Loading...
6576C - Construction of Cooper Creek Interceptor I & II, 0.Main SolicitationD NTON The City of Denton Purchasing Department 901-B Texas Street Denton, Texas 76209 INVITATION FOR BIDS IFB 6576 IFB FOR CONSTRUCTION OF COOPER CREEK INTERCEPTOR I & II CONSTRUCTION BID DOCUMENTS AND NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENT STANDARD SPECIFICATIONS AMENDMENTS NIGP CLASS and ITEM 913 45 913 55 913 56 wl JAMES E. WILDER o esass Issue Date: September 19, 2017 Response due Date and Time (Central Time): Thursday, October 19, 2017, 11:00 a.m. C��(p �0 TABLE OF CONTENTS Notice to Bidders Bidder Qualifications Proposal and Bid Summary Conflict of Interest Questionnaire Contract Agreement Performance Bond Payment Bond Certificate of Insurance Invoice Attachment General Provisions City of Denton Minimum Wage Rates Special Contract Requirements and Bid Item Definitions Index of City of Denton Amendments to NCTCOG Specifications City of Denton Amendments to NCTCOG Specifications Appendix A Soil Boring Data Appendix B UPRR Railroad Permit and Agreement PAGE QB -1 P-1 - P-8 CA -1 - CA -4 P13-1 - P13-2 1`13-3 - PB -4 CI -1 - CI -7 Page 1 - Page 2 G-1 - G-13 W-1 SC -1 - SC -10 This project shall be constructed by utilizing the October 2004 edition of the North Central Texas Council of Government's Specifications for Public Works Construction. Any permissible deviation from those standard specifications shall be noted in the section of General Provisions, Special Contract Requirements and Bid Item Definitions, City of Denton Amendments to NCTCOG Specifications, or Construction Plans. NOTICE TO BIDDERS IFB 6576 Sealed bid proposals addressed to the City of Denton, Purchasing Department, will be received at the office of the Purchasing Agent located at 901-B Texas Street in the Purchasing Department on the second floor of the Service Center Complex until 11:00 am on Thursday, October 19, 2017 for the purchase of construction services for sanitary sewer line improvements in Denton, Texas, as follows per bid instructions, plans and specifications: IFB 6576 Cooper Creek Interceptor I & II A prebid conference for the project will be held on Wednesday, October 4, 2017 at 2:00 pm in the Purchasing Conference Room of the Service Center Complex. Questions regarding specifications must be submitted in writing to the purchasing office by Friday, October 6, 2017 at 12:00 pm. All questions submitted after that date and time will not be considered to ensure all bidders are given equal access to the information provided. Bids will be publicly opened and read. Bids received later than the specified time and date will be returned to the bidder unopened. The bids will then be officially reviewed and awarded by the City Council as soon thereafter as possible. All bid proposals must be made on the printed document forms included in the specifications. The submitted bid shall not be altered, withdrawn, or resubmitted within sixty (60) days from and after the date of the bid opening. Bidder shall also submit one (1) additional copy of the proposal along with their bid. Electronic copies of the bid invitation with information to bidders, bid proposals, plans, and specifications can be downloaded for free at the City's purchasing website, www.dentonpurchasinjz.com. Each bid must be accompanied by a cashier's check, certified check, or acceptable bidders bond payable without recourse to the City of Denton, Texas in an amount not less than five percent (5%) of the bid submitted as guarantee that the bidder will enter into a contract and execute a performance bond, a payment bond and insurance certificate within ten (10) days after the notification of the award of the contract to the bidder. The City of Denton, Texas reserves the right to reject any and all bids and informalities, unless all bids are rejected, and award will be made to the lowest responsible bidder. Minority and small business vendors or contractors are encouraged to bid on any and all City of Denton projects. CITY OF DENTON, TEXAS Purchasing Department 901-B Texas Street Denton, TX 76209 C/o Karen Smith Purchasing Manager (940) 349-7100 Advertisement to run September 2017 and September , 2017 QUALIFICATIONS OF BIDDERS In order to be considered for award of this bid, bidders must be able to demonstrate that they are qualified by experience and capability to successfully construct the project within the Contract Time and for the Contract Amount. At a minimum each bidder must demonstrate the following: I. Firm experience of at least 5 years in the construction of public sanitary sewer projects, including detailed information on prior project experience with the City of Denton, as applicable. 2. Firm experience in the construction of at least 3 separate public sanitary sewer projects successfully completed which were similar in scope to this bid. 3. Firm experience in the construction of at least one project laying sanitary sewer pipe equal to or greater than 36 inches in diameter. 4. Financial capability to prosecute the work as supported by an audited financial statement for the previous year. 5. List of equipment capable of performing the work. 6. Contractor must include an acceptable proposal bond, cashier's check, or certified check in an amount not less than 5% of the total proposal $15,000, whichever is less. All proposals received without the above will be rejected and considered non-responsive. 7. Certificate of Status issued by the Texas Secretary of State. A "certificate of status" is a certificate issued by the secretary of state that serves as official evidence of an entity's existence or authority to transact business in Texas. A certificate of status provides a statement of an entity's status, as well as the entity's current legal name and date of formation or registration. How do I obtain information about filing with the State of Texas, or obtaining copies or certificates from the Secretary of State? Webpage: http://www.sos.state.tx.us/cgM/copies.shtml; Phone 512-463-5578; or email corpcerte,sos.state.tx.us . Bidders who cannot meet the above minimum qualifications will not be considered for award. IFB 6576 PROPOSAL TO THE CITY OF DENTON, TEXAS FOR THE CONSTRUCTION OF PECAN CREEK INTERCEPTOR IV IN DENTON, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm, or corporation; that he has carefully examined the form of contract, Notice to Bidders, specifications and the plans therein referred to, and has carefully examined the locations, conditions, and classes of materials of the proposed work and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed herein and according to the requirements of the City as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the specifications. The contractor shall provide the numeric unit price and the unit price in words for each quantity. Unit price in words governs over the numeric price given. It is further agreed that change orders may be negotiated between the contractor and City to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the General Provisions and the limitations prescribed by the Texas Local Government Code. Similarly, change orders may be negotiated to cover deletion of work so ordered. It is understood and agreed that the work is to be completed in full within the time specified in the General Provisions. Accompanying this proposal is a certified or cashier's check or Bid Bond, payable to the Owner, in the amount of five percent of the total bid. P-1 It is understood that the bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond and a payment bond within fifteen days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as a payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. Owner reserves the right to reject any and all bids. Owner may investigate the prior performance of bidder on other contracts, either public or private, in evaluating bid proposals. Should bidder alter, change, or qualify any specification of the bid, Owner may automatically disqualify bidder. The undersigned hereby proposes and agrees to perform all work of whatever nature required, in strict accordance with the plans and specifications, for the following sum or prices, to wit: P-2 Exhibit 1 IFB 6576 - Pricing Sheet for Construction of Cooper Creek Interceptor I & II The respondent shall complete the following section, which directly corresponds to the specifications. The contractor shall not make changes to this format. I Respondent's Name: II Principal Place of Business (City and State) III Respondent is a Corporation, Partnership, sole Proprietorship, Indvidual? IV Total calendar days after Notice to Proceed is issued by City for substatial completion (Maximum of 270): V Total calendar days after Notice to Proceed is issued by City for project start: Proposal Pricing: Item Description Quantity Unit Unit Price Total 1 Surety Bonds 1 LS $ 2 Project Signs 2 EA $ _ 3 General Site Preparation 1 LS $ 4 Barricades, Warning Signs and Detours 1 LS $ 5 Excavation Protection 7555 LF $ 6 Temporary Erosion Control 1 LS $ 7 5' I.D. Concrete Manhole (0-6 ft deep) 22 EA $ - 8 6' I.D. Concrete Manhole (0-6 ft deep) 2 EA $ 9 Manhole Drop 3 EA $ - 10 Manhole Vent 5 EA $ 11 Manhole Lining 24 VF $ 12 Additional Concrete Manhole Depth (>6 ft deep) 237 VF $ 13 5' I.D. Fiberglass Manhole (0-6 ft deep) 1 EA $ 14 Additional Fiberglass Manhole Depth (>6 ft deep) 9 VF $ - 15 Tee -Base Manhole 10 EA $ - 16 Core into Existing Manhole 2 EA $ - 17 8" Sanitary Sewer Unpaved 210 LF $ 18 10" Sanitary Sewer Unpaved 53 LF $ 19 12" Sanitary Sewer with Pavement Repair 64 LF $ - 20 15" Sanitary Sewer Unpaved 383 LF $ - 21 18" Sanitary Sewer Unpaved 156 LF $ 22 30" Sanitary Sewer Unpaved 4970 LF $ 23 30" Sanitary Sewer with Pavement Repair 22 LF $ 24 84" Sanitary Sewer Unpaved 1697 LF $ 25 30" Sanitary Sewer in Casing 400 LF $ 26 42" Steel Casing / Tunnel Liner Plate by Tunnel 400 LF $ 27 Cut and Plug Existing Sanitary Sewer Line 11 EA $ 28 Abandon Existing Manhole 18 EA $ 29 Remove Existing Manhole 2 EA $ 30 Bypass Pumping 1 LS $ - 31 Concrete Encasement 178 LF $ 32 Gabion Mattress 4600 SF $ 33 Flexbase (Minimum 2" depth) 720 SF $ 34 Loose Stone (Minimum 4" depth) 800 SF $ P-3 35 Trench Dam g EA $ 36 Culvert Crossing Sta. 9+33 1 EA $ 37 Culvert Crossing Sta.13+47 1 EA $ 38 Seeding Turf Grass 21000 SY $ _ 39 UPRR Work Authorization 1 LS $ Base Bid TotalF- $ Base Bid Total Pricing in typed words *NOTE: PLEASE EMAIL THIS EXHIBIT 1 AS AN EXCEL FILE TO EBIDS@CITYOFDENTON.COM P-4 BID SUMMARY TOTAL BASE BID PRICE IN WORDS: The award of the contract will be based on the Total Base Bid. The lowest responsive proposal for purposes of award shall be the conforming responsible bidder offering the lowest cost for the base bid. In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Unit and lump sum prices as shown for each item listed in this proposal, shall control over extensions. The undersigned agrees this bid becomes the property of the City of Denton after the official opening. The undersigned affirms that they are duly authorized to execute this contract. Vendor hereby assigns to purchaser any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 USCA Section 1 et sea., and which arise under the antitrust laws of the State of Texas, Tex. Bus. & Com. Code, Section 15.01, et sea. P-5 Receipt is hereby acknowledged of the following addenda to the plans and specifications: Addendum No. 1 dated Received Addendum No. 2 dated Received Addendum No. 3 dated Received Addendum No. 4 dated Received Addendum No. 5 dated Received CONTRACTOR BY Street Address City and State Seal & Authorization Of a Corporation) Telephone E-mail P-6 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A below must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the blank in Section B. A. Non-resident bidders in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident bidders in are not required to underbid resident bidders. (give state), our principal place of business, B. Our principal place of business or corporate offices are in the State of Texas: 11-1311 � • uR ITSTA M. Street Address City and State THIS FORM MUST BE RETURNED WITH YOUR BID. P-7 CONTRACTOR COMPLIANCE TO TEXAS SALES TAX CODE Comply with all requirements of the Texas Sales Tax Code. The Contractor hereby certifies that the Contract Amount is divided as follows: Materials incorporated into the Project $ (resold to the Owner as defined in Tax Code) All other charges and costs Total The total must equal the total amount of the Contract. CONTRACTOR: COMPANY Street Address City and State THIS FORM SHALL BE EXECUTED AT THE TIME OF EXECUTION OF THE CONTRACT AND SHALL BE MADE A PART OF THE CONTRACT. P-8 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, Date Received by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. Name of vendor who has a business relationship with local governmental entity. Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) Name of local government officer about whom the information in this section is being disclosed. Name of Officer This section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor? Yes F-1 No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes F1 No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more? Yes F-1 No D. Describe each employment or business and family relationship with the local government officer named in this section. Signature of vendor doing business with the governmental entity Date Adopted 8/7/2015 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this day of A.D., , by and between City of Denton of the County of Denton and State of Texas, acting through hereinafter termed "OWNER," and thereunto duly authorized so to do, of the City of , County of and State of Texas , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: IFB in the amount of $ and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal and the Performance and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by: City of Denton En ineerinjz Services all of which are referenced herein and made a part hereof and collectively evidence and constitute the entire contract. CA - 1 Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification CONTRACTOR COVENANTS AND AGREES TO AND DOES HEREBY INDEMNIFY, HOLD HARMLESS AND DEFEND, AT ITS OWN EXPENSE, OWNER, ITS OFFICERS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR SUITS FOR PROPERTY LOSS OR DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF WHATSOEVER KIND OR CHARACTER, WHETHER REAL OR ASSERTED, ARISING OUT OF THE WORK AND SERVICES TO BE PERFORMED HEREUNDER BY CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, LICENSEES OR INVITEES, WHETHER OR NOT CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE OFFICERS, SERVANTS, OR EMPLOYEES OF THE OWNER CONTRACTOR LIKEWISE COVENANTS AND AGREES TO, AND DOES HEREBY INDEMNIFY AND HOLD HARMLESS OWNER DURING THE PERFORMANCE OF ANY OF THE TERMS AND CONDITIONS OF THIS CONTRACT, WHETHER ARISING OUT OF IN WHOLE OR IN PART, ANY AND ALL ALLEGED ACTS_ OR OMISSIONS OF OFFICERS, SERVANTS, OR EMPLOYEES OF THE OWNER. THE PROVISIONS OF THIS PARAGRAPH ARE SOLELY FOR THE BENEFIT OF THE PARTIES HERETO AND NOT INTENDED TO CREATE OR GRANT ANY RIGHTS, CONTRACTUAL OR OTHERWISE, TO ANY OTHER PERSON OR ENTITY. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA -2 Right to Audit The OWNER shall have the right to audit and make copies of the books, records and computations pertaining to this agreement. The CONTRACTOR shall retain such books, records, documents and other evidence pertaining to this agreement during the contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within 10 business days of written request. Further, the CONTRACTOR shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to this agreement, and to allow the OWNER similar access to those documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the OWNER unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the CONTRACTOR which must be payable within five business days of receipt of an invoice. Failure to comply with the provisions of this section shall be a material breach of this contract and shall constitute, in the OWNER'S sole discretion, grounds for termination thereof. Each of the terms "books", "records", "documents" and "other evidence", as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. CA -3 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: ATTEST: APPROVED AS TO FORM: CITY ATTORNEY OWNER BY: (SEAL) CONTRACTOR MAILING ADDRESS PHONE NUMBER FAX NUMBER BY: TITLE PRINTED NAME (SEAL) NEW PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That whose address is , hereinafter called Principal, and , a corporation organized and existing under the laws of the State of , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of DOLLARS ($ ) in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement, which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: entered into a certain Contract, identified by Ordinance Number with the City of Denton, the Owner, dated the _ day of a copy of which is hereto attached and made a Whereas, the Principal part A.D. , hereof, for NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of two (2) year from the date of final completion and final acceptance of the Work by the Owner; and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. ITw PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in copies, each one of which shall be deemed an original, this the day of , ATTEST: BY: SECRETARY ATTEST: BY: PRINCIPAL BY: PRESIDENT SURETY BY: ATTORNEY-IN-FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: STREET ADDRESS: (NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name) imm PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That whose address is hereinafter called Principal, and a corporation organized and existing under the laws of the State of , and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of DOLLARS ($ ) in lawful money of the United States, to be paid in Denton, County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, fumly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement, which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract, identified by Ordinance Number , with the City of Denton, the Owner, dated the day of A.D. , a copy of which is hereto attached and made a part hereof, for IFB NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc. MM This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in copies, each one of which shall be deemed an original, this the day of , ATTEST: I'M .. MR&T.111, SECRETARY BY: PRESIDENT ATTEST: SURETY BY: BY: ATTORNEY-IN-FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is: NAME: STREET ADDRESS: (NOTE. Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation, give a person's name) ONE INSURANCE REQUIREMENTS AND WORKERS' COM PENS ENTATION REQUIREMENTS Respondent's attention is directed to the insurance requirements below. It is highly recommended that respondents confer with their respective insurance carriers or brokers to determine in advance of Proposal/Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. If an apparent low respondent fails to comply strictly with the insurance requirements, that respondent may be disqualified from award of the contract. Upon contract award, all insurance requirements shall become contractual obligations, which the successful contractor shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. As soon as practicable after notification of contract award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance including any applicable addendum or endorsements, containing the contract number and title of the project. Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time; however, Contractors are strongly advised to make such requests prior to proposal/bid opening, since the insurance requirements may not be modified or waived after proposalibid opening unless a written exception has been submitted with the proposalibid. Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton. All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted: Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A or better. • Any deductibles or self-insured retentions shall be declared in the proposal. If requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured retentions with respect to the City, its officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. • Liability policies shall be endorsed to provide the following: ■ Name as Additional Insured the City of Denton, its Officials, Agents, Employees and volunteers. ■ That such insurance is primary to any other insurance available to the Additional Insured with respect to claims covered under the policy and that this insurance CI -1 applies separately to each insured against whom claim is made or suit is brought. The inclusion of more than one insured shall not operate to increase the insurer's limit of liability. • Cancellation: City requires 30 day written notice should any of the policies described on the certificate be cancelled or materially changed before the expiration date. • Should any of the required insurance be provided under a claims made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. • Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be included in the general annual aggregate limit, the Contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance. • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date. If insurance is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse. SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted. [X] A. General Liability Insurance: General Liability insurance with combined single limits of not less than $1,000,000.00 shall be provided and maintained by the Contractor. The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies. If the Commercial General Liability form (ISO Form CG 0001 current edition) is used: • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage. • Coverage B shall include personal injury. • Coverage C, medical payments, is not required. If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least: CI -2 Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability. [X] Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract. Satisfaction of the above requirement shall be in the form of a policy endorsement for: *any auto, or •all owned hired and non -owned autos. [X] Workers' Compensation Insurance Contractor shall purchase and maintain Workers' Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096 of the Texas Labor Code and rule 28TAC 110.110 of the Texas Workers' Compensation Commission (TWCC). [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or Contractor's operations under this contract. Coverage shall be on an "occurrence" basis and the policy shall be issued by the same insurance company that carries the Contractor's liability insurance. Policy limits will be at least $500,000.00 combined bodily injury and property damage per occurrence with a $1,000,000.00 aggregate. [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than _ each occurrence are required. CI -3 [ ] Professional Liability Insurance Professional liability insurance with limits not less than $1,000,000.00 per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. [ ] Commercial Crime Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside the premises, burglary of the premises, and employee fidelity. The employee fidelity portion of this coverage should be written on a "blanket" basis to cover all employees, including new hires. This type insurance should be required if the contractor has access to City funds. Limits of not less than $ each occurrence are required. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. CI -4 ATTACHMENT 1 [X] Workers' Compensation Coverage for Building or Construction Projects for Governmental Entities A. Definitions: Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, 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 service 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 overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and CI -5 2. no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 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 Workers' 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 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) for all of its employees providing services on the project, for the duration of the project; 2. provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. obtain from each other person with whom it contracts, and provide to the contractor: a. a certificate of coverage, prior to the other person beginning work on the project; and b. a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 5. retain all required certificates of coverage on file for the duration of the project and for one year thereafter; CI - 6 6. notify the governmental entity in writing by certified mail or personal delivery, within 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. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor 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. CI -7 City of Denton, Texas Invoice Attachment 1 Vendor Name: 2 Project Name: 3 Purchase Order Number: 4 Vendor Invoice Number: 5 Vendor Invoice Date: 6 The following is period estimate number 7 Is this the final invoice for this project? Yes 8 Original contract amount 9 Approved change orders 10 Add lines 8 and 9. This is the current contract amount. for the period from 11 Enter the amount of work performed on original contract. 12 Enter the amount of work performed on approved change orders. 13 Enter the amount of materials on hand. 14 Add lines 11, 12, and 13. This is the total value of work performed 15 Multiply line 14 by .05. This is the amount retained (5%). 16 Subtract line 15 from line 14. This is the net amount earned. 17 Enter the amount of all previous payments. 18 In 18a, subtract 17 from 16a. In 18b, enter the amount from 16b. This is the balance due with this invoice. The amount in 18a MUST equal the amount in 18b. IM No 8 9 Project Totals To Date 11a 11b 12a 12b 13a 13b 14a 14b 15a 15b 16a 16b 17 18a 18b Period Totals The undersigned Contractor certifies that all work, including materials on hand, covered by this schedule has been completed or delivered and stored in acordance with the Contract Documents, that all amounts have been paid by him for work, materials, and equipment for which previous periodic payments were issued and received from the City of Denton, and that the current payment shown herein is now due. ned Page 1 Date Instructions to Invoice Attachment THE INVOICE ATTACHMENT IS NOTA SUBSTITUTE FOR A NOTARIZED APPLICATION FOR PERIODIC PAYMENT. THAT DOCUMENT IS STILL NECESSARYAND SHOULD BE INCLUDED WITH THE INVOICE ALONG WITH THIS INVOICE ATTACHMENT. Use this form if: 1. You are bound under a construction contract with the City of Denton. 2. Your contract includes a clause for the withholding of retainage. 