Organic clays of mediumto o C m:1 OH 0 10 20 30 40 so 60 70 80 90 100 high plasticity,organic silts Liquid Limit A ro .N Peat and other highly organic Pit Plasticity Chart z 0 soils ,UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 SOIL OR ROCK TYPES GRAVEL LEAN CLAY LIMESTONE •• SAND '•. SANDY SHALE 'Vol • TI F SILT SILTY SANDSTONE HIGHLYShelby Split Rode Cone No PLASTIC CLAY n CLAYEY CONGLOMERATE Tutee Auger S Cave Pen rtecove ry TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained SOiIS(More than 50%Passing No.200 Sieve) Descriptive item Penetrometer Reading,(tsf) Soft 0.0 to 1.0 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to.4.5 Hard 4.5+ Coarse Grained SOiIS (More than 50%Retained on No,200 Sieve) Penetration Resistance Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided 'Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks,sometimes filled with fine sand or silt ` Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material, Quartz, calcite, dolomite,siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by calor change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS FOLATE A.3 � !!je-;,:N��, Boring Na Project 30-Inch Diameter Water Lige-PhaseI-WalshRanc%'1V'J "u4NEciurwt��B-1 Fort Worth Te=as l..flcation Water Observations Sta 7+50 pry at completion Completion Completion Depth 15.0` Date 2-10-04 Surface Elevation —TTY" ype ,w J3 yy Auger L A U a C" a n Stratum Description �ti � tea° INh� a ,gtjv; AT � v .ate 8E � SELTY CLAY brown,wl calcareous nodules,stiff 3.0 ab LU%MT�tan,weathered,rrsoderately hard g 1 WT3,5' _l 10013" i SWEX CLA gray,wl iranstaincd lenses,vtry l5 _--..--__-- 4.5 74 31 43 28 98 5480; • ;a t+r C3 u CL L7 � 4 N cc G 0 1 a m fl ivac of BoRiNG No. B-I PLATE A.4 r I �MJ ENea O c.c -f Project No. Boring No. Project 30-Inch Diameter Water Line-Phase I-Walsh Ranc 128-03-08 B-2 Fort Worth Texas Location Water Observations sta 15+00 Dry at completion Completion Completion Deprh 20.0" 1 Date 2-10-04 Surface Elevation Type Auger � v o Q _ A O o O� � Cr Stratum Description e � a \ u C a'p: u , __r !?rr 2x hu AC3 �,r o V; ,u erlr 1 '�c 60 eb ao MY CLAY,bro%m w/limestone fragments,stiff to 3.0 1 51 20 31 19 veru stiff` lrIlS'CESTONE.tart.hard S 60f 1.7 S -very hard,9'to 12.5' 10011" 1 LTM E,gray.very hard 20 -------•.---__—_ —— 10410.5" Q 0 a V a e] m 0 C? 4 H C7 2 _ C) Q O LOG OF BORJNG Nth. B-2 PLATE A.5 �_ +• Project tQa. Boring No. Project 30-Inch Diameter Water Line- Phase I-Walsh Ranc�Mj tncaseettevc rvc 128-03-08 $-3 Fart Worth,Texas Location Water flhstrvatioru Sta 22+50 Dry at completion Completion Completion Depth 35.0' Bate 2-10-04 Surface Elcvacion Type Auger � a o ¢ Stratum Description C W� C 2 v v c'rl m oo p `gcaa cC a�C M a E~ a vy t a HCl :D SILTffY CLAY.grayish brawn,w/calcareous nodules, 2,0 30 '- cu 2.5 27 94 3280 1.5 25 S de LEY CLALi gray and light 4.0 42 -IS 27 14 5 LIMESTONE but.hard to very hard 4011.75 i 1 ODID.5" LIMESTONE,gray,very hard l a D41D.25' 2i3 40I0.25' -wl thin shale seams,2l'to 3i' 2S l00-/ � i D�It7.25' 35 ----- -- -------------- 10010.25' a O V d f2 O 0 L� z o 21LOG OF 1301UNG No. S-3 PLATE A.G Project No. Boris No, Project qMJ ENGNEERR2,GNC � � � 30-Inch Diameter Water Line-Phase�-Walsh Rsnc 128-03-08 B-4 Fort Worth Testas Location Wale Observations Sta 30+00 Dry at completion Completion Completion Depth 15.0r 1 Date 2-10-04 Surface Elevation Type Auger C C - Stratum Description �1 tf] [> �" .C ,?, 7"r .V = U X to 2 �t,] C E a o uy av cE d� o � $ o a c�c F- C_M :aa it 5 a.5 i� �6 Z)Ua- SILTY CLAY.dark brown,wF limestone frWents 3.5 33 and calcareotu nodules,very stiff -grades light brown and light gray,wJ calcareous 2.5 22 deposits,T to 4' 2.5 22 97 1840 SILTY SRALEY CLAY,grayish brown and light 4.5 21 5 reddish bmam,wl calcareous deposits,stiff 2.0 52 20 42 23 wl limestone fiagments and calcareous nodules,very 4.0 1 16 I stiff 9'w I V LIMESTONE tan,wJ day leases,moderately hard IS —____.— __-----_____ 0_0225 1 i n � 0. m 0 M M 0, al 0 a o LOG OF SORJNG NO. B-4 PLATE A.7 ■+ =No. Baring Na. eject 30-Inch❑iometer�i�ater Line-Phase I-WalshRancMJ B-5 Fort Worth Texas Location Water Observations Sta 37 -50 Dry at completion t;amplction Completion Depth 15.01 Da:e 2-10-04 Surface Elevation Type w. Au er N U a O�oft C L Stratum Description := z� a �y �wbILTY CLAY dark browr4 w/few calcareous 2.25 32. nodum Aff very stifX 1'to 6' 3.25 53 21 42 37 3.5 34 3.5 24 93 2b90 5 3.75 22 LQ1[F nO_k E tan.weathered,hard PM 1 100!2• l5 -------------------- ----- 00!1.25 rM. i w n v Q U S n 0 V z + a a 4 a LOG OF BO€iING N®. $-•5 PLATE A.$ Project No. BoringNo- prajea 30-Inch Diameter Water Line-Phase I-Walsh RauMJ ENGtEERING ZNC- 12$-03-08 $-6 Fort Worth Te=as Locations water Obxrrv80003 5ta 45+0 Dry at completion Completion Completion Depth 20.0' I Date 2-1"4 Surface Elevation Type Auger r-L tnStratum Description eo ° E G U C] 3 rs u .2-r . tr� CY a u u tr E o '° a4 c� as c.F SULTY CLAY dark brawn,brown and light brown, 2.5 24 wl Mc em nodules and limestone fragments,stiff to 3.75 20 very stiff 4.5+ 15 _q Y brown and light brown,w/calcarcous nodules, 4.5+ $7 24 47 19 T :Itckenskledd very stiff to hard 4.5 29 $ FL HALEY brown,light brown and gray.w/limestone fragments,stiff to very stiff 3.0 17 i 4.0 30 88 2950 T-.OfMONE tan hard to very hard 15 10U11" ILMESTOAi gray,very hard —20— __ DOME' d ca cr S A P CO CL O I l�c of Bole Baa. 3-6 PLATE A.9 fts =12�8-03-08 Boring No. Project 30-Inch Diameter Water Litre-Phase I-Walsh Ra�tic °`cw wv.c t*rc B-7 Fort Worth Texas Location Water Observations rip Stagy 52}50 Dry at completion Completion CompIdon Depth IS.Q, hate 2-1Q-{14 po Surface Elevation Type Au er u a E as ry c fa. ''ob V O � C o � D p �J Stratum Description e le v 2� 3 �' CY mu2 x CH a�� �.8 AM ; S�Y.grayish brown,wl sandstone and x,p 2C limestone gmerrts,stiff 2.5 x� -wl some cWcareous deposits,2`to 4' 2,3 63 211 42 21 ZO 18 S LIMESTONE,tan,very hard 041x.25' SiL light brown,w/cx]carcous nodules, j very stiff 3.5 17 1 _S_HALEY CLAY,gray,reddish brown,and dark gray, 3.3 31 very stiffto stiff i5 -------------------------- 4.5+ 12 113 4850 r r t F rk E u ii 0 a a m o — LOG of BOMG No. B--7 PLATE A.10 �MJ t7 GLti'"I%'G fN'C Project Na- Boring No. Project 30-Inch Diameter Water Line-Phase I-Walsh Rane 128-03-08 B-8 Port Worth,Texas Location Ww ar Observations _ 5ta 60-x40 Dry at completion Completion Completion "cP"' 15.0• 1 Dat' 2-12-04 Surface Elevation 'Type Auger r � � E 06 t^7 C L- �, a toDescription . 3 ' Stratum Descrl tion � z o a a � '2 --ch a � o '� tj Q u �U U D 5II�C ',dark brawn,w/roots and calcareous 2.5 -6-1 -24 37 29 nodWv to very stiff 4.25 22 )fes I ONE.tan,wl clay scams,moderately hard to S 0011-25 hard iOO2 1 100/1.5" t oan-s• a ,ft u a �s 0 m' 4 4 _ry l7 A z ff O m O Lac of soRJNo No. B-8 PLATE A.11 Pr!12 ect NO. BOrtng No. Pralect 34_Inch Diameter Water Line-Phase I-Walsh RaaC15MJ ENCINZEUNG CTC 8-03-48 B-9 Fart Worth,Texas Location Water Observations Sta 67+54 Dry at completion Complcdon Completion Depth 1.5.0' Date 2-14-04 Surface Elevation Type Au er L p u Q E CQ GN C4 Stratum Descriptiono O O , ❑ r^�r7r7 V7 CJ.V �. ,,„ m v c o C6 7 a.� c,cn -J a a,.] i A :2U S 1'Y CLAY brown and dark brown,w/roots and 4.0 32 90 3740' calcareous nodules,very Stift 3.5 b! 2.2 394 11V[E57 LIi�E.tan,wa!"emd,w1 clay searrts,hard to l2 very hard 5 10010-5" f t 0011.75' 15 ____- - _ ——_ IOO11,5 0 s U G V v z T � a C7 m 6 v LOG Of: BORING NO. B-9 PLATE A,12 PmsecY;ro. Sor*.No. Project 3Q_Inch Diameter Water Line-Phase I-Walsh Ra Etc MJ aGNG�C 128-03-08 $-10 Fort Worth,Texas Location Water Obsuvations Sta 75+00 Dry at completion Completion Completion Depth 15.01 Die 2,1.2-04 Surface Elevation Type Auger Q C O VI Stratum Description o � =76 -vi 4 O C z INTERREDDED SILTY CLAY AND LIMEST011`E 4.25 !p — tan and gray,very stiff --- LIMESTONE.tan,w/clay stems,hard 001]-75 5 10017" CLAYEY SHALE gray – IMESfi+DNE gray,very hard 1 100!0.5" li ---- .---,_ ----------- 0010.25' a Q Z �s a ❑ 0 n m ❑ z '~ s m 0 ❑ 101 LOG OF so�Nc �;o. �3-1D PLATE A.13 loft PrEO3-08 Boring No. Project 30-Inch Diameter Water Line-PSase I-Walsh Raac i J B-11 Fort Worth,Texas LoWater(36servatxoru h 82+50 Dry at completion Compl�nFDEale DepthType Au er w E sc o `� Stratum Descriptiona 4 = itCa U O 3r: ox �E D ? tri u cir u� 'q 51LT 'CLAY.dark brown sniffty very stiff 2,5 24 3.5 -- 15 reddish brawn and gray,wt calcareous drposits, 'tv 4' 1-5 64 1$ 46 26 2-0 l4 5 $HALEY CLAY.light brown and gray,wt limestone 3.5 16 112 2420 fNpents.very stiff -I r limestone layer 1(6' - 4.5+ 20 LIMESTONE gray,very hard 4010.25 k n U E U C O C? TT m ry z z O' o LOG OF BORING NO. B-11 PLATE A14 MJ Boring No. Project 30-Inch Diameter Water Live-Phase I-Walsh Rang �rrarr�ttt*�orac Proyed No. 128-03-08 B-12 Fort Worth Texas Location Water Observations sta 90+00 Dry at completion Completion Completion Depth 15.0' Date 2-12-04 Surface Elevation. Type Auger v u +� o co�- p Stratum Description ,� -'°� �� � � a e� � IN moo. SELTYY CLAY,brown and dark brows.wl calcareous 3.25 34 nodules,very stiff 3.5 1 27 3-3 24 4.0 20 5 -grades light brawn,f to 15` <. 17 4:0 9 113 6090 4.0 43 15 28 19 !S -------------------------------- 3.0 17 t .. i i 4 v U a' [7 i� ri 0 co n U a d q D Loc DF BOMG NO. B-12 PLATE A.115 . ��12"3-08 t No. Boring Ha. Project 30-Inch Diameter Water Line- Phase I-Walsh Ftaac Mj cticzrrE�xrccurc —� Fort Worth,Texas Location Watcr bbscrvations Sta 97+50 Dry at com=pletion Completion Completion Depth 15.0' Elate 2.12-04 Surfaca Elevation Type Au er E o U) CnStratum Description o u U R N�qq G]U oar 01 0 U� .V GrE of 1- O' E 4 SILTY SLAY,reddish brown,wl calcareous adults 2.5 28 and limestone fragments,stiff to very stiff 3.5 21 2.5 15 3,5 24 5 Z•5 5l 17 34 20 -grades light brown wl abundant calcareous nodules,7' 2.75 15 —T-11-[ 3520 1 3,75 15 LLNfEST0.NE tan,very hard ls —————————————— -_____ loa�a.5• a o i U c l7 m a c c& t7 2 O a b 0 LOG OF BORING NO. B-13 PLATE A.16 Project No. Boring No. project 30-Inch Diameter Water Line-Phase I-Walsh Ran& MJ ENIOWEUNG2,C 128-03-08 B-14 Fort Worth Teras "cation 'Water Observations Sta 105+00 Dry at Completion Completion Completion Depth 25,0• Date 2-10-04 Surface Elevation Type Auger N Cz Stratum Description - O _ a L'-. m `�. v v o P `7S�uj L;; ty' y,r.251 e M u to U C a �Q7 acnv3 mu '�'a 00 '0M 20n t~ Ei�. ,in :4:a a.:3 4:-E 2 U Z)..) 5 to c° SILTY CLAY,brown and dark brown,wl 4bundam 3.0 60 —23.-37 12 calcareous nodules and limestone fragments,very stiff 4.5t 16 to hard 4,5+ 17 4.5 19 LIMESTONE tan,hard 00/2.25 i P laarzTM LIAtESTONT- gray w/shale seams,bard 4011.75' 15 2 loo/LY very hard,22'to 25' 25 _--.---_—_-----_ 4010.75' h I n a U U 0 ri 0 n z z iti a n a - - G OF BORING NO, B-14 PLATE A.17 h Project Na. Boring Na. Project 30-Iacb Diameter Water Lisye- Phase 1-NVa1Sh Ftanc�MJ 128-03-08 �- Fart Worth Texas Ucation Water Observations Sta 110+00 Dry at completion Completion Completion Depth 25 0, Daze 2-3-04 Stuface Elevation Type �ltl �C E C1t76 r4 ❑Stratum Description h= ` O V 1700 O 2 E a .r .2 -2 LV Cy -2 -u a u o' M C.F- a,V] -J,_.} E:.3 a. o... U -1 j CJ 0 SANDY SULTY CLAY.dark brown,w/gravel and 2.6 i5 limestone fi•agrnents,stiff(possb)e fill) 3.0 !s 10:3 1570 2,0 38 17 21 16 SII TY CLAY,brown,wl calcareous noduies,very 4.5 l7 stiff to hard 5 4.5 13 4.5+ 17 -grades brown to light brawn,wl calcareous nodules, very stiff 12"to IT 1S 3.25 li L_BIESTONE,gray,wl thin slsale learns,hard w ve hard *Y 20 10011" 25 —————————— ——-- -— 10010.75' a" V 4 i7 7 V O o LOG OF BOR NG NO. B-15 PLATE A.1$ Project No. Sorin ado. Pro ect M J L-4GIN Exrac CYC _ g 1 34�1nch Diameter Water Line-Phase 1-Walsh Ranc 128-03-08 B-16 Fort Worth,Texas Location Water Observations Sta 112+-50 Seepage at 14' during drilling; water at 13' at colnpletiou f Completion Completion Depth 20.0' Date 2-3-04 Surface Elevation Type Auger $ G Stratum Description 79 z (J u� cH + EC oc E o a SILTY CLAY,dark brown,very stiff 14 3.0 c 4 23 4.5 20 4.5 i g -grades brown,w1 calcareous nodules,very stiff to hard, 4.5+ I G 3'(08, S 4.5+ 13 -wl lirnestone fragments and calcareous nodules,6'to 8' 4.5+ 40 14 2b i2 CALCAREOUS CLAY light brown,wl abundant calcareous nodules and lunestone nodules,very stifl•to 4-5+ g 1 hart! M STONE tarn CALCAREOUS CLAY brown and tan,wl limestone nodules and scares and abundant calcareous nodules, soft 4,5 15 15 ms LIMESTONE,gray,w/shale seaand layers,soli -20 ------- _____ __-__-_ 10015.5" 0 c� U a � 4 H L7 � Z a c7 0 4 a LOG OF BORJNG NO. $-16 PLATE A.19 !