3. You are submitting an invoice for payment to the City of Denton. Lines 1 — 5 Enter the information required for a payment to be processed. It includes a valid purchase order number issued by the City of Denton, as well as your invoice number and date. Your invoice will not be paid without this information. Line 6 Specify the construction period for which you are seeking payment. Include the period number and period dates. Line 7 Check "Yes" if this is the final invoice for this project. The final invoice should include the release of retainage that has been withheld. Line 8 Enter the original contract amount approved by the City of Denton. Line 9 Enter the amount of any approved change orders that increases or decreases the amount of the original contract. Line 10 This amount should be the total value of the contract after all changes have been applied. Line 11a Enter the amount of work performed on the original contract from inception to date. Show project totals only. Line 11b Enter the amount of work performed on the original contract in this reporting period only. Do not include any prior periods in this calculation. Line 12a Enter the amount of any additional work performed from inception to date. Show project totals only. Line 12b Enter the amount of any additional work performed in this reporting period only. Do not include any prior periods in this calculation. Line 13a Enter the amount of any materials on hand from inception to date. Show project totals only. Line 13b Enter the amount of any materials on hand in this reporting period only. Do not include any prior periods in this calculation. Line 14a - 14b These lines identify the value of the work performed for the project from its beginning as well as the value of work performed this period. Line 15a Enter the amount retained based upon the value of work performed on the project to date. Line 15b Enter the amount retained based upon the value of work performed this period. Line 16a This is the amount earned on the project after retainage has been withheld. Line 16b This is the amount earned in the current period. It should equal the payment amount you are expecting from the City of Denton. Line 17 Enter the amount of all previous payments you have received on this project Line 18a This is the amount due based upon the project totals to date. It is the cumulative total of all transactions related to this project. Line 18b This is the amount due based upon current period totals. It should match the invoice attached to this schedule. Line 18a and line 18b MUST be the same amount. It is the reconciliation between period and project totals. You must sign and date the Invoice Attachment. The Invoice Attachment should be mailed along with the invoice for payment. Page 2 GENERAL PROVISIONS SPECIFICATIONS This project shall be constructed by utilizing the October 2004 edition of the North Central Texas Council of Government's Standard Specifications for Public Works Construction (NCTCOG, hereafter). Any permissible deviation from those specifications shall be noted either in the General Provisions, Special Contract Requirements and Bid Item Definitions, City of Denton Amendments to NCTCOG Specifications, or the Construction Plans. LOCATION OF PROJECT This improvement project is totally located within the city limits or extra territorial jurisdiction of the City of Denton, Texas. A map showing the general location of the improvements is included in the plans. SCOPE OF WORK The work to be performed under this contract consists of furnishing all materials, labor, supervision, tools and equipment necessary for the construction of wastewater improvements as described in these specifications and the plans entitled "Cooper Creek Interceptor I & II". PLANS AND SPECIFICATIONS Electronic copies of the plans and specifications can be downloaded for free at www.dentonpurchasing.com. Paper copies are not provided. 19"01063111 The Contractor shall have on file with the City of Denton, Texas, before execution of the contract a good and sufficient performance bond with an approved surety in an amount equal to one -hundred (100) percent of the total cost of this project, guaranteeing that the workmanship and materials furnished under these specifications and used in all parts of said improvements are in all respects first class and of such kind and quality that for a period of two (2) years from the completion and final acceptance thereof by the said City of Denton, the improvements shall require no repairs, the necessity for which shall be occasioned by defects in said workmanship or material. If, however, during the said period, in the opinion of the Mayor and City Council, the said improvements or associated structures and equipment shall require repairs and the necessity for such repairs, shall, in their opinion, be occasioned by defective workmanship or materials furnished in the construction of any part thereof or any of the accessories thereto, built by this Contractor, then such repairs, on due notice being given at any time during said period, by the City, to the Contractor, shall promptly be made by the Contractor in the following manner: Upon notice from the City, served at any time during the period of said guarantee, the Contractor shall at his own expense take out and remove all worn out, inferior or defective materials found in the improvements as shown on the plans or any other part of the improvements or accessories thereto, and good acceptable materials shall be substituted therefore, including any materials that ;email have become injured, or have become damaged by reason of their being in close proximity to such imperfect material or workmanship, the Contractor shall take up, repair and/or replace all improvements as shown on plans, that have become defective if found to be so during the term of said guarantee. Final determination will be made by the City Engineer. Should the Contractor fail to make such repairs as are deemed necessary, written notice to make the repairs shall be given by the City to the Contractor and the Surety. If said Contractor or Surety shall fail or neglect for a period of ten (10) days to make such necessary repairs as herein provided, then the City shall have the right with or without further notice, to proceed to make such repairs or cause the same to be done either by contract or otherwise at its option and to pay for the cost of such repairs. Emergency repairs to improvements may be required due to extreme weather, faulty materials, or any other cause. When the public safety is jeopardized, the City of Denton may deem the situation an emergency. At this time, the Contractor shall have 4 hours notification by telephone to complete the repairs or the City may complete the work itself If such cost of repairs so made shall not be paid by the said Contractor or Surety upon receipt of Notice of the amount thereof, the said City shall have the right of action on the Performance Bond; or in case the said repairs shall not actually be made by the City after such failure on the part of the Contractor or Surety, the City shall have the right to ascertain and determine the costs of such repairs and to maintain an action against the said Contractor or Surety, or both under said bond, to recover the amount so determined in any court of competent jurisdiction, and the amount so determined shall be conclusive upon the Contractor and Surety in any action upon said bond. TIME ALLOTTED FOR COMPLETION The number of days for this project is shown on the Bid Tabulation Sheets to be two hundred and seventy (270) calendar days for substantial completion. Substantial completion is defined as all new utility lines installed and operational. The project is to be complete in three hundred and thirty (330) consecutive calendar days from start of construction for all manners of construction and project documentation. The Contractor is permitted to work every weekday which is not a Federal, State or Local holiday from 7:00 am to 6:00 pm. Work requiring City inspection oversight must be restricted to the hours between 8:00 am to 5:00 pm unless arrangements are made with the City beforehand. The Contractor will not be allowed to work on Saturdays unless prior arrangements are made with the City. The Contractor will not be allowed to prosecute the work on Sundays without written permission by the City due to the noise ordinance. Exceptions to the noise ordinance require approval by City Council and will require careful coordination and planning between the Contractor and City. A Work Order shall be submitted by the City to the Contractor prior to the beginning of construction. The Work Order shall consist of a written request by the City Engineer for the Contractor to proceed with the construction of the project. The Work Order shall specify the starting and ending date of the project construction. The City may set the starting date of the project construction at any date subsequent to the Work Order notification. The Work Order will be issued upon receipt of the executed contract and surety bonds from the Contractor. The Contractor will be required to execute the contract and furnish the surety bonds within 10 business days of receipt of the approved City Contract per NCTCOG Item 103.5. Failure to achieve final