�l ct No. Baring No. project 30-Inch Diameter Water Line-Phase I-.Walsh Rao. Mj r'`cnE�:rL'c 28-03-08 B-17 Fort Worth Texas i ocasion Watcr Obscrvations Sta 120+00 Dry at completion Completion Completion Depth 15.0' Date 2-3.04 S7urface E3cvadon type Au er ff -V. � � d Q Stratum Description a 'e 0 CY oEsri u trE , m 'ate .C: � Qc SWTY CLAY.dark brown,w1 calcareous nodules, 2.0 28 stili to very stiff 3.0 23 2.5 51 17 34 24 -Wery stiff to hard,3'to 8' 4.5+ 15 5 4,5+ I S • 4.5+ 13 L>?+lesro E tr,hard 1 14ar2.s- LLNfESTONE,gray,very hard l5 ——————— ------------------ IG-00.5". i i G i}. V C U 6 0 V z 0 l.ac ©F BOfUNG No. B-17 PLATE A.20 �Mj LNGIMEERING R:C Project No. Boring No. pnject. 30-inch Diameter Water lane-Phase I-Walsh Ranc 128-03-08 B-•18 Fort Worth,Texas Location Water Observations Stu 127- 50 Seepage at 14' during drilling;water at 14' at completion Completion Completion Depth 15.0' Date 2-3-04 Surface Elevation Type Auger U O E D C L Stratum Description R m� a o P o o u •oma 2a 'i r, pU c >~ �'L•. o x _rn 9 tis vova �. drE 7f ro op cp Qa W m a.14 c4 v2 :a a E::5 E 4 �U D.a ZD to e° -- $ILTY CLA ,dark brown,stiff to very stiff 2.0 26 4.0 21 grades brown,w1 calcareous nodules,very stiff to hard, 4.5 14 2'to 0' 4-5+ 14 5 4-5+ 111 115 21604 4.5t 42 l3 . 29 12 -very sTifl;8'to t4' } U 18 LIIIIi 1ESTU1VE_tan hard _—__—_r——_—_ 5104(1" i 0 A t7 g I cs a' 0 m v a Qa h a 0 m a LOG of BORING No. B-18 PLATE A.21 Projcct No. FlIoring No. Pmsect 30-lneh Diameter Water Lute-Phase I-Walsh RanC�MJ ENcm c rtic 128-03-08 B-19 Fort Worth,Texas Location Water Observations Sts 130+00 Seepage at 14'daring drilling, water at 14'at completion Completion Completion Depth 15.0' Date 2-3-04 surfime Elevation Type Auger N E E Stratum Description et r, _ C7 COj d N l�-C7 �w F0 M,1-= J."Z a-a iz FH 20v ]a SILTY CLAYbaovvn,Crim to stiff 2.0 --7-21 -97 2270 1.5 24 2.0 3.0 41 14 27 21 -wl calcareous nodules,stiff to very stif>j 4'to 8' 4,5+ l� 16 SILTY CLAYICA;LCAIZE®US CLAY brown,to light brown,w/calcareous nodules,very stiffto hard 4.3 ii 115 13000 T C LUAItEUUS light brown and tan,wl large calcareous nodules,soft l5 ————— ..------- ----- 1.0 17 F� o a v i;. g m n x Ca LOG o17BODING NO. B-19 PLATS A,22 Project No- Boring No. Project MJ e':o�vFextxGt c � S a 34-Inch Diameter Water Lime-Phase I-Walsh Rand 128-03-08 $-20 Fort Worth Texas Location Water Observations Sta 136+00 Dry at completion Completion Completion Depth 35.0, 1 Date 2-IM4 Surface Elevation Type Auger u o O _ C O tCJ L Stratum Description a p z� � > .A � �' U c6o o e � v. eve �k.: .° ii �o-y' sa� •c� x c� C1 V � tC' d D uVi ' u i� .g p CI C p 7 SILTY CLAY,dark brown,w!abundant limestone 41 14 22 14 ents 1;,.I11iESTONE.tan,wl clay scams,hard 0011.25" 8 5 10011.5" 7 _ l taall:s• s 13 LC'at,ESTt7NE.gray,wl diin shale seams,hard to very 10011" ti - hard 2 10011` 7 25 10011.5" 7 30 00!0.75' 7 35 10011,25' 12 c3 a a U 0. ,3r C,y G N x f i Lot; of saRJNG No_ B-20 PLATE A.23 Project No. Baring No. project 30_lach Diameter Water Line-Phase 1-Walsb Ranch w` 128-03-08 13-21 Fort Worth Texas CMJ E.ocation Water Observations Sta 142+50 Dry at completion Completion Completion Depth 15.0, Date 2-3-04 Sul-face Elevation Type . Au er �' C) E Stratum Description CJ L] tai u a a — ? C V; !� crE � ln oa 'ca cap �U SIL Y CLAY.brown,vett'stiff 3-0 2Z 3.5 zo VERY SILTY CLAY brown to light brown,very stiff 4.5 21 97 3660 to bard 4,5+ 16 5 4.5+ 37 t9 IS 19 LU�fEST NE.tar,,hard 1 10011.5" LIMESTQNE,gray,hard to very hard 13 -- —_—_.__.__---- 10011" e 6 6 t7 E U Q 4� 6 2 C G m Q a LOG OF BORING NO. B-21 PLATE A.24 t Mj ENGrNEEA-NG 1%C Project No, Boring No. Project 30-Inch Diameter Water Line-Phase I-Walsh Raie 128-03-08 $-22 Fort Worth, Texas Location Water Ohservatioas Ste 150+00 Dry at completion Completion Completion Depth 15.0' Date 2-3-04 Surface Elevation Type Auger CD G r4 C�. Stratum Description o eL- e L':i zeL � g -Cl _: � x Pv civ � o Zvi .d aE 0 6 H8 o 'a SITY CILAY brown,w1 fignevone fragments,very 4.5 29 18 11 12 sta to hard _ meati E tan,wl clay layers,hard 5 100/2' 1 1UQ12" UNf-STOi1' gray,very hard 15 9[1!0.75' a u V L m 4 V Ipr D A 4 I O o LOG OF BORING NO. R-22 PLATE A.25 ,A* PtpjCCt No. 113orinB&N0-2 . ProjCQ 30-Inch Diameter Water Line-Phase I-Walsh RaacgMj E"cnN .'c rNe 12$-03-M 3 Fort Worth,Texas Location Water Observations Sta 157+50 Dry at completion Completion TCOMPletion Depch 15.0' nd}e 2-3-04 Surface Elevation Typo Auger 0 C9 rti Stratum Description ��$ x a 3� 0° Cr ` ac: d g�` AU a PN O g rriuEEw. y 'a = ."� SES SILTY CLAY,darn brown,wl calcareous nodules, 2.5 33 88 2350 Stiff IG VCty Stiff _ 4.5 24 w1 abundant calcareous nodules.Verystiff 4.5+ 12 to hwd.Tio 4' 4.3+ 29 15 14 12 5 Li311f STONE.tart.hard loon" 1 0011.75 SILTY CLAY,tan and gray LMEUONT-Bmy,'may hard 15 -------------------- 00IU.75° e Q a c� a t7 4 n z p 0 LOG OF BOUNG No. B--23 PLATE A.26 1?t'8 ea NO. Borth No. P'rp' 30-Inch Diameter Water Line-Phase i-Walsh Rauch CMJ �+ a+czve. 128-03-08 B-24 Fort Worth Te=as Location Water Obserrratio is -- Sta 165+00 Dry at completion Completion COMP16on Dcpth 1.5(y fate 2-3-04 Swfacc Elcvation Type Auger Q r= ou E - fl Stratum Description r H p ° u q.°i sr 1= ` E e ° C�c o 0 N TONE FRAGMENTS AM?CILAY.dark 14 brown wW am sofk LI\tESTOTiE tett,hard 5 100/1.5" l LIMESTONE,gray,hard to vcry hard 100/1" 10010.5" I Q `o E U a G C O W fV Z C 4 n v d a LOG OF BORING NO. B-24 PLATE A,27 _ oitet No. Boring No. projw 30-Inch Diameter Water Line- Phase I-Walsh Ranc�MJ SNOW ERf4Gn:C - Pr128-03`08 B-25 Fort Worth,Terns Location water ObseavaaOns Sta 168+50 Dry at completion � Completion Completion Dcpth 30.0' Data 2-10-04 I Swfaee Elevation Type Auger .:.. 8 C q n `� S#ra#um Descrip#ioa °b z a a 3 w „ � y C- SLI�TY CLA,Y_.dark]frown w/smafI wC.arcous 2.5 9$ 14 29 21 nodules,stiff 2.5 18 94 1290 UNIESTO tan,waathered iracrtired hard -- IMI 75° 7 3 10011.5" 8 LI]►iESTQNE,gray,w/shale seams,very hard 1 10045" 7 4 15 ]0014.5" 6 -wl shale seams and layers,hard to very hard 30 10011.5" 12 25 100/1.25' 9 1001[1-25° 9 u E V a C7 r a n �I U{{ y d ry w O s✓oc o� gQwNc �. B-25 PLATE A.287 �MJ EtiGi1�EEitL1G 1*C Project No. Boring No. Project 30-Inch Diameter Witter Line-Phase 1-Walsh Ranc 128-03-08 B-26 Fort Worth,Texas Locatsort Water Observations Sta 172+50 Dry at completion Completion Completion Depth 15.0' Date 2-3-04 Surface Elevation Type Auger �= o E o N ' Stratum Description o o �' >v 3 U. o �'• � : dao 0 �va '-' -' `-' '-' C 0 a STLTV CLAY.dark brown,WI calcareous nodules, 1.0 31 soft to stiff 2.0 29 92 3890 2.5 66 2fl 46 27 [!ItFSTOIVF tarn,hard $ 00/1.75 1 LIN ESTONE gray.very hard i G l7 V a t7 m M 0 z sf c 0 0 ti d o� LOG OF BO NG NC}. B-25 PLATE A.29 "' Project No., 8vringNa• Projcci 34-inch Diameter Water Line-Phase I-Wa[st, Raoc 128-03-08 B-z7 Fort Worth,Texas cation Sta. 180+00 Dry at completion Compietion Compaction Depth 15.U' []ate 2_3-Q4 Surface Elevation Typc Au er E — o a G r✓ Stratum Description �, " o o �' a Y o 3era t[[x..t� a a'Q� •� q _. SL][-TY CLAY. dark brown,wl calcareous rKA Acs, 2,4stiff 28 2.75 23 3.0 53---f-9 -34 34 21 grades hrowp,very stiff V to 3 V 3.5 20 g 4.5 t9 107 4320 wl abundant calcareous noduies and doposits,7'to 11' 4.5 14 a 3.5 22 Lugm ONE tan LIMx�:STpNE,gray,very hard 15 ---——-- _..__.—_-- .—— --- 10010.75' r r r r r h S V C u n m z z Q _ LOG OF BORING NO. B-27 PLATE A.30 Project No. Boring No. Project 30aeh Diameter Wager Lite-Phase I-Walsh RanC�Mr fNGNE GZNC . 428-03-08 B-28 Port Worth,Texas Location Water Observations Sta 187+50 Dry at completion Completion Completion Depth 20.0` I Date 2-3-04 Surface Elevation Type Auger F Vw � n Stratum Description C tz7 Oe a u viu c i� v v 'G a SILTY CLAY AND liw.WESTONE FRAGMENTS 9 tan and dark brown La ESTONE,tan,hard 3 100/1.75" LIKESTONE,gray,hard to very hard 14(Jli" l t i 10M.5" f 4 z ——————————————— ------ laa�a.s° i i C7 L7 U P 0 m U ► x C 6 q 4 LOG OF Borg-vc NO. B-28 PLATE �.3I Project No. JBorin�g�q� Project 30-Inch Diameter Water Line-Phase I-WalshRanegMJ128-03-08 Fort Worth,Texas Location Water Observations Sta 145+00 Dry at completion Cornpletign Compleb;n Depift 20.01 Date Z_9-U4 Surface Elevation Type Au er E u V3 v a r;4 Stratum Description 7- 'g to 3 p'ir, N ' Q U a tY'E 51LIX.0 LAY.dark brown and reddish brown.,wl 2.5 l$ limestone fragments,stiff {possiible fill to 11 3.5 �� -grades light browa.wl calcareous nodules,very stiff 3.5 2l 3.25 20 � I,Il► Tol�'�text,hard 10411" SRTY CLAY.grayish brown,wl calc.arcous nodules and limestone&agmCnis,very Stiff 4.5 19 SHALY CLAY.tan and gray,very stiff l 4.5 22 15 3.25 54 2® 34 22 LMESTON Lan,very hard 24 —————--- O-01©.25' o a m g R m ea z 0 m u LOG OF BORING nom B 29 PLATE A' 3Z J Project No. Boring No, Prujea 30-Inch Diameter Water Line-Phase I-Walsh Rand Mj V4GNEERiNriNc 128-03-08 B-30 Fort Worth,Texas Location Water Observations Sta 202+50 Dry at coin pletion Complction Complexion Depth 20.01 Darc 2,9.04 Surface Elevation Type Auger L � O U 6 �a O b N C t% Stratum Description -v z LL, G ats x v C]U o nb t d 6 y r .0 LT•I= E A' G O ,C s, 0 C S ULTY CLAY,Baric brown,stiff' 2.0 34 2.0 2s CLAY.dare brown,wl calcareous nodules,very stiff 4.5+ 19 to hard 4.5+ 69 22 47 2 5 4.5+ 22 SANDY SILTY CLAY light brown,wl calcareous - nodules and deposits,very stiff 3.5 Ib #112 -5-08�0 1 4.25 13 15 4.0 19 SHAdLY CLAY gray,wl limestone seams,very Sbf I0 har2 ___—__--__.__—_--___—__. 4.25 15 0 4 [7 m a r. m r c� v Q LOG OF BORMG No, B-30 PLATE A.33 Projw No. Boring No. project 30-Inch Diameter Water Line-Phase I- Walsh Raa&Mj cmEtxncme. 128-03-08 B-31 Fort Worth Texas Location Water Qbservations ;= Sia 210+00 Dry at completion Completion Completion Depth 15.0' Date' 2-9-04 Surface Elevation Type Ati er Co VI Stratum Description - 4 _ `.� v o 0 0 T �J o 3 L• 'y Lt a0 y rr u A V d o duG/i 9 U 5 S . Oa C c r qcE- v1 �.t ri 1 a5 U 3.7 0a SILTY CLAY.dark brown,wf calcareous nodules, 1.73 fib 26 40 32 stiff to Very stiff 3-5 24 4.25 19 l96 4444 VERY SILIY CLAY,brown and light brown,wl 4.5+ la lirnestossc fragments and calcareous deposits,very stiff 4.5+ 7 to hard 5f3ALY LAY brown and light brown,w /calcareous deposits,very stiff- 3.5 25 ! 3.5 29 Llly�tan hard l5 --- ------——— ———— t(1QI1.5" I Ir' l i7, 4 r'] O U a c, a n v ti U P LOG OF BORING No. B-31 PLATE A.34 i Project No. Boring f1a. Project MJ €hctr�€.+RM MC. - S 30-Inch Diameter Water Line-Pbase I-Walsb Rant: 128-03-08 $-32 Fort Worth,Texas Location Water Observations Sta 217+50 Dry at completion Completion Completion Depth 15.0, Elate 2-9-04 Surface Elevation Type Auger Q,. 4 C p O L Stratum Description a e " � h d O vi a v 'od 9'7 S_ ULTY CLAY,dark brown,light brown,and brown, 3.0 21 wl calcareous nodules and limestone fragments,very 4.5+ 11 stiff to hard 4.5+ 13 •wl cemented sand seams,2'to 3' -grades gray and reddish brown,wl calcareous deposits, 4.5+ 1 12 3'to 5' 4.5+ 14 grades brown,wl calcareous nodules,stiff to very stiff. 5'to Sr 3.0 1 51 i& 33 16 Ii1'IESTflitE,gray,wl thin shale seams,hard 10411.5" 1 — 15 _---------------_---- w A O G7 V 4 C7 a n 0 U x s 0 0 o Loc OF soMNG NO. B-32 PLATE A.35 Project Na. �Bonng)sa. Frajctt 30-Inch Diameter Water Lime-Phase I-Walsh Ranc�M.T ENaVEFR.NrC4C 128-03-0B-33 Dort Worth,Texas Location i Water Observations y Sta 225+00 Dry at completiaa Completion Completion Depth 15.0' ,date 2-9-04 Surface Elevation Type Auger p U � E ` n c u. Stratum Description z rs > x Y o a p a a`n o ' V: P E a U ZJ 7 U p. SU 11'C I.AY.brawn to dark bro{aq wl calcarcn�s 3.4 24 nodules,stiff to very stiff 3.25 24 V_ERY SIL.TI_�Y,light brown w!calcareous deposits,very stiff hard 4.5+ 48 18 34 1 0 5 SCALY CLAY,tan and gray,w!catcercous deposits, 4.25 25 very stifto hard 4.5+ 27 98 5524 LL'b[ESTCli✓'E,tan,very hard lI OUl0.25 l5 —______._,_—___—._____ _ -- 1414.5" i� 1 r 0. 47 4 9 �Y • x c a 4 - 0 LOG OF BORING NO. B-33 PLATB' A.36 Project No. Bo+ting No_ Project 30-Inch Diameter Water Line-Phase I-Walsh Ran&Mj ENGPME C,LNC - 128-03-08 8-34 Fort Worth,Texas Location Water observations Sta 232 -50 Dry at completion Completion CamPittion Depth 15.0' Date 2-9-04 Surface Elevation Type Auger O. E p 40 ` Stratum Description •' o , � `` c Hv) CC SILTY CLAY dark brown;wl limestone fragments, 1.5 8 fcmt to stiff LINfES7'ph'E tart,very hard ! „ 3 O010.25 l LIMMTONE.Bray,very hard OO/4.25 is ----------------- 00/0.25 Q v_ r� - F- 0 a� V 4 O RS 'r C Q D 4 C7 o LOG OF BORING No. B-34 PLATE A.37 "s 1r' Project No, Boring No. Project 30-Inch Diameter Water Line-Phase I-Walsfi RaacK j O E` °Dc } 128-03-08 -35 Fort Worth,Teras Location Water Observations ! Sta 240+00 Dry at completion Completion Completion Depth 15.0' Hate 2-9-04 5urf'a"Ei"mion Type Auger K c o `N �t ' Stratum Description 3 b e u r4 _ ts� Cy o E n 'd q 'c a c� p a cC c a1 F- c.to 'a si w 5 U Z)_J CJ St tiff CLAP dark brown,wl calcareous nodules, 2.4 16 _ 2.5 16 LI1hiE,STDIvE,tan hard i 6011.25' y 10011.5" L MU:STOti'E.gray,very hard 15 ---------------------.---- 441U.TS. U e o n F n c� u I e o n f o C7 Q a LOG OF BORfNG No. B-35 PLATE A.38 Frojecl Na TodnhNo. Project 30-Ineh Diameter Water Line- Phase I-'Walsh RancM3 �GENURING 'c 128-03-08 -36i Fort Worth,Teiss Location Water Observation Sta 247- 50 Dry at completion CompletionCompletion Depth 15.0' Dace 2.10-04 Surface Elevation Type Au er J p ey Q r^ ACL O EC�t CI. T O O m O Stratum Description 4 z ee Al >u D -N Ix Cil 2i C.N A..L, _3.� SILKY CLAY,light brown and light gray,wl 2.5 26 lunestone fragments and lenses.stiff 2.i 1.5 20 L ONT light brown wl interbedded clay seams, 5 L& 0U11.75' IT", SANAY CLAY light brown and gray,wl some cemented sand lenses,stifr 2.0 56 18 38 30 1 LIh'fES`ONE..tan wl clay seams and layers,hard 100/1" 10 SHAL£Y CLAY.tan.grayish brown,and reddish brown wlsome sand lenses,very stiff l5 -- ---- ----————�—----------— MI 4.0 22 V i I i ` 4 } q 4 B h 47 '� z 0 a C3 LOG OF BORING No. B-36 PLATE A.39 �- +� Project No. Boring No. Projcct 3{1-Inch Diameter Water Line-Phase I-Walsh Ran_ MJ Go INC 128-03-08 B-37 Fort Worth,Texas Location Water 06servations 04 Sta 255+00 Dry at completion Completion Completion Depth 15.0, 1 Date 2-10-04 Surface Elevation Type Auger 4 u E C4 rz 1] � O Stratum Description V ZdU0— !" SMTY QAY.dads brown.wl lunestone fiagmeats, 4.0 22 very stiff 3.5 1$ -grades brown and grayish brown,w/calrarwus 4.5+ do its to 3` 13 OW-STML light brown and tan,w/clay seams, 5 had100/1.5" 10 SHAICY UAY.grayish brown w/calcanx)w nodules,very stifrio,hard 4.5+ 54 !737 18 i� slickensided.Ir to I V CSt 19t 109 8370 a IS -grades brown and lisbt brown,w/sand lenses, 14'to 4.5 24 r �5a -----------_—.------.----J 1 p i= `n r 0 v c. C7 4 m r U z e 0 0 LOG OF B01UNG NO. B-37 PLATE A-40 Project No. Boring Ala. Frojca 30-Inch Diameter Water Line-Phase I-Walsh Ran c M] 128-03-08 B-38 Dort Worth,Texas Location Wa[cr Observations Sta 262+50 Dry M completion Completion Completion DcpII 15.0' Doc 2-10-04 Surface Elevation Type Auger a S E � c�5 c 3 Stratum Description -�� C po vv p u 00 m u E a r SILTY CLAY,dark brown and brown,w/calcareous 2.5 27 nodules,stiff 2.5 26 LV4MTON tan,fired,wl clay seams,bard 100/115' 12 ,- 5 SILTY CLAY.reddish brown and gray,w/calcareous 1.75 18 X46 2124 deposits and nedWLS.very stiff 2.4 27 1 3.0 14 E4LEY CLAY gray and reddish brown,wf calcareous deposits,very stiff - i i iS ---------------------------__ 4.25 41 14 27 21 0 0 a E O b N ri _2 C Q O 4 0 LOG OF BORJNG NO. 5-38 PLATE A.41 Project No. Boring No. Projea 3{0-Tach Diameter Water Liffe-Phase I-WaLsh Rance - 128-03-08 B-39 Fort Worth Texas 1 acation water p6myitiow Sts 270+00 Dry at completion Completion Goinplctian f]e 15.0' Date 2-3-04 Surface Elevation Type i L N CO ^ O p � C (pC L Stratum Description -= O ,U'rCr U f� a u o-E E d o a �a oa c�a[ c.rn 3a �: c... Ua �Un, r. JILTY CLAY,dark bruwo,W limestone fmg=rft 3.5 25 and calcareous nodules,very stiff to hard 4_5+ 13 wl abundant limestone fiagrnents.P to 3, 4_5+ 44 19 26 14 LiM KE,ton.hard 1(}412.75 S1iAI Y C_L l',brown and light brown,wlealcarEous nodules and limestone seams,very stifl'to hard 4.i1 17 4•0 18 112 6194 15 —————————------------———— 4.5 22 f n R7 U c L7 m � o ro O W n_ L7 2 C d [ 3y, a LOG OF BORING NO, B- 9 PLATE A►.4 r _7L 4 Project No. Boring No. Projed 30-Iuch Diameter Water Line-Phase I-Walsb Ranc. rarGw Rrc r rc. 128-03-08 $-40 Fort Worth,Texas Location Water Observations Sta 277+$0 Dry at completion Completion C.omplttion Depth 15.0' "a'e 2-3-04 Surface Elevation type Auger CL sC n CL aE. c o a Stratum Description e �a o �. ALL •� V. -fl^' .O .S u k Y�Cu, 0U C G O c,p G 6 0 MA §rLTY CLAS,dark brawn,wl calcareous nodules, 2.5 32 stiff UNIESTOI`E tan,hard 5 1008.5" SX3ALY CLAY.Iig}tt brown and brownish gray,wl hand leases,very stiff 3T 79 29 50 24 t 4.5 23 LWEST E.tan,hard 15 ---------------------------- 0011.75 '_ v d 0 C7 M V V 4 O O tY L9 F C C P O LOG OF BORING NO, B-40 PLATE A.43 Project No. Boring 130. Project 30-Inch Diameter Water Line-phase I-Walsh RancgMJ E'NcrrEEMG M 128-03-08 Bi-41 Fort Worth,Texas [.ocation Water Obsuvations Sta 285+00 Seepage at 8' during drilling; water at 14' at completion Completiorn Comple[ion Depth 1s.4' Date 2-3-Q4 TSurface£levaEou Type Anger CL^ � U 4 p Stratum Description o tz- a �_, �, {� V p ° tri 'p e'r a 'r�� 'o o �U a ` CLAY dark}crown,wl Ihiestonc fragments,very stiff 3.0 !$ LUKES ONE,tan,hard g M2.2-5 -12'clay seam at 6.S SILTY CLAY.tart and gray,w/calcareous nodules, rum 1,25 a6 1$ 28 22 1 LRIESTnrrE tart,hard l5 104CZ� ---- .__----_._—__--_— r 4 f6� n a c� ca n r u I � 0 4 ry a z_ 0 a LOG OF BORING NO. B-41 PLATE A-44 Frvjcct No. Boling No. Pmnject 34-Inch Diameter Water Line-Phase I-Walsh RanC$Mj n•�� c - 128-0348 B-42 Fort Worth,Texas Location Water Observations Sta 292.1-54 Dry at completion Campiction Completion Depth 15.0, 1 Dace 2-3-44 Surface Sevation Type Auger $ ° o E wj Stratum Description o U R 3 V. N a= A4 C7 ° vs i;•i rr E T9 b.8 v :3 SH TY CLAY.light brown,wJ limestone fragments lQ lar,wt day layers.hard � OQR,zS LMIESTOtan,hard 1 Qp11.5" i3 _----------------------. 104Ji.5" r 0 a 0 E ` U S,7 oa 4 O 4 N C m LOG OF BORING NO. B-42 PLATE A.45 " Project No. Baring No. Project 30-Inch Diameter Water Line-Phase I-Walsb RaneJ ENOWEEP r,INC 12$-03-08 B-43 Fort Worth,Texas Location Water Ohsuvations -p, Sta 300+OO Dry at completion Completion Complexion ❑cpzh 15.0' 1 Dior 3-04 Surface Elevation Type Auger n E eo r4 � c u. n E o =. v' Stratum Description � -og x � �� m a 2-r {� . rt r... 0 a� LA..s X H rar�7 CY ? Zvi 2 cE E n q 'o "Ea c o o C. ,1.14%n=our..weathered,wl clay warns 14 LU61F TDn tan,w/thin aF Sew s,hard 100!2" l4 0411.75 LIQ gray,wl shale seams,hard 15 --- _--- --- 1d—DTs* I' r r r as _o F- S7 F [J a [3 m 4 m n [7 2 m 0 LOG OF BORING ria. B--43 PLATE A.46 Project No. Boring No. Project 30-Inch Diameter eater Line-Phase I-Walsh Rauc MJ ENGM MG L\C 128-03-08 8-44 Fort Worth,Texas Location Water Observations Sts 307+50 Dry at completion Completion Completion Depth 15.0' bate 2-304 Swfacc Elevation Type Auger r " o Stratum Description z YC ui CY 5 eVi Hu ffE n� iic Ue E5 min .] ] Cti..7 & F UV J �L3cE SILTY CLAY,dart;brown,w/abundant limestone 1.0 1 13 liagsnents and calcareous nodules,soft 1.0 g 1-5 22 1021 410 grades light brawn,wl abundant limestone fragments, 2.0 Is Soft to fimt.Y to 7' 1.0 62 1g 44 32 5 -grades light gray,wllunestone seams,very stiff;7'toIV E0 1 1.0 21 LJAfE5T0 NT.tart,wr clay seats and Layers,hard is ————--------------------- �aorz„ a 3 V a c h z -s C3 LL d LOG OF BOfUNG No. B-44 PLATE A,47 �' Project No, Boring No. Pmjcct 38-Inch Diameter Water Line-Phase I-Walsh Ran&Mr c :sexr+�aNc. 12&43-88 B45 Fort Worth,Texas Location Water Observations Sta 315+80 Dry at completion Completion Completion DCA 15.8` Date 2.3-84 Surface Elevation Type Auger r Stratum Description 9! gg ui ZI9 eo Q c caa".t; c+n :� a a � a� 2U as 3U 7 Y CLAY. duk brown,w1 limestone iragwrits 3.5 20 1 1 and calcareous nodules;,very stiff 33 18 1512 LIMESTONE.tan,hard r 5 0011.75' 1 10411" LIMESTONE.gmy,very hard l5 ----- ------------ 0010•.75' r 4 a i3 n_ L7 4 n Q Lac of BORJ G No. 5-45 PLATE A.48 r _ ■s arcc„t - l'royerA Na. Boring No, Project 34-Inch Diameter Water Line-Phase I-Walsh 1ZancqM) 128-03-08 B-46 Fart Worth,Teras Location Water Observations Sta 332+50 dry at completion Completion Completion Depth 15.0' Due 2-9-04 Surface Elevation Typo Auger- E. n er C Y N s G6 « CL Stratum Description ,� ��a `' �is. 'L VJ .,]..3 fn C A L.1 �..t =-),3,,p5 C.7 SILTY LAY dark brown,wl limestone fragments, 3.0 29 very stiff LIN[MOn tan,wl clay seams,herd 5 10M. 1 0011.75 13 --_—_—,___—__----- —__ 10011.5" �a X U a gU n a m t7 0 a w LO ! OF BOR[NG NO. B-46 PLATE A.49 -0 cmiG3G Prx2s 6118 1.■ ENGINEERING, INC.INSFo�zW�,-�,,Tc�cas7Gr[8 www cmj-tngr.corn July 6. 2004 Dunaway Associates, Inc. 1501 Merrimac Circle, Suite 100 Fort Worth, Texas 76107 Attn: Mr. Brian S. Darby, P.E. RE: REPORT 128-43-08B ADDITIONAL SERVICES GEOTECHNICAL ENGINEERING STUDY 304NCH DIAMETER WATER LINE— PHASE 1 WALSH RANCH FORT WORTH, TEXAS Dear Mr. Darby: INTRODUCTION CMJ Engineering, Inc. is pleased to present herein the results of the geotechnical engineering study for the referenced project. This study was performed in general accordance with our Proposal No. 03-475 (Revision 3) dated July 28, 20101 The geotechnical services were authorizes! by Mr. Brian Darby, P.E. of Dunaway Associates, Inc. l The project, as currently planned, consists of a 31 400-linear foot water line. The line will be 30 inches in diameter and may be reinforced concrete, ductile iron, or steel pipe. The geotechnical engineering study herein addresses the remaining pipe section, at the western encs of the alignment, of approximately 3,0100 linear feet. Plate A.1 depicts the water line alignment and location of exploration borings. The purpose of this geotechnical engineering study has been to determine subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, and provide earthwork recommendations. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering comments, I( using the field and laboratory data, to develop geotechnical recommendations for the proposed construction. Phone(817)281-9404 Fax(817)589-9993 NSctro (817) 589-9992 Dunaway Associates, Inc. Project No. 128-03-COBS July 6, 2004 Page 2 The design is currently in progress and the locations and/tar elevations of structures could change. The recommendations contained in this report are Lased on data supplied by Dunaway Associates, Inc. Once the final design is rear completion (80- to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. SUBSURFACE CONDITIONS Subsurface materials at the project site were explored by 4 borings drilled to a depth of 15 feet along the proposed alignment. The borings were drilled using truck mounted drill equipment at the approximate locations shown on the Plan of Barings, Plate A,1. The boring togs are Included on Plates A-4 through A.7 and keys to classifications and symbols used on the fogs are provided on Plates A.2 and A.3. Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings is discussed below. The soils consist of dark brown, brown, and tan silty clays and calcareous clays. The clayey soils are generally very stiff to hard with pocket penetrometer values ranging from 4.5 to over 4.5 tsf. The soils are generally low to moderatley plastic with tested liquid limit and plasticity indices of 26 to 44 and 8 to 23, respectively. Tested unit weight and unconfined compressive strength values range from 108 to 118 pcf and 3,910 and 5,660 psf, respectively.. Limestone is present in all of the borings at depths of 1 to 5 feet and consists primarily as tan weathered to slightly weathered limestone and gray relatively unweathered limestone. Both the tan and gray limestone are generally hard to very hard (rock basis) with THD Cane Penetrometer values of 0.25 to 2.25 inches of penetration per 100 glows. Clay seams also are present within the tan weathered limestone. The borings were drilled using continuous flight augers to observe the potential for water seepage during the drilling process. All borings were dry at completion of drilling. Even though the borings were dry and noted no water, the possibility exists that perched water may trap atop - limestone or flow within seams of the limestone, particularly after periods of heavy or extended rainfall. Dunaway Associates, Inc. Project No. 128-03-OBB July 6, 2004 Page 3 EARTHWORK Site Preparation The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spats, which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill. Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. The fill material should be compacted to a minimum of 95 percent of the maximum dry density I� determined by the Standard Proctor test, ASTM D 698. In conjunction with the compacting t operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should ranee from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). -these ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended ranee) in order to consistently achieve the recommended density. i Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an expe,ienced geotechnician working in conjunction with the project geotechnical engineer. OViJ ENCINEEPZNC,INC. Dunaway Associates, Inc. Project Na. 128-03-08a July 6, 2004 Page 4 Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. Any pavement structure (concrete, asphalt, base course material or stabilized subgrade) should extend a minimum Of 12 inches beyond the edge of the excavation trench. This additional width of pavement structure greatly reduces the potential for reflective cracking upwards into the pavement. In addition, proper backfilling of the soils will result in no undue settlement of backfill material and resulting differential movement between the natural soils and backfill trench. If a high class bedding material or backfill material is desired, a lean concrete will limit water intrusion into the trench and will not require compaction after placement. Excavation Based on the exploration borings, the majority of the excavation will encounter limestone in thin seams or layers or major intact units. This limestone is generally hard to very hard and will require heavy duty specialized equipment for excavation. In addition, overexcavation should be anticipated within the limestone with weathered clay or shale seams. Overexcavation may result from large blocks or chunks breaking along either weathered or clay seams beyond the planned excavation_ The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss and end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. Selected sections of utility excavations may encounter ground water. In selected zones, the ground-water infiltration may be significant. The contractor must be prepared to eliminate excess water from the excavation trench, and special shoringlshielding may be required by CNIJ ENGINEERING,INC. Dunaway Associates, Inc. Project No. 328-03-088 July s, 2004 Page 5 OSHA guidelines to prevent undue caving of sidewalls into the excavation. In general, it is anticipated that the majority of seepage inflow into construction excavations can be handled with sump pits and pumps. Erasion and Sediment{Control All disturbed areas should be ,protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erasion or sedimentation should be provided with permanent erosion and sediment control Facilities. All applicable ordinances and codes regarding erosion and sediment control should be Followed. CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a iimited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CM,! Engineering, Inc, be retained to observe earthwork and pavement installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Wil these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as pavement subgrade, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most r suitable method for procuring these services is for the owner or the owner's design engineers to d contract directly with the project geotechnical engineer_ This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. r� I REPORT CLOSURE The borings for this study were selected and staked by Dunaway Associates, Inc. using normal taping methods and topographic features. The actual boreholes were pl chis. CAlva � i ` T�. Dunaway Associates, Inc. Project No. i 28-03-088 July 6, 2004 Page 6 practical to the staked locations by CMJ Engineering, inc. The locations and elevations of the borings should be considered accurate only to the degree implied by the methods used in their determination. The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken.. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual-manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for these portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to ground-water conditions, this report presents data on ground-water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground-water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is - recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigations and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly CMJ ENGINEERING,INC. Dunaway Associates, Inc. Project No. 12.8-03-088 July 6, 2004 Page 7 informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further. it is urged that CM,! Engineering, Inc, be retained to review those portions of the pians and specifications for this particular project that pertain to earthwork and pavements as a means ry to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of pavements as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water. ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowiedge and awareness of their intent within the overall concept of this report- The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Dunaway Associates, Inc. for specific application to the design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. CMJ ENCINEERING,INC Dunaway Associates, Inc. Project No. 128-03-08B .July 6, 2004 Page 8 We appreciate the opportunity to perform these investigations and provide these recommendations regarding future construction of the Phase 130-Inch Diameter Water Line at Walsh Ranch in Fort Worth. The following plates are attached and complete this report: Plate A.1 - Plan of borings Plate A.2- Unified Soil Classification System Plate A.3- Key to Classification and Symbols Plates A.4-A.7- Logs of Borings gap RespectfuCENGIIly NEERINsubmitted,INC "C OF MJ T• ,1 �� — AW 0' CHARLES M. A S < 46088 • `� .lams P. Sappington IV E.I.T. Q , ; harle , P.E. Project Manager+"•�. ••'[j�'V President •rw■ ` Texas No. ET-31361 ,%%, ti�► w rbc Texas No. 4608$ copies submitted: (3) Mr. Brian S. Darby, P.E.; Dunaway Associates, Inc, (by mail) CNIJ ENCINEERINC,INC. � - } , � a / . � k U \ � . , u ' � 7 � \ � 2 , m if k ';':z' w7 ` ca / p #, 3 o � , o � gr2r ru § } »§ u § \] 0 \ ,9 ) a {i fm | , \ . ~ 2�3t PLATE 9/[ . A. Major Divisions m. Typical Names Laboratory Classification Criteria Y Well-graded gravels,gravel- 2 ( m' a, = GW sand mixtures,little or no h C„�Caa rea4er than 4 C - a a.— g c` between 1 and 3 N p Tines dto Dra x Do 0 C u� u1 a ►� cc2 Poorly graded gravels,gravel yU GP sand mixtures, little or no 1' co uo V) Not meeting all gradation requirements for GW -2 fines m m w Co �, z a Silt ravels, ravel-sand-sill Liquid and Plastic limits Silty 9 g Liquid and plastic limits � cv -- GM mixtures ai �, � below"A"`line yr P.I. r L � � n ? L greater than 4 plotting in hatched Zane m nr 3 Zi C U g between 4 and 7 are �' a v N o ro borderline cases o Clayey gravels, ravel-sand `' u Liquid and Plastic limits La GC 9 requiring use of dual C o m above"A"fine with P.I. 0 Q day mixtures z c symbols c m L° greater than 7 ch a m 2 E E SW Well-graded sands,gravelly W ` ° o� m E c sands,Calle or no fines > N C� greater Ilan : CC, between 1 and a E N y C 12 C b10 oto x❑, a)Q C V H c, Poorly graded sands; m ' 5P gravelly sandsCID ,little or no � L Not meeting all gradation requirements for SW _ m m fines eEi Q CID r_ 'to - a p CSN C M ov o mm ua0 SA " o v, CM rn m Liquid and Plastic limits Q ° c SM Silty sands,sand slit mixtures • : N below"A"tine or P.f. less ' E E Liquid and plastic limits C F ;� t? o.aD v 8 than 4 plotting between 4 and 7 a C `-' ''h are borderline cases — m a0 a "' n, c '� c-0 Liquid and Plastic limits requiring use of dual m Clayey sands,sand-clay n v ci O u7 SC E C = above"A"line with PA. symbols 2 a. mixtures c; 0) 9) ¢ ) d) to greater than 7 In 0 0 —� Inorganic silts and very fine Z3 ML sands,rock flour,silty or n clayey Fine sands,or clayey silts with slight plasticity > Inorganic clays of low to medium plasticity,gravelly _ CL clays, sandy clays,silty clays, s 4 and lean clays z CH CID C �' QL Organic silts and organic silty a ! clays of low plasticity , Z m n E Tao C Inorganic silts, micaceous or G °4 MH diatomaceous fine sandy or nuoff aF d MHsilty soils, elastic silts •P LL W # fSl CL c CH Inorganic clays of high CD �' plasticity, fat clays E 7�4� L �, a \\\C0k1 �t`ti`� ML a d OL -� 2 L7 Organic clays of medium to o J OH um 00 10 20 30 40 50 GO 70 80 90 100 2 high plasticity,organic silts ca Liquid Limit c ' Peat and other highly organic o Pt Plasticity Chart z © 0 soils rUNIFIED SOIL. CLASSIFICATION SYSTEM PLATE A.Z SOIL OR ROCK TYPES m GRAVEL LEAN CLAY LIMESTONE �• •• SAND a SANDY SHALE Sao a SILT SILTY SANDSTONE _'Amv" HIGHLY Shelby Sprit Rock Cone No PLASTIC CLAY CLAYEY CONGLOMERATE Tube AugerSprit Core Pen Recovery -TERMS.DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL_ 1 Fine Grained SOilS(More than 50%Passing No.200 Sieve) Descriptive Item Penetrometer Reading,(tsf] Soft 0.0 to 1.0 Rrm 1.0 to 1.5 E Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5+ ,Coarse Grained 80iIS(More than 50%Retained on No.200 Sieve) Penetration Resistance Descriptive Item Relative Density (blowsffoot) 0 to 4 Very Loose 01o20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular alickensided Having inclined planes of weakness that are slick and glossy in appearance Varninated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt i interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions 1 TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in sails Soft Can be scratched with fingernail Moderately)~lard Can be scratched easily with knife; cannot be scratched with fingernail -lard Difficult to scratch with knife Very Hard Cannot be scratched with knife 'aorly Cemented or Friable Easily crumbled cemented Bound together by chemically precipitated material; ❑uarLz, calcite, dolomite, siderite, 1 and iron oxide are common cementing materials. ``)egree of Weathering Jnweathered Rock in its natural state before being exposed to atmospheric agents &ightly Weathered Noted predominantly by color change with no disintegrated zones Veathered Complete color change with zones of slightly decomposed rock extremely Weathered Complete color change with consistency, texture. and general appearance approaching soil �CEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 Project No. Boring No. Project 30-Inch Diameter Water Line- Phase I- Walsh RaU&Mj rxarv�ertr c rrc. 128-03-08-B B-47 Fort Worth,Texas F Location Water Observations Sta 333 -05 Dry at completion Completion I Completion Depsh 15.0' pate 6-22-04 Surface Elevation FyPc Auger ,. r° _ o Stratum Description z �` 3` 4 - o q Cpa a a ' ' C Q 3CCt~ , Ha �-r �. _? x u AU acv y ' �.