project completion within the allotted time shall make the Contractor liable G-2 for liquidated damages at the daily rate specified per NCTCOG Item 108.8. The amount of liquidated damages shall be for each calendar day over the original or extended project end date. The City reserves the right to deduct monies due to the Contractor in the amount of the liquidated damages incurred on the project as per terms of NCTCOG Item 108.8 at a minimum. Actual, documented damages provided by the City which are greater than the minimum amounts shown shall govern. Assessment of liquidated damages by the City shall not constitute a waiver of the City's right to sue and collect additional damages which the City may sustain by the failure of the Contractor to perform in accordance with the terms of its Contract. The City will be the sole judge as to whether extensions of the Contract Time will be issued. The Contractor must submit extensions for time in writing within fourteen (14) days of the alleged delay per NCTCOG Item 108.8. Failure to do so will automatically render any claim for extension null and void. Normal weather related delays (e.g. rain) will be considered sufficient grounds for extension of time for projects defined by work days but not for projects defined by calendar days. MANUFACTURER'S INFORMATION The Contractor shall submit five (5) copies of information to the City from all manufacturers for materials and equipment to be used on the project. This information shall include: (A) Product specifications sufficient to allow the City to determine whether the materials and equipment conform to the design concepts and project specifications. (B) Information on all warranties provided by the manufacturer. All submittals shall be stamped by the manufacturer indicating that the manufacturer has checked the submittal for compliance with the specifications. Unstamped or certified submittals shall be returned to the manufacturer unprocessed. Submittals shall be provided to the City prior to or at the preconstruction meeting. Construction will not be allowed to proceed until all submittals have been approved or a written waiver is given by the City. BARRICADES, LIGHTS. DETOUR ROUTES AND SIGNS The Contractor shall, at his own cost and expense, furnish and erect such barricades, fences, flashers, signals, and signs, and shall provide such other precautionary measures for the protection of persons and property as are necessary. Safety to the working forces and the general public shall be of uppermost consideration in scheduling all construction activities. For all locations where construction work affects road right-of-way, the Contractor shall submit a traffic control plan to the City for approval prior to beginning construction. The traffic control plan shall be prepared at no additional cost to the City and shall be prepared by an engineer licensed in the State of Texas. All signs and barricades shall be constructed and erected to conform to standards as established in the latest edition of the Manual on Uniform Traffic Control Devices. From sunset to sunrise, the G-3 Contractor shall furnish and maintain at least one battery type flasher at each barricade and a sufficient number of barricades shall be erected to keep vehicles or pedestrians from entering hazardous work areas during construction. The Contractor will be held responsible for all damages to the work due to failure of the barricades, signs, lights, and watchmen required to protect the work area. The Contractor's responsibility for the protection of the work shall not cease until the project has been accepted by the City. If, in the opinion of the City Engineer or his duly authorized representative, the barricades and signs installed by the Contractor do not properly protect the work area, the Contractor shall immediately cease all other work activities and correct the deficiency in proper barricading. The Contractor shall provide an ultimate effort toward safe and smooth flow of traffic during work hours. Flagmen shall have standard reflective vests and flags as minimum equipment. Flagmen shall also be knowledgeable as to the correct procedures for flagging and shall be aware of traffic patterns and traffic needs. All broken, damaged, or ineffective barricades or signs shall be removed from the project and replaced within two (2) hours after notification by the City Engineer or his designated representative. No work will be allowed to begin prior to proper placement of all barricades and signs. The Contractor shall designate a person who will be in charge of all barricades and signs. This person shall be knowledgeable of all current regulations of law regarding proper procedures for barricading in construction areas. All detours, closures, partial closures, or other construction activities that require a major displacement of traffic shall require a one week advanced notice so that the City can communicate this information to the public. A barricading meeting will be held by the City with the Contractor's superintendent, the person in charge of the barricades, and the foreman in charge of the particular construction to be done. SUPPORT SYSTEMS INSPECTOR All contractors involved in excavations as defined in the most current OSHA Occupational Safety and Health Standards for excavations must submit a notarized affidavit prior to award of the bid showing the name of the Support System Inspector. The affidavit must include a statement that the named individual is a competent person as defined in the OSHA regulations related to excavations. In order to be a "competent person," one must have had specific training in, and be knowledgeable about soil analysis, the use of protective systems, and the OSHA regulations on excavations. WATER FOR CONSTRUCTION Water used for any uses including sprinkling, testing, and flushing of pipelines, or any other purpose incidental to this project, will be the responsibility of the Contractor. The Contractor may G-4 obtain the water from any source, including the City of Denton. In the event that the Contractor obtains the water from the City, the Contractor shall make the necessary arrangements for securing and transporting such water and shall take such water in such a manner and at such times that will not produce a harmful drain or decrease of pressure in the City's water system. The Contractor shall make arrangements with the City to provide the water required and the Contractor shall pay for the water at the prevailing rate. STAKING LINES AND GRADE The Contractor shall furnish control staking for all alignments, grades and elevations which the Contractor may need to complete this project. The Contractor shall protect and maintain the control staking. Any survey stakes or markers that are disturbed by the Contractor shall be replaced by the Contractor immediately at the Contractor's expense. The Contractor shall furnish suitable material, labor and expertise to erect and maintain adequate working stakes, batter boards, or laser equipment for construction as the job progresses. U. S. POSTAL MAILBOXES The Contractor shall be fully responsible for maintaining and protecting all existing U.S. Postal mailboxes during the construction period. Postal mail delivery must be maintained on a daily basis to all postal delivery points within the project area. For projects that require a section of road to be completely closed to traffic, the mailboxes shall be relocated to a nearby street corner where they shall be placed for temporary delivery service. The Contractor shall relocate the boxes working in cooperation with the Postal Director and the City. Following the completion of the work, the Contractor shall restore all postal boxes to their previous locations or as close as is possible. Because of the legal significance of the postal delivery service, the Contractor shall consider this responsibility as a first priority. Mailboxes shall be placed 42" above the ground and located directly behind the back of the curb. Both measurements shall be the front lower face of the mailbox. FOREMAN DESIGNATION REQUIREMENTS The Contractor shall designate in writing a foreman for the project at the preconstruction meeting. This foreman shall make every effort to cooperate with the City Inspector and shall not be an equipment operator at any time unless authorized in writing by the City. Communications and work methods shall be established early and maintained throughout the project at satisfactory levels for both parties. G-5 MATERIAL SAMPLING AND TESTING Unless otherwise stipulated in the contract documents, initial testing of all materials, construction items or products incorporated in the work shall be performed at the direction of the City Engineer and expense of the City, including initial compaction and density tests deemed necessary. In the event materials, construction items or products incorporated in the work fail to satisfy the minimum requirements of the initial test, appropriate proveout test shall be made as directed by the City Engineer to determine the extent