� Oe o u cri 1.0 c#; `�a 'o c u l 5 SILTY CLAY,darn brown,wf ealcamous nodules. 4.5+ 17 _ hard 0+ 44 21 23 17 -w!limestone ents Y to 2' 1�0R.2S L O M.wl clay scams,weathered,hard 5 0611,75 l FO(-V2.25' _L TO gray.hard 10011" l5 — ----_---_.____—_ caa OLU R C7 ni n ' 4 m z r� d Loc OF BORJN too. B-47 PLATE A.4 Project No. Boning No. Project 3a-Inch Diameter"Water Line-Phase I-Walsh Ran E'c`NUn,wcrqc 128-43-08-B B-48 Fort Worth,TE xas * Location Water Observations I Stas 340+55 Dry at completion Completion Completion Depth 15.0' 6-22-04 Surface Elevation Type Amgger — E Ta D C_ C L% C] Stratum Description -�� � a a e �, a' � �'"C d �` is .r n t U '- t.'as U h �° �' x K ', � Ec �r D fjj v� u iT D n 04 cga'F= SII. Y CLAY dark brown and wn,w calcareous 4.5+ i$ nodules,'very stiff to hard 4.5+ 18 168 566� 4.5 19 r — hard 5 CLAY tan,wl limfestone tgrnonts, S 14(x11.5 1$ 8 $ LMEL Ui tan,w/clay seams,weathered,hard 10 16[711" LilrrEs r ME.gray,very hard r15 —————————————————— --- v6ro.2S' 1' r � u vp a cs 4 4 m sw ^" a 0 M 1 11 Ip o LacOF BORFNG NO. B--48 PLATE A,5 Project No- Bo �j�lJ UNGroEER Nc.r,, 1 ring No. Project 30-Inch Diameter Water Line- Phase I-Walsh Rave 128-03-0$-P B-49 Fort Worth,Texas Location Water Observations 5ta 348+04 Dry at completion Completion Completion- Depth 15.0. M-[e 6-22-04 Surface Elevation Type Au er O C] N ... a Stratum Description •£ ys `-' x H �� Hca rviu �E n av n48 G �a co ° aH F rr�i 3 a a c �U .a 7�s SILTY CLAY dark brown and brown,wl calcareous 4.5+ Is names,very stiff to hard 4.5 15 CAL 'AREQ[15 CLAY,tan,wl limestone fragments, 4.5 13 f IS 3910 ff ' hwd 4.5+ 2$ 14 14 13 5 LIMES][ONE,tan,w/clay learns,weathered,hard 100!1.5" I O£N0.75' - i1v1E.5TON Spy,very hard 45 _�_ _�__ ---- ----- ---- - 00/0,25' I P i 4 q m 4 m N x 0 D Cl - tt O - t ae of BORING N©. B-49 t'LATE A.6 Project No. Boring No. Project Phase Diameter Water Line-Phase -Walsh FtanCgMJ 'G c 128-03-08-B B-50 Fort Worth.Texas 7 L=ocation water observations Sla 353+23 Dry at completion Completion Compiaion Depth 15.o' I Date 6-22-04 r Surface Elevation Type AeIer L'. M XF CL u E c w Stratum Description uV O o Zvi c E .�a o •"% u y D- 15 LAY brown,wt limesWne frapneru,hard 4.5+ 7 LREU0D EE tan.w/clay sean>_c,weathered,hard 10 7 r - - I 5 1(f ES" r l0 100tt" 1 15 --------------------------- Mon. k� A P 1• ca f � R h 2 ❑ C1 ' " a LOG OF BOMNG NO. B-50 PLATE A.7 7636 Pebble Drive 7EOCMJ ENGINEERING, INC. FartWarh,Texas76118 www-cmjengr.com January 11, 2004 Dunaway Associates, Inc. 1501 Merrimac Circle, Suite 100 Fort Worth, Texas 76107 Attn: Mr. Brian S. Darby, P.E. RE: REPORT 128-03-08C ADDITIONAL SERVICES GEOTECHNICAL ENGINEERING STUDY 30-INCH DIAMETER WATER LINE— PHASE I WALSH RANCH FLIRT WORTH, TEXAS Dear Mr. Darby: INTRODUCTION CMJ Engineering, Inc. is pleased to present herein the results of the additional geotechnical engineering studies for the referenced project. This study was performed in general accordance with our Proposal No. 03-475 (Revision 3) dated July 28, 2003, The geotechnical services were authorized by Mr. Brian Darby, P.E. of Dunaway Associates, Inc. The project, as currently planned, consists of a 31,000-linear foot water line, The line will be 30-1 inches in diameter and may be reinforced concrete, ductile iron, or steel pipe. The geotechnical I engineering study herein addresses an additional pipe section in relation to the new water tank site, near the western end of the alignment, of approximately 1,400 linear feet. Plate A.1 depicts the water line alignment, new tank site, and location of exploration borings- The purpose of this geotechnical engineering study has been to determine subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, and provide earthwork recommendations. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering comments, using the fie,-d and laboratory data, to develop geotechnical recommendations for the proposed construction. Phone(817)284-9400 Fax(W) 589-9993 Mega(817) 589-9992 Dunaway Associates, Inc. Project No. 128-03-O8C January 11, 2005 Page 2 The design is currently in progress and the locations and/or elevations of structures could change. The recommendations contained in this report are based on data supplied by Dunaway Associates, Inc. Once the final design is near completion (84- to 94-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. SUBSURFACE CONDITIONS Subsurface materials at the project site were explored by 2 borings drilled to a depth of 15 feet along the proposed alignment. The borings were drilled using truck mounted drill equipment at the approximate locations shown on the Plan of Borings, Plate A.i. Boring locations were staked by Dunaway Associates, Inc. The boring logs are included on Plates AA and A5 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the _ borings is discussed below. Surface soils consist of dark brown silty clays and clays. The clayey soils are generally stiff to Bard with pocket penetrometer values ranging from 2.0 to over 4.5 tsf. The soils are generally moderately plastic with tested liquid limits of 41 and 50 and plasticity indices of 20 and 33, respectively. Tan limestone is present in the borings at depths of 1 to 1.5 feet and consists of weathered to slightly weathered limestone. Clay seams also are present within the tan limestone. Cray shale with gray limestone seams was encountered in Boring B-1 at a depth of 11.5 feet. Gray unweathered limestone is present in Boring B-2 at a depth of 13 feet below existing grade. Both the tan and gray limestone are generally hard to very hard (rock basis) with THD Cone Penetrometer values of 0.25 to 1.5 inches of penetration per 100 blows. The gray shale encountered in Boring B-1 is generally moderately hard (rock basis) with a THD Cone Penetrometer value of 3.75 inches of penetration per 100 blows. The borings were drilled using continuous flight augers to observe the potential for water seepage during the drilling process. All Barings were dry at completion of drilling. Even though = the borings were dry and noted no water, the possibility exists that perched water may trap atop limestone or Now within seams of the limestone, particularly after periods of heavy or extended rainfall. Dunaway Associates, Inc. Project No. 128-03-o8C January 11, 2005 Page 3 EARTHWORK Site Preparation The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be ,proof rolled to detect soft spots, which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill. Placement and Compaction Pill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors, The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. The fill material should be compacted to a +minimum of 95 percent of the maximum dry density determined by the Standard Proctor test, ASTM a 698. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content_ The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field r density test per lift for each 5,060 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. CM]ENGINEERING,INC Dunaway Associates, Inc. Project No. 128-03-08C January 11, 2005 Page 4 Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate cornpacition is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. Any pavement structure (concrete, asphalt, base course material or stabilized subgrade)should extend a minimum, of 12 inches beyond the edge of the excavation trench. This additional width of pavement structure greatly reduces the potential for reflective cracking upwards into the pavement, In addition, proper backfilling of the soils will result in no undue settlement of backfill. material and resulting differential movement between the natural soils and backfill trench. If a i high class bedding material or backfill material is desired, a lean concrete will limit water intrusion into the trench and will not require compaction after placement, Exca va tion Based on the exploration borings, the majority of the excavation will encounter limestone in major intact units. This limestone Is generally hard to very hard and will require heavy duty specialized equipment for excavation. In addition, overexcavation should be anticipated within the limestone with weathered clay or shale seams. Overexcavation may result from large blocks or chunks breaking along either weathered or clay seams beyond the planned excavation. The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss and end bearing or lateral support. Temporary construction slopes andlor permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not tirnited to, OSHA regulations. Selected sections of utility excavations may encounter ground water. In selected zones, the ground-water infiltration may be significant. The contractor must be prepared to eliminate excess water from the excavation trench, and special shoring/shielding may be required by CMJ EKGENEER1NC, INC Dunaway Associates, Inc. Project No. 128-03-08C .January 11, 2005 Page 5 OSHA guidelines to prevent undue caving of sidewalls into the excavation. In general, it is anticipated that the majority of seepage inflow into construction excavations can be handled with sump pits and pumps. Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and �~ pavement installation and perform materials evaluation during the construction phase of the project, This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend altemative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as pavement subgrade, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the •" project geotechnical engineer at the outset of the project, Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of I communication between the owner and the owner's design engineers and the geotechnical engineer. REPORT CLOSURE The borings for this study were selected and staked by Dunaway Associates, Inc. using normal taping methods and topographic features. The actual boreholes were placed as close as practical to the staked locations by CMJ Engineering, Inc_ The locations and elevations of the borings should be considered accurate only to the degree implied by the methods used in their CMJ ENGINEERING,INC Dunaway Associates, Inc. Project No_ 128-03-08C January 11, 2005 Page 6 deterrnination. The boning logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual-manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed. it is not implied that these logs are representative of subsurface conditions at other locations and times_ With regard to ground-water conditions, this report presents data on ground-water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs_ it should be noted that fluctuations in the level of the ground-water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a property designed and constructed project. Therefore, provision for some contingency fund is recommended to accnmmodatr such potential extra Trost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigations and further on the assumption that the exploratory borings are representative, of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. if there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural Toads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. CMJ ENGINEEFUNG,INC Dunaway Associates, Inc. Project No. 128-03-08C January 11, 2005 Page 7 Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and pavements as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report_ In addition, we are available to observe construction, particularly the compaction of structural Fill, or backfill and the construction of pavements as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous OF toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of. this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficabitity, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Dunaway Associates, Inc. for specific application to the design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. CM] ENCENFERJN4G,INC Dunaway Associates, Inc. Project No. 128.03-0SC January 11, 2005 Page 8 We appreciate the opportunity to perform these investigations and provide these recommendations regarding future construction of the Phase 134-inch [diameter Water Line at Walsh Ranch in Port Worth. The fallowing plates are attached and complete this report: Plate A.1 - Pian of Borings Plate A.2- Unified Sail Classification System Plate A.3- Key to Classification and Symbols Plates A.4-A.5 - Logs of Borings Respectfully submitted, 0 P CMJ ENGugEEmNc,LNc ���..,.•........ } CHARLES M.JAC ON Jam Sappington IV, E.I.T. f 46Q8S 4• if4CJ,�;•,•lG+����-:`�� Charles M. Jackson, P.E. Project Massager •••....•�,. 0 s President Texas No. ET-31361 ��e�aCYCVAL �� IF ,S Texas No. 46088 copies submitted: (3) Mr. Brian S. Darby, P.E.; DunawayAssvciates, Inc. (by mail) CMJ ENGINEERING,INC 6 r1 F. O [7 w r � � Q 4 ,.r C_f � 9 � 03 3 z3 ' ;C Y N 1 !JR I r I _ _- �: a ku e � Q Lj �. L C a r x ti r r o z a FM 1182 6 CD 2 ca O A N Q+ C7 C 4- I Lu � � I z j PLA TE an A. ! Major Divisions Gr Typical Names Laboratory Classification Kriteria Well-graded gravels,gravel- m m m e GW sand mixtures,little or no � C_lea greater than 4: Ce- lO'0� between t and 3 v_, Lo Q fines o " iso e CM C V d Poorly graded gravels,gravel c m L7 GP sand mixtures,little or no Y, (n 0) w Not meeting all gradation requirements for GW +� `= iu m' fines 3 a m 22 0 it Liquid and Plastic limits $ o z c o Silty gravels,gravel-sand-silt N 0 :� Liquid and plastic limits GM .N below"A"line or P.I. mixtures greater than 4 plotting in hatched zone Z 3 c m between 4 and l are N v .� L` of© w borderline cases - c 6 a o N o { Liquid and Plastic limits E a °' > 2? Clayey gravels, gravel-sand- requiring use of dual w o a GC c �; m above"A"line with P.I. g clay mixtures symbols in ¢ m greater than i Ca_ 0 6 Well-graded sands,gravelly C)� m Ty e SW E C=^greater than 6: Ce- between t and 3 U Sands,little or no fines D,o C),o x C)" N a) ti ° N m m Poorly graded sands; M ro C) V_ SP gravelly sands,little or no $ Not meeting all gradation requirements for SW c � m > fines tom `mom _; w r4 eP O Vf Ln o o z m 3 SM Silty sands, sand-silt lu a Liquid and Plastic limits C o �, -- cv below"A" line or P-1-less Li acid and iritic limits E os `C 0 mixtures m yr Sr r 4 p L y 2 ° o than 4 plotting between 4 and 7 CU C g c 4 H J 2, n— are borderline cases in _ ' Liquid and Plastic limits requiring use of dual �, a+ Clayey sands,sand-clay �, o SC c above"A"line with P.I. symbols sCX mixtures greater than 7 Inorganic sills and very fine ML sands, rock flour,silty or u� clayey fne sands,or clayey 03 m silts with slight plasticity > ; Inorganic clays of low to so - �; medium plasticity,gravelly CD 'r CL clays, sandy clays, silly 5 clays, and lean clays 'rn Z �� CH C OL Organic silts and organic silty � F clays of low plasticity X -o a Inorganic silts, micaceous or 9 3 0 'n MH diatomaceous fine sandy or OT rn m c a 0 ©HardMH m a silty soils, elastic silts .P 20ro CL mCH Inorganic clays of high :t-- E' plasticity, fat clays } U, • - r d .`� .. L. ML a d OL g Organic clays of medium to z OH high plasticity,organic silts n t0 26 30 40 50 50 70 so sa too Liquid Limit `4o Pt Peat and ether highly organic Plasticity Chart - t a soils UNIFIED SOIL. CLASSIFICATION SYSTEM PLATE A.2 SOIL OR ROCK TYPES GRAVEL LEAN CLAY LIMESTONE SAND SANDY SHALEIII N SILT SILTY SANDSTONE CLAYEY HIGHLY CONGLOMERATE Shelby Auger split Rock cone No PLASTIC CLAY rube Spoon Care Pen Rerloveq TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Floe Grained Soils (More than 50%Passing Na.200 Sieve) Descriptive Item Penetrometer Reading,,Ttso Soft 0.0 to 1.4 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5f Coarse Grained SoiIS (More than 50%Retained on No 200 Steve) Penetration Resistance Descriptive Item Relative Density (b lowstfoot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40W70% 30 to 50 Dense 70 to 90% over 50 Very Dense 90 to 100% Soii Stri,rcture Calcareous Contains appreciable deposits of calcium carbonate, generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or sill Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF RUCK Hardness and degree of Cementation Very Soft or Plastic Can be remolded in hand- corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife „ Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials.and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely V'•leathered Complete color change with consistency,texture, and general appearance,approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 ce t r+ctrrPrajcu Na. Boring No. Projed 30-Inch Diameter Water Line-Fhase I-Walsh RanM INC 128-03-08-C B-�� Fart Wor#h,Te=as +" Location Waw Obscnrations Sta.340+00 Dry at completion Completion Completion Depth 15.0Late 12-29-04 Surface Elevation Type NIA Auger a Stratum Description � � e � � :±, 39" C w calcareous Mutes and• 2.8 50 171 331 28 4.5+ 12 Ltaq w brown day seams,hard to 9 weathered, I'to 2' 10011" 5 9 10010-57— SHAVE 0010.5"SHAL .gray,w1 gray t+.nze.,.,r scams,moderately - 'hard .•• l5 — ._ ----------_— —-.—__.._.___— 0013.75' 1.1 0 U � 6 0 Ui m n U 2 iC U m � LL o LOG OF BORING NO. B-51 PLATE A.4 ceProject No- Boring No. Project 30-Incl,Diameter Water Line-Phase I-Walsh Ran , t c� 128-03-0$-C B-52 Fort Worth,Texas r Location Water Observatimu Sta.347+15 Dry at completion Completion Completion - Depth 15.01 Date 12-29-04 am Surfi=Elevation Type N/A — Auger Li, p u G 3� a y y Stratum Description e d z e w r. n'v �, O ouvi u v � lr MI 6o 'Ga coo oe ca Cn a c4:a a.A �c.r �a SCJ a R.'PY CLAY amk brawn w1 ahrmdint calcareous 41 21 1 20 10 mxllimestvne eats LL'AES'Y'ONE-tin,wl clay seams,hard to very hard 5 00+'0.25 -.4b 1 LUMESTOrZ gray,wl gray shale seams,very hard " 0610.25' r. ii r r u E? h t7 o m LL 0 r LOG of BOMG NO. B-52 PLATE A.5 APPENDIX E ARCHEOLOGICAL REPORT UNITS 2 AND 3 (PORTION) 2002113 SpHGa_Walsr 35-03_KMC.doc WALSH RANCH WATER PIPELINE ARCHAEOLOGICAL SURVEY i A' ABSTRACT AR Consultants, Inc. (ARC) conducted a pedestrian archaeological survey of approximately 35,400 feet of water pipeline route and a 3 acre tank site that is located in Tarrant and Parker Counties, Texas for the City of Fort Worth. The proposed water line route begins at a proposed pipeline route, goes west, bends south and crosses Mary's Creep, Little Mary's Creek, Old Weatherford Read and Patterson Branch. It continues south after crossing Patterson's Branch and bends west and parallels the frontage road for interstate Highway 20 (IH 20). The route then goes south and crosses under IH 20 and continues south and terminates in an approximately 3.57 "' acre tank site. No significant cultural materials were discovered during the pedestrian surrey, in 27 shovel tests and 2 backhoe trenches. The absence of archaeological sites within the study area leads AR Consultants to recommend that additional archaeological investigations are unwarranted. This finding is similar to other small-scale study results in analogous settings in the Fort Worth Prairie. The Texas Historical Commission should be advised if buried cultural resources are uncovered during construction, and, if found, construction should cease immediately in that area until proper investigations can be carried out. r+ AR COMSULTANTS INC WALSH RANCH WATER PIPELINE ARCHAEOLOGICAL SURVEY 23 RECOMMENDATIONS The purpose of this investigation was to determine if significant cultural resources are present within the proposed Walsh Ranch water pipeline route and tank site. No evidence of prehistoric or historic occupation was found. AR Consultants, Inc. recommends that further cultural resource investigations are unwarranted along the pipeline route due to the absence of archaeological sites. We further recommend that construction supervisors be advised that buried archaeological materials could be uncovered during construction, although we deem it very unlikely. If this situation should arise, work should immediately cease in that area and the. Archeology Division of the Texas Historical Commission should be advised of the discovery. AR CONSULTANTS, INC. AR Consufta%n6sq Inco .s +�rt'�iai-u�vXii��1<u�l�!.nrirannaei� + faiul�6313ii31{ilk P-0. BOX 820727, gallas, Texas 75382-0727 PhIb le: (21.4)368-047a Fax. (214)361-6762 August 4, 2004 8- ail: arcdigs&of.com RECEIVED Mr. Bill Martin,Archeologist Texas Historical Commission AUG 4 6 2004 PO Box 12276 Austin,TX 78711 TEXAS HISTORICAL COMMISSION Dear Bill: Enclosed are two copies of our revised draft report"Archaeological Survey of the Walsh Ranch Water Pireline Route, Parker and Tarrant Counties; Texas" which was prepared under the authority of Texas Antiquities Permit No. 3364. The Abstract and Abstract Form has already been sent with the first draft report, lin addition to the pedestrian survey and shovel testing which failed to find any evidence of buried cultural materials, two backhoe trenches were excavated in the floodplain of,Little- Mary's Creek and Mary's Creek which also failed to finer cultural materials. This only further reinforced our conclusion that the widely scattered and shallowly buried burned limestone was not associates with an arohaeological site. Based an the results of this investigation, we recommend that further cultural resource investigations along this pipeline route are unwarranted. Thank you for your attention to this report. if you have any questions, please coiritact Ric at(2.14) 769-0859. � Sincerely, - PROPERTIES Aw�=�ECTEL PROJECT MAY PROCEED Jesse Todd, MS, MA or F.LTrdarence Oaks l��r Research Archaeologist1 ev Encl. Walsh Ranch Water Pipeline report (2) ACCEPTABLE cc. Robert Scott, USAGE Please submit 20 final report copWo Brian Darby,Dunaway Associates, Inc. by fli(F.L Aioorenae oakp Stag 1418,4600r t�i�fi ruin C?l1flC�C Coto ffl, T�uitfir 41 r� ,1��N ate, :'I1l` `HA Fi)-L )1:.�. FROCK FAX NO, ;2143614799 Oct. 08 210004 09.41W P2 AIR - consulfanf S , Inclo Ac,lAwalozacA 4stA EwriroxintienW Cainlflna P.O. Box 820727, Dallas. T xae 7M52-0727 Phone, X214) 78 Faxc (214) 1-8762 October 8,'2004 E�,tat�: xradlg aot.cvm Mr.Bill Martin,Archeologist Texas Historical Commission P.O,Box 12276 Austin,Tcxas 78711 Dear Bill; i adjosed are two portions of the,A1edo, Texas 7.5' USGS map, one which is enlarged 440%, showing the new pipeline-route and water tank site for the City of ForE Worth on the Walsh Ranch Water Pipeline Route. We survgcd the old route under Texas Antiquities Permit Number 3364. The only change to the old route is instead of foliowiirg the southern frontage road to HUO further west and then turning south is that this portion of the pipeline mute turns south at the border hctwom Adams Ranch and Walsh Ranch. Based upon previous investigations, the topsoil lies approximately 25 centimeters above the limestone bedrock and limcstone outcrops are common in the area. Based upon the above information, AR Consult,ai ts, Inc.