of the failure and to verify that the corrective measures have brought the item up to specification requirements. The cost of all testing necessary to determine the extent of the failure and the adequacy of the corrective measures shall be the responsibility of the Contractor. The failure of the City Engineer to direct or City to make any tests of materials shall in no way relieve the Contractor of his responsibility of furnishing materials conforming to the contract documents. Tests, unless otherwise specified, shall be made in accordance with the latest methods of the American Society for Testing and Materials. The Contractor shall provide such facilities as the City Engineer or City may require for collecting and forwarding samples and shall not use the materials represented by the samples until tests have been made. The Contractor shall furnish adequate samples without charge. The inspections and tests made by the City shall ordinarily be made without cost to the Contractor unless otherwise expressly specified in the contract documents. The Contractor shall furnish without additional cost to the City Engineer or City such materials for testing as may be reasonably necessary. Retesting after failure to pass tests shall be at the expense of the Contractor. Should the percentage of rejected material or equipment be unreasonably large, the additional cost of such inspection and tests resulting therefrom shall be borne by the Contractor. The City Engineer shall judge what is extra inspection and shall determine the additional cost incurred thereby and payable by the Contractor. SCOPE OF WORK CHANGES Changes in the scope of work for the project shall be handled in accordance with the provisions of Item 104 of the NCTCOG specifications. WORKING AREA The Contractor shall confine its equipment, storage of materials and construction operations to the public right-of-way and easements shown on the plans or described in the specifications. Storage of equipment and materials shall not restrict the public use of right-of-way or easements unless specifically approved by the City. The Contractor shall not have exclusive right to the working area, as it must accommodate other contractors or City forces which may utilize the same area for other construction activities. A SEQUENCE OF WORK Unless otherwise noted on the construction plans or in the Special Contract Requirements, all gravity utility line work shall proceed from downstream to upstream. Pressurized utility line work shall proceed in a manner that creates the least disruption to the existing utility network or customers. Sidewalk and pavement construction shall proceed in a manner to minimize disruption to public transportation or access. Exceptions to these guidelines may be granted by the City Engineer upon written request with supporting reasons for the exception by the Contractor. RESTORATION OF PROPERTY The Contractor is responsible for restoring public or private property damaged by its construction activities to a condition as good as or better than the condition prior to construction. This provision applies specifically, but not exclusively, to existing concrete or asphalt pavement, concrete sidewalk, concrete curb and gutter, concrete drainage structures, utilities, fencing, structures, and landscaping that are within the work zone but that are not required to be removed in order to install the improvements called for on the plans. Cost for this restoration shall be borne solely by the Contractor. Failure to restore the damaged property by the Contractor may be cause for the City to restore the property on its own and then deduct the restoration cost from the monies owed the Contractor per NCTCOG Item 107.26. LETTERS OF RELEASE A Letter of Release from each property owner affected by the project is required prior to acceptance of any public improvement, particularly when the Contractor has performed work outside of City right-of-way or public easements. The letter should state that the owner finds the restoration of the property acceptable. The Contractor will be held responsible for restoring disturbed property to a condition at least equal to the condition that existed prior to construction. The Contractor will not be held responsible for repairing prior damage or for excessive or unreasonable requests of the property owner. Whether a property owner's request is reasonable or not will be determined by the City Engineer. PARTIAL PAYMENTS Partial payments will be made within thirty (30) days of receipt of an undisputed invoice and acceptance of work performed. Only complete and in place items will be paid for and no payment will be made for materials on hand (disregard that line item on the invoice submittal form). A five percent (50/o) retainage will be held by the City, calculated using the total work complete to date of the partial payment. Workday or calendar day counts for each month should be agreed on before being submitted on the partial estimate. Counts will be considered final when processed for payment. OVERTIME CHARGES FOR CONSTRUCTION INSPECTORS If any person or Contractor doing street, utility or sidewalk construction, excavation, alteration or repair requests and receives necessary inspection by City personnel for such work outside of normal business hours (8:00 o'clock A.M. to 5:00 o'clock P.M. weekdays and non -holidays) such person or G-7 contractor shall be charged and pay one hundred and thirty-five dollars ($135.00) per hour (minimum of four (4) hours) for such inspection. The Inspector must be notified at least 24 hours in advance for overtime to be performed on week days and 48 hours in advance for overtime to be performed on weekends or holidays. The City may withhold payment to the Contractor for non- payment of overtime charges. FINAL PAYMENT The City shall within 60 days of presentation of an approved final application for payment, pay the Contractor the amount approved by the City Engineer. Neither final payment nor any remaining retained percentage shall become due until the Contractor submits to the City: (1) an affidavit that payrolls, bills for materials and equipment, and other indebtedness connected with the Work for which the Owner or the Owner's property might be responsible or encumbered (less amounts withheld by Owner) have been paid or otherwise satisfied; (2) a certificate evidencing that insurance required by the Contract Documents to remain in force after final payment is currently in effect and will not be cancelled or allowed to expire until at least thirty (30) days prior written notice has been given to the Owner; (3) a written statement that the Contractor knows of no substantial reason that the insurance will not be renewable to cover the period required by the Contract Documents; (4) a consent of surety to final payment; and (5) if required by the Owner, other data establishing payment or satisfaction of obligations, such as receipts, releases and waivers of liens, claims, security interests or encumbrances arising out of the Contract, to the extent and in such form as may be designated by the Owner. G-8 CITY OF DENTON CONSTRUCTION MANAGEMENT PROCEDURES I. Preconstruction Meeting A preconstruction meeting is required before any project shall begin in the City of Denton or its jurisdiction limits. Represented at the meeting, as applicable, shall be: A. City of Denton representatives B. Contractor's representatives C. Consulting Engineers representatives D. Affected utilities in the construction area represented. This meeting shall consist of reviewing the plans with all the representatives present to discuss proposed construction methods and utility adjustment, to discuss project management and administrative procedures and to clear up any doubts about the plans and specifications. The Contractor will be required to present a proposed project schedule at the meeting. Location of the meeting shall be at a location designated by the City. Call 940-349-8910 for specifics at least 48 hours in advance of the meeting. For privately funded projects, a minimum of three current, City approved sets of plans shall be provided to the City of Denton at the beginning of the preconstruction meeting by the Consulting Engineer. II. Plans and Specifications: A current set of City approved plans and specifications shall be in the possession of the contractor on the first day of the project. These shall be shown to the City of Denton Inspector before any work is allowed to proceed on that project. A legible set of plans shall be retained by the contractor throughout the project until its completion. III. Final Acceptance Procedures and Conditions: The following are to be applied at the discretion of the City Engineer to the public improvements being inspected by the Public Works Inspection Department. This is an effort to speed completion of projects to final acceptance which should increase the efficiency of the inspection process being provided. A. Final Acceptance of Street or Sidewalk Improvements 1. As -built drawings from the Consulting Engineer 2. Cleanup of the work site including sweeping the streets or sidewalks in a dust free manner. G-9 3. Asphalt Cores - Depth 4. Concrete breaks all meet specification. 