- feels that an archaeological survey is uuwaxranted and the City of Fort Worth should be alloNved to continue with their plans and constructiou of the pipeliine'ropte and tank site_ if you have questions,please coutact me at 214.368.0478-or 214.769.0859. Singly, ~ s 1STOR#u esse Todd;MS,MA N Research Archaeologist pROPE.p '#F-S AFPECT � PRD,lFC)T NAY PROCEED Encl.: 2 reaps or F.1-8 renc r-�0aks atone l;i�toric Presova"on fl Sate —�--�- l�i&.T0R,1C bUI3...lC31NQS ARQHAEO.LOGY NATURAL SC�IE1�II�n� , _ APPENDIX F WETLANDS DELINEATION REPORT UNITS 2 AND 3 (PORTION) * NATIONWIDE PERMIT 12 * WATERS OF THE U.S. CONSTRUCTION LOG 2002113 Specs Waley a5-03_KMC du - - - Gaauf r � ROUTINE WETLAND DELINEATION Ir WATER MAIN EXTENSION TO SERVE WALSH RANCH,PHASE I FORT WORTH,TEXAS INTRODUCTION Reed Engineering Group, Ltd. (Reed) has performed a Routine Wetland Delineation for a proposed water main extension to serve Walsh Ranch., Phase I. Approximately 34,500 linear s feet of water line will be installed to serve Walsh Ranch. The water line is proposed to be located through three tracts of land (Walsh Tract, Brown Tract, and Vernon Tract), which are located in the city of Fort Worth, Parker and Tarrant Counties, Texas. Reed identified eleven (l 1)jurisdictional stream channels that will be crossed during construction of the water line. lob No jurisdictional wetland areas were identified along the water line location. If guidelines r„ stated within Nationwide Permit (NWP) 12 are followed, written permission from the United States Army Corps of Engineers (USACE) will not be necessary. If guidelines of NWP 12 are exceeded, Reed reconunends verification of this delineation and notification to the USACE prior to any filling activities within the identified jurisdictional areas. A copy of Nationwide Permit No. 12 is included in the Appendix A of this report. At a minimum, Reed recommends r} instituting guidelines, per NWP 12, that are written and/or verbal to insure violations of Section 404 of the Clean Water Act do not occur. a Project No. 10548 - l - February 27, 2004 fq M QE L7 E f--I G I R E-E Lc FI 1 l'"i I-- CS G FR C3 L f- ' CONCLUSIONS 1. No wetland areas were identified along the proposed water line location studied as part of this delineation- pa 2. Reed identified eleven (11) jurisdictional stream channels that will be crossed during construction of the water line. 3. If guidelines of NWP 12 are exceeded, Reed recommends verification of this delineation and notification to the USAGE prior to any filling activities within the identified jurisdictional areas. A copy of Nationwide Permit No. 12 is included in the Appendix A of this report. 4. At a minimum, Reed recommends instituting guidelines, per NW'P 12, that are written and/or verbal to insure violations of Section 404 of the Clean Water Act do not occur. Ito r r r F r Project No. 10548 - 11 February 27, 2004 �6 fart 330 Natiowide Permits and Conditions httpJlwww.wedands.caHVcoe/nwp3list.htm depth and width); c. The excavated or dredged material is deposited and retained at an upland site, unless otherwise approved by the District Engineer under separate authorization; and d. Proper soil erosion and sediment control measures are used to minimize reentry of sediments into waters of the United States. The construction of intake structures is not authorized by this NWP, unless they are directly associated with an authorized outfall structure. For maintenance excavation and dredging to remove accumulated sediments, the notification must include information regarding the original design capacities and configurations of the facility and the presence of special aquatic sites(e.g., vegetated shallows) iur the vicinity of the proposed work.. (Sections 10 and 404) 8. Oil and Gas Stmetures. Structures for the exploration, production, and transportation of oil, gas, and minerals on the outer continental shelf within areas leased for such purposes by the Department of the Interior, Minerals Management Service. Such structures shall not be placed within the limits of any designated shipping safety fairway or traffic separation scheme,except temporary anchors that comply with the fairway regulations in 33 CFR 322.5(1). (Where such limits have not been designated, or where changes are anticipated, District Engineers will consider asserting discretionary authority in accordance with 33 CFR 330.4(e) and will also review such proposals to ensure they comply with the provisions of the fairway regulations in 33 CFR 322.5(1). Any Corps review under this permit will be limited to the effects on navigation and national security in accordance with 33 CFR 322.5(f)). Such structures wi l not be placed in established danger zones or restricted areas as designated in 33 CFR part 334: nor will such structures be permitted in EPA or Corps designated dredged material disposal areas. (Section 10) 9. Structures in Fleeting and Anchorage Areas, Structures, buoys, floats and other devices placed within anchorage or fleeting areas to facilitate moorage of vessels where such areas have been established for that purpose by the U.S. Coast Guard. (Section 10) 14. Mooring Buoys.Non-commercial, single-boat, mooring buoys. (Section 10) 11. Temporary Recreational Structures.Temporary buoys, markers, small floating docks, and similar structures placed for recreational use during specific events such as water skiing competitions and boat races or seasonal use provided that such structures are removed within 30 days after use has been discontinued. At Corps of Engineers reservoirs, the reservoir manager must approve each buoy or marker individually. (Section 10) 12. Utility Line Activities. Activities required for the construction, maintenance, and repair of utility lines and associated facilities in waters of the United States as follows: (i) Utility lines: The construction, maintenance, or repair of utility lines, including outfall and intake structures and the associated excavation., backfill, or bedding for the utility lines, in all waters of the United States, provided there is no change in preconstruction contours. A "utility line" is defined as any pipe or pipeline for the transportation of any gaseous, liquid, liquefiable,or slurry substance, for any purpose, and any cable, line,or wire for the transmission for any purpose of electrical energy, telephone, and telegraph messages, and radio and television communication(see Note 1, below). Material resulting; from trench excavation may be temporarily sidecast(up to three months)into waters of the United States, provided the material is not placed in such a manner that it is dispersed by currents or other forces.The District Engineer may extend the period of temporary side casting not to exceed a total of 180 days, where appropriate. In wetlands, the top 6" to 12" of the trench should normally be backfilled with topsoil from the trench. Furthermore, the trench cannot be constructed in such a manner as to drain waters of the United States (e.g., backfilling with extensive gravel layers, creating a french drain effect). For example, utility line trenches can be backfilled with clay blocks to ensure that the trench does not drain the waters of the United States through which the utility line is installed. Any exposed slopes and stream banks trust be stabilized immediately upon completion of the utility line crossing of each waterbody. (u) Utility line substations: The construction, maintenance, or expansion of a substation facility associated with a power line or utility line in non-tidal waters of the United States, excluding non-tidal wetlands adjacent to tidal waters, provided the activity does not result in the kiss of greater than 11121 acre of non-tidal waters of the United States. . 03/21/2000 8:58 ANI �33 Part 330 Natiowide Permits and Conditions http://www.wetlands.rom/coe/nwp3list.htm (iii} Foundations for overhead utility line towers, poles, &id anchors: The construction or maintenance of foundations for overhead utility line towers, poles,and anchors in all waters of the United States, provided the foundations are the minimum size necessary and separate footings for each tower leg (rather than a larger single pad) are used where feasible. (iv) Access roads: The construction of access roads for the construction and maintenance of utility lines, including overhead power lines and utility line substations, in non-tidal waters of the United States,excluding non-tidal wetlands adjacent to tidal waters,provided the discharge does not cause the loss of greater than 110 acre of non-tidal waters of the United States.Access roads shall be the minimum width necessary (see Note 2, below). Access roads must be constructed so that the length of the road minimises the adverse effects on waters of the United States and as dear as possible to preconstruction contours and elevations (e.g., at grade corduroy roads or geotextile/gravel roads). Access roads constructed above preconstruction contours and'elevations in waters of the United States must be properly bridged or culverted to maintain surface flows. The term "utility line" does not include activities which drain a water of the United States, such as drake the or french drains; however, it does apply to pipes conveying drainage from another area_. For y the purposes of this NWP, the loss of waters of the United States includes the filled area plus waters of the United States that are adversely affected by flooding,excavation, or drainage as a result of the project. Activities authorized by paragraphs (i) through(iv) may not exceed a total of 11121 acre loss of waters of the United States. Waters of the United States temporarily affected by filling, flooding, excavation, or drainage, where the project area is restored to preconstruction contours and elevations, are not included in the calculation of permanent loss of waters of the United States. This includes temporary construction mats (e.g., timber, steel, geotextiie) used during construction and removed upon completion of the work. Where certain functions and values of waters of the United States are permanently adversely affected, such as the conversion of a forested wetland to a herbaceous wetland in the permanently maintained utility line right-of-way, mitigation will be required to reduce the adverse effects of the project to the minimal level. Mechanized landclearing necessary for the construction, maintenance, or repair of utility Iines and the construction, maintenance, and expansion of utility line substations, foundations for overhead utility lines,and access roads is authorized,provided the cleared area is kept to the minimum necessary and preconstruction contours are maintained as near as possible. The area of waters of the United States that is filled, excavated, or flooded must be limited to the minimum necessary to construct the utility line, substations, foundations, and access roads. Excess material must be removed to upland areas immediately upon completion of construction.This NWP may authorize utility lines in or affecting navigable waters of the United States, even if there is no associated discharge of dredged or fill material (See 33 CFR Part 322). Notification. The permittee must notify the District Engineer in accordance with General Condition 13,if any of the following criteria are met: (a) Mechanized land clearing in a forested wetland for the utility line right-of-way; (b) A Section. 10 permit is required; (c)The utility line in waters of the United States, excluding overhead lines, exceeds 500 feet; (d)The utility line is placed within a jurisdictional area(i.e., a water of the United States), and it runs parallel to a stream bed that is within that jurisdictional area; l (e) Discharges associated with the construction of utility line substations that result in the loss of greater than 111101 acre of waters of the United States; (f) Permanent access roads constructed above grade in waters of the United States for a distance of more than 500 feet; or (g) Permanent access roads constructed in waters of the United States with impervious materials. (Sections 10 and 404) Note 1: Overhead utility Imes constructed over Section 10 waters and utility lines that are routed in or under Section 10 waters without a discharge of dredged or fill material require a Section 10 permit; except for pipes or pipelines used to transport gaseous, liquid, liquefiable, or slurry substances over navigable waters of the United States, which are considered to be bridges, not utility Lines, and may require a permit from the U.S. Coast Guard pursuant to Section 9 of the Divers and Harbors Act of 1899. However, any discharges of dredged or fill material associated with such pipelines will require a Corps permit under Section 404. Nate 2: Access roads used for both construction and maintenance may be authorized, provided they meet the terms and conditions of this NWP. Access reads used solely for constriction of the utility line 03/21/2000 8.59 AM TN Part 330 Natiowide Permits and Conditions httpJlwww.wet€ands.comlcodnwp3 bthtm; mint be removed upon completion of the work and the area restored to prreconstruction contours, elevations, and wetland conditions. Temporary access goads for construction may be authorized by NWP 33. Note 3: Where the proposed utility line is constructed or installed in navigable waters of the United States (i.e., Section 10 waters);copies of the PCN and NWP verification will be sent by the Corps to the National Qccanic and Atmospheric Administration, National Ocean Service, for charting the utility line to protect navigation. 13.Bank Stabilization.Bank stabilization activities necessary for erosion prevention provided the activity meets all of the following criteria: a. No material: is placed in excess of the minirnurn needed for erosion protection; b. The bank stabilization activity is less than, 500 feet in length; c. The activity will not exceed an average of one cubic yard per running foot placed along the bank below the plane of the ordinary high water mark or the high tide line; d.No material is placed in any special aquatic site, including wetlands; e. No material is of the type, or is placed in any location, or in any manner, so as to impair surface water flow into or out of any wetland area; f. No material is placed in a manner that will be eroded by normal or expected high flows (properly anchored trees and treetops may be used in low energy areas); and, & The activity is part of a single and complete project. Bank stabilization activities in excess of 500 feet in length or greater than an average of one cubic yard per running foot may be authorized if the permittee notifies the District Engineer in accordance with the"Notification" general condition and the District Engineer determines the activity complies with the other terms and conditions of the NWP and the adverse environmental effects are minimal both individually and cumulatively. This NWP may not be used for the channelization of a water of the Unified States. (Sections 10 and 404) 14. Linear Transportation Crossings.Activities required for the construction, expansion, modification,or improvement of linear transportation crossings (e.g., highways, railways, trails, and airport runways and taxiways) in waters of the United States, including wetlands, provided the activity r meets the following criteria: a.This NWP is subject to the following acreage and linear limits: (1) For public linear transportation projects in non-tidal waters, excluding non.-tidal wetlands adjacent to tidal waters, provided the discharge does not cause the loss of greater than 11121 acre of waters of the fp United States; ' (2)For public linear transportation projects in tidal waters or non-tidal wetlands adjacent to tidal waters,provided the discharge does not cause the loss of greater than 11131 acre of waters of the United States and the length of fill for the crossing in waters of the United States does not exceed 200 linear feet, or; (3) For private linear transportation projects in atl waters of the United States, provided the discharge does not cause the loss of greater than 11131 acre of waters of the United States and the length offill for the crossing in waters of the United States does not exceed 200 linear feet; b. The permittee must notify the District Engineer in accordance with General Condition 13 if any of the following criteria are met: (1) The discharge causes the loss of greater than 111101 acre of waters of the United States; or (2) There is a discharge in a special aquatic site, including wetlands; c. The notification must include a compensatory mitigation proposal to offset permanent tosses of waters of the United States to ensure that those losses result only in minimal adverse effects to the aquatic environment and a statement describing how temporary losses of waters of the United States will be minimized to the maximum extent practicable; d. For discharges in special aquatic sites, including wetlands, the notification must include a delineation of the affected special aquatic sites; e. The width of the fill is limited to the minimum necessary for the crossing; f. This permit does not authorize stream channelization,and the authorized activities must not cause more than minimal changes to the hydraulic flow characteristics of the stream, increase flooding, or cause more than minimal degradation of water duality of any stream (see General Conditions 9 and 21); g. This permit cannot be used to authorize non-linear features commonly associated with L ;8 03/210-000 8:59 A.Nt WATERS OF THE U. S. CONSTRUCTION LOG UNIT 2 WATER MAIN EXTENSION TO SERVE WALSH RANCH,PHASE I WATER PROJECT NO.PW 77-050770140580 D.O.E.No.4158 Width of disWrtred Total Tributary Waterline Width of land perpendicular to Disturbed Crossing Station Crossing trenching area (A) (B) (A x B) TTMC-5 M 11+0S 2.58 _- TTMC-4 n 23+88 3.06 0- T-FMC-3 -T-fMC-3 — 40+17 3.00 T'TMC-2 ^- 62+77 3,25 TMMC-1 - 73+77 12.50 T r MCC - 108+42 18.75 Or LMCC — 130+23 16.75 TTLMC — 139+25 4.75 PBC — 168+47 18.50 Grand Total Disturbed Area Contractor`s Representative Signature Printed fame Date Construction restraints at Waters of the U.S. crossings; 1.Contractor to restrict construction activities to no more than 45 Feet wide at each crossing. 2.Material resulting from trench excavation may be temporarily sidecast(up to three months),provided the material is not placed in such a manner that it is dispersed by currents or other forces back into the Waters of the U.S. 3.Clay dams shall be constructed as shown on plans and placed outside of the Waters of the U,S,to prevent draining through the trenches. 4.Contractor shall be responsible for conforming and initiating guidelines in Nationwide Permit#12 of Section 404 of the Clean Water Act if they do not adhere to the above listed restraints in their construction actMbes, * Contractor to submit updated form by 1st of each month until construction ac-ross all crossings is complete. C�_11�raAuclianl2.�d212IX12 t 13lCnrcespontln nCB1Spe[S12C1021 7 3_W al9 rCifh eLf SConslru Giffin Lu{,�fkU f 2�tl xks WATERS OF THE U. S. CONSTRUCTION LOG UNIT 3 WATER MAIN EXTENSION TO SERVE WALSH RANCH,PHASE I WATER PROJECT NO.PW 77-060770140580 Q.O.E.No.4635 Width of disturbed Total Tributary Watedine Width of land perpendtcutar to Disturbed Crossing Station Crossing trenching area (A) (B) (A x B) TTSMC — 240+84 5.98 f� TFPB — 287+09 2.88 Grand Total Disturbed Area ,r. i r� r Contractor's Representative Signature Printed Name Date i Construction restraints at Waters of the U.S.crossings: 1.Contractor to restrict constriction activities to no more than 45 feet wide at each crossing. I' 2. Material resulting from trench excavation may be temporarily sidecast(up to three months), provided the material is not placed in such a manner that it is dispersed by currents or other forces hack into the Waters of the U.S. 3.Clay dams shall be Constructed as shown on plans and placed outside of the Waters of the U.S.to prevent draining through the trenches. 4,Contractor shaiI be responsible for conforming and Initiating guidelines In Nationwide Permit ti 12 of Section 404 of the Clean Water Act if they do not adhere to the above listed restraints in their construction activities. * Contractor to submit updated form by 1st of each month untill construction across all crossings is complete. I i G.Ir mdreliunl20dZ120024 t 3VCartespanr]encelSpaGSl2of}21 t 3_WalerUUiTheuSConaYruciionLog_T;�12-34.a1s a �1 APPENDIX G CATHODIC PROTECTION SPECIFICATION 2002113_SpeCs_Waler_05-03 KMC dac CATHODIC PROTECTION DOCUMENTS Six (6) copies of the cathodic protection report for this project are available for examination at the plans desk of the Department of Engineering. Bidders shah be provided with copies of the report upon request. The responsive low bidder(s) will be furnished with a copy of Appendix G after award of contract, Bidders shall not remove the copies from the plans desk. r 2002113_Specs_VVater 05-03_KMC pqc APPENDIX H THREATENED AND ENDANGERED SPECIES HABITAT EVALUATION 2002113_Spucs_Weldr_05.03_KMC dpc En�iroScience. Inc. 396 W.Main St,Suite 141 Lewisville,TX 75057 (972)436'9669 FAX:(972)436-9667 . November 19, 2004 Mr. Brian Darby,P.E. Dunaway Associates,Inc. 1501 Merrimac Circle, Suite 100 Fort Worth, Texas 761+07-6572 rp Subject: Threatened and Endangered Species Habitat Evaluation for Walsh Ranch, Parker and Tari ant Counties, Texas Dear Brian: On November 12,2004, David A. Rolbiecki,of KBA EnviroScience,Inc. (KBA), performed a Threatened and Endangered Species Habitat Evaluation on an undeveloped tract in Parker and Tarrant Counties, Texas. The tract is approximately 11,000 acres in size(see Figure 3,Routine Wetlands Delineation report by Reed Engineering Group dated February 27,2004)and is located on the north side of the intersection of Interstate Highways 20 and 30,approximately five miles west of the City of Fort Worth Site Description �• The site is polygonal in shape with mostly square corners and is bordered by White Settlement Road to the north,adjoining farmland to the east,Interstate Highway 20 and 30 to the south,and F.M. Highway 1187 to the west. The project site is comprised of the r Walsh tract(the largest tract),the Brown tract,and the Vernon tract. Old Weatherford Road runs from east-west dividing the project site north of the interstate highways into approximately two equal halves. A large,operating landfill is located north of Interstate a- Highway 30,adjacent to the southeast comer of the Walsh tract. All three tracts are predominantly open abandoned pasture land used for grazing cattle. The topography in the north and south halves of the project site consists of rolling hills, ridges and draws which drain into Little Mary's Creep(the largest watershed on the project site)to the north and Patterson's Branch to the south. A predominance of rhardwood trees can be seen in the areas along creeks and upland draws. The topography in the middle portion of the project site is relatively level along Little Mary's Creek. rOnsite soils consist of gravelly clay loam and clay loam (Routine Wetlands Delineation report by Reed Engineering Group dated February 27, 20+04). On the Walsh Tract,trees in the upland areas include pecan,live oak, cedar elan, hackberry, and mesquite(mostly seen in large open areas in small clumps). Upland shrubs include juniper and wooly buckthorn. There was a presence of red and white oak r Mr. Brian Darby, P.E. Page 4 of 4 Given the lack of evidence that the species inhabits the subject site, we conclude that the planned development will not result in a significant habitat modification for any of these federally listed species and will not impair their essential behavior patterns or otherwise harass or harm them as long as care is taken to avoid construction activities while the whooping crane is present. This is the applicable standard for determining if there has been or will be a "take" of an endangered species under the federal Endangered Species Act_ It is our opinion that this conclusion is consistent with the USFWS's interpretation and application of the Endangered Species Act and its associated regulations. Please let me know if additional information would be helpful. Sincerely yours, LAP, rtcy to David A. Rolbiecki KBA Enviro5cience, Inc. C. Keith Bradley, FtE KBA EnviroScience, c. CAM EnviroScienwlProjeetsTrojecm2004NO4.Q6G.i Dunaway Walsh Et Worth\Walsh T&ELDAR_Wslsh RanchlT&E.doc r I r r r r r r APPENDIX I SWPPP r r r �� 2002113_5pacs_Watar 05.03_KMC.d— SWPPP DOCUMENTS Six (6) copies of the SWPPP for this project are available for examination at the plans desk of the Department of Engineering. Bidders shall be provided with copies of the SWPPP upon request. The responsive low bidder(s) will be furnished with a copy of Appendix I after award of contract. Bidders shall not remove the copies from the plans desk. :6(t2573 _Specs_Wa{er 05-09_KMC.doc