5. Valve boxes & Manholes in street raised to proper elevations and working. 6. All services (water & sewer) stamped on curbs. 7. Revegetation of the work site established to specifications. B. Final Acceptance of Water, Sewer, and Storm Sewer Improvements 1. As -built drawings from the Consulting Engineer 2. All required tests pass (air, water, bacteriological samples, etc.). Fire hydrants must be raised to final elevation prior to testing. 3. Cleanup of the work site including sweeping the streets or sidewalks in a dust free manner. 4. Valves, cleanouts, manholes, and junction boxes accessible and working smoothly. 5. Revegetation of the work site established to specifications. G-10 FINAL ACCEPTANCE PROCEDURES 1. All punch lists shall be considered preliminary unless they are specifically documented as the final punch list. 2. Final punch lists shall be provided to the Contractor in person and through the mail by a certified letter. I Contractor shall acknowledge receipt of the final list and discuss at that time any requirements he feels are not consistent with City of Denton Standard Specifications. Any corrections to the list shall be made at that time or the list shall be considered final. 4. When the final punch list is complete for the entire project, a letter of acceptance will be issued. No deviations shall be allowed unless approved in writing by the City Engineer for the City of Denton. G- 11 CITY OF DENTON SURVEYING REQUIREMENTS The following are the standard surveying requirements for public improvements with the City of Denton. Street Improvements 1. Street grades and alignment at 50' stations - both sides - or at 25' stations in all vertical curves or horizontal curves. 2. Grades and alignment at all curb returns for intersections, alleys, and other curb breaks as instructed by City Inspector. 3. Grades and alignment stakes for streets shall be separated enough from utility stakes that the Inspector can easily follow all staking. 4. Maximum offsets shall be 10 feet. Methods of transferring grades from long offsets (4' - 10') shall be approved by Inspector. 5. Valley gutter grades shall follow the flow line of the curb on each side and shall be constructed with the aid of a string line unless problems develop requiring stakes. 6. All changes to the plans deemed major by the Inspector shall be restaked by the project surveyor. gPwPr T .i nPe 1. Grade and alignment stakes shall be provided at 50' intervals. 2. Manholes, cleanouts, bends, and any other appurtenance shall be staked before construction begins in that area. 3. Services shall be staked or centerline of the lot staked for the service to be placed 5' downstream from the centerline. Existing property pins shall not be used as construction stakes. 4. Staking requirements for changes to the plans and offset limits shall be the same as for streets and water lines. 5. Sewer grades shall be distinctly separated from street grades on any stakes so each improvement can be easily built with no confusion. G- 12 Water Lines 1. Alignment stakes shall be provided at 50' intervals. Grade stakes shall be provided at each grade change shown on the plans and at 50' intervals where grades are critical. 2. All service lines shall be staked or the centerline of the lot staked if services are to be located 5' upstream of the centerline. These stakes shall be put up specifically for the services. Property pin stakes left over from preliminary staking are not to be used as construction stakes. 3. Valves, bends, fire hydrants, tees, and all other appurtenances to the line shall be staked before construction in that area proceeds. Offsets for alignment are critical, especially for the fire hydrants to keep them 2' behind the back of the curb. The Surveyor shall consult with the Inspector before work begins to establish the appurtenances that do need exact stakes. 4. Any changes to the plans deemed major by the Inspector shall be restaked by the Surveyor. Offset requirements shall be the same as for streets. Conflicts Over Surveying_Requirements The Contractor is responsible for construction staking unless otherwise noted in the Special Contract Requirements. Communications regarding surveying after the preconstruction meeting should be between the City Inspector and the Contractor's Surveyor. Direct communication reduces the chances of misunderstandings in the process of the work. Any questions over City requirements regarding surveying standards shall be discussed at the preconstruction meeting or with the City Engineer prior to that meeting. Unless a signed letter is placed in the construction file, the requirements as listed in this section shall be considered applicable. Cut Sheet Requirements Cut sheets shall be provided to the Contractor and to the City Inspector. These sheets shall contain all needed grades based on top of curb elevations or existing surface elevations for streets, drainage, water and sewer improvements. Each special item such as service lines, manholes, fire hydrants, valves, cleanouts, junction boxes, and any other items as required by the Inspector shall have a cut from top of curb grades of the street in that area or existing surface elevations. G-13 CITY OF DENTON MINIMUM WAGE RATES FOR PUBLIC ENGINEERING (HIGHWAY/HEAVY) CONSTRUCTION AND UNDERGROUND UTILITY CONTRACTS In accordance with Texas Government Code 2258, the awarded contractor shall comply with prevailing wage rates as defined by the United States Department of Labor Davis -Bacon Wage Determination at http://www.dol.gov/whd/contracts/dbra.htm and at the Wage Determinations website www.wdol.gov for Denton County, Texas (WD -2509). Notwithstanding any other provision of this Contract, the awarded contractor hereby represents and warrants that the contractor shall pay to each of its employees a wage not less than what is currently known as the "Federal Minimum Wage" and any increase or amendments thereto. Furthermore, contractor shall produce proof of compliance with this provision by contractor to the City. The City shall withhold payments due to contractor until contractor has complied with this provision. Prior to any payment being made for work satisfactorily completed and accepted, contractor shall submit wage rate affidavits with its billing documents affirming that all employees have been paid not less than the current "Federal Minimum Wage". W-1 SPECIAL CONTRACT REQUIREMENTS AND BID ITEM DEFINITIONS As stated in the General Provisions, the October 2004 edition of the North Central Texas Council of Governments Standard Specifications for Public Works Construction will be utilized as a basis for both general and technical procedures to include types of materials and construction procedures used in construction projects in the City of Denton. The following specifications and definitions are intended to (1) highlight requirements in the NCTCOG found on most projects in the City of Denton, (2) make specific requirements for materials or procedures where the NCTCOG gives options, (3) specify provisions for deviation from the NCTCOG, and (4) define the bid items listed in the bid tabulation sheet. The following specifications are also numbered in accordance with the NCTCOG to aid in locating more specific requirements. Conflicts sometimes arise when City of Denton provisions conflict with either the plans for the project or the North Central Texas Council of Governments Specifications. The following order of precedence shall generally be followed in case of conflicts; however, the City Engineer shall make the final determination: 1. City of Denton Plans 2. City of Denton Specifications 3. NCTCOG Standard Specifications Payment sections of the specifications include all material, labor, and equipment necessary to complete the project. SC -1 WASTEWATER Item 1 Sure , Bonds General: This item shall be used to separate the bonds as specified in the contract documents into a separate bid item. Include all bonds with their related costs in this item. NCTCOG Reference: Item 103.3 Payment: Payment shall be lump sum for all bonds provided for in the bid proposal. Item 2 Project Signs Two signs advertising the CIP Construction Project shall be placed in strategic points with lettering as needed to adequately describe the work. These two signs shall be placed prior to beginning work and maintained until the end of the project. No payment shall be made to the Contractor for maintenance of these signs. Each sign shall be constructed with 3/a" weather treated plywood and shall be painted white with blue letters and symbols. Letter size shall conform to dimensions shown on sign drawing. Exceptions or variations from the sign shown below shall not be allowed. NCTCOG Reference: Item 107.20 Payment: Payment will be at the contract unit price for each Project Sign installed. SC -2 CITY OF DENTONA , f APITAU aQn IMPROVEMENTS 1i ® PROGRAM DENTON PROJECT NAME CITY OF DENTON CONTRACTOR DIRECTOR of ENGINEERING SERVICES NAME _ 1. ' JOHN DAVIS, P.E. ADDRESS = 1C 940-349-6910 PHEINE = 1' 3 Y 31 CITY LOGO �z� DENTON Item 3 General Site Preparation The flag shall resemble the Texas Flag. The Background of the stars and the "City of Denton" lettering shall be blue. The lower bar of the flag shall be red, and the upper bar shall be white. The dimensions, from the farthest ends, shall be 12 inches, vertical, and 23.5 inches horizontal. The flag shall appear in the dimensions shown. The contractor may request a digital copy in either .jpg or .tif format. This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item 203.3. There are no exceptions to the NCTCOG obstructions list. Any site work required to complete the project which is not specifically addressed by a bid item is considered subsidiary to this bid item. Item 107.25 Disposal of Materials Vegetative material removed as a result of work operations shall be transported off-site and deposited at a legal site in accordance with all applicable federal, state, and local laws and regulations. Removed vegetation will not be allowed to remain in piles or mounds on the easement or surrounding property. NCTCOG Reference: Item 107.25 SC -3 Payment: No separate payment shall be made for disposal of vegetative materials. The disposal of vegetative materials shall be considered a subsidiary cost of General Site Preparation (Item 3). Item 4 Barricades, Warning Signs and Detours This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item 801. Item 5 Excavation Protection General: Excavation protection, where required, shall be in strict compliance with NCTCOG Item 107.19.3 and the most current OSHA regulations. The Contractor shall submit three (3) copies of his site specific trench safety plan prepared by a licensed Professional Engineer in the State of Texas to the City prior to construction. The City will not review the submittal, it is simply a confirmation that the Contractor has prepared a trench safety plan as required by state and federal law. The City assumes no responsibility for trench safety and shall be held harmless under the indemnification clause of NCTCOG Item 107.19.3.2. Any changes in the trench excavation plan after initiation of construction will not be cause for an extension of time and will require a new submittal to the City. The Contractor accepts sole responsibility for compliance with all applicable safety requirements. NCTCOG Reference: Item 107.19.3 Payment: Payment for this item shall be at the contract unit price per linear foot of excavation protection measures utilized. Item 6 Temporary Erosion Control This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item 201 and 201.11. Items 7-12 Concrete Manhole These bid items are covered by City of Denton Amendments to NCTCOG Specifications Item 502.1-A. Payment differentiation is made for manholes with different diameters. Separate bid items are included for external drops, manhole vents and manhole lining. A separate bid item is included for additional manhole depth beyond six feet. The additional manhole depth shall be paid at the contact unit price per additional foot of depth required. Pre -cast concrete manholes are not allowed unless specifically called for on the plans. Items 13, 14 Fiberalass Manhole These bid items are covered by City of Denton Amendments to NCTCOG Specifications Item 502.1-B. Payment differentiation is made for manholes with different diameters. A separate bid item is included for additional manhole depth beyond six feet. The additional manhole depth shall be paid at the contact unit price per additional foot of depth required. Item 15 Tee -Base Manhole This bid item covers the installation of manufactured Tee -base manholes per the standard details SC -4 on Sheet 18 of the construction plans. Each Tee -base manhole shall require a shop submittal showing the dimensions and configuration of each manhole. Diameters and angles shall be shown as well. Tee -base manholes shall be held to the same inspection standards as concrete or fiberglass manholes. Payment shall include the materials and installation of all items shown on the details plus excavation, backfill, grade rings and manhole frames and covers. Payment shall be made for each Tee -base manhole installed complete. Item 16 Core Into Existing Manhole This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item 502.12.4. Additional modifications to the manhole specified on the construction plans are to be paid for under this bid item and shall not be paid for separately. Items 17-23 Sanitary Sewer by Open Cut These bid items are covered by City of Denton Amendments to NCTCOG Specifications Items 501.1, 501.15, 501.17, and 501.24. Materials: Only pipe conforming to the materials provisions of City of Denton Amendments to NCTCOG Specifications Items 501.15, 501.17 or 501.24 shall be allowed. C900 or C905 pipe utilized for gravity sewer shall be green in color. Installation: Benching and/or sloping the trench is not allowed in paved areas or where indicated on the plans. Payment: Payment is differentiated by sanitary sewer pipe size and surface restoration required. Item 24 84" Sanitary Sewer by Cut This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item 501.24. Materials: Only pipe conforming to the materials provisions of City of Denton Amendments to NCTCOG Specifications Item 501.24 shall be allowed. No profile wall or corrugated plastic pipe shall be allowed. No concrete pipe shall be allowed. Installation: Benching and/or sloping the trench is not allowed in paved areas or where indicated on the plans. Payment: Payment is differentiated by sanitary sewer pipe size and surface restoration required. Items 25 Carrier Pipe in Casing General: This bid item covers the installation of carrier pipe inside a casing. Materials: Carrier pipe shall be as called for on the plans. If the plans are not specific, carrier pipe shall conform to the material provisions for water pipe or sanitary sewer pipe described elsewhere in these specifications. Casing pipe spacers shall conform to City of Denton Amendments to NCTCOG Specifications Item 503.2. End seals may be used in lieu of grout to SC -5 seal casing pipe ends. Restrained joint fittings or restrained joint pipe are required for pressurized pipe in casing. Installation: Carrier pipe shall be installed according to the standard detail on the construction plans and any applicable sections of NCTCOG Item 503 "Trenchless Installation". Payment: Payment shall be made at the contract unit price per linear foot of carrier pipe installed in casing. Casing spacer placement, end seals, and restrained joint fittings shall be included in this bid item. Payment shall include all labor, equipment and material required to install the carrier pipe in the encasement pipe. Payment is differentiated by carrier pipe size and type. Item 26 Steel Casing or Tunnel Liner Plate by Bore/Tunnel This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item 503.3 with additional provisions described below. Materials: Steel casing pipe shall be to the size and thickness called for on the plans. If tunnel liner plate is utilized instead of steel casing pipe it shall meet the following standards: 2 Flange Liner Plate Minimum Thickness —12 gauge (0.105 in) Maximum Plate Width —18 inches Grout holes required every 6 feet at a minimum Tunnel liner plates and hardware shall conform to all provisions of NCTCOG Item 501.13. A bituminous exterior coating is required for steel casing pipe or liner plate. An interior lining is not required. Submittals from the manufacturer shall be required showing that all standards are met. Installation of Tunnel Liner Plate: Tunnel liner plate shall be installed in accordance with the manufacturer's recommendations. Welding of liner plates or grout couplings shall not be allowed. Pressure grout shall be required at every grout hole to fill the annular space between the outside of the liner plate and the surrounding soil. Payment: Payment shall be made at the contract unit price per linear foot of casing pipe or tunnel liner plate installed by boring or tunneling. The installation of the carrier pipe shall not be included in this bid item. Casing spacer placement and end seals shall not be included in this bid item; those items shall be subsidiary to the carrier pipe installation cost. Payment shall include all excavation, backfill, grouting and welding required to install the encasement pipe or tunnel liner plate. Item 27 Cut and Plug Existing Sanitary Sewer Line This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item SSOL Abandonment of existing sewer lines does not require filling the abandoned lines with flowable fill or any other material. Only those items listed on the plans or under the City of Denton Amendments to NCTCOG Specifications Item SS01 regarding abandonment of existing lines shall be required. SC -6 Item 28 Abandon Existing Manhole This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item SS02. Item 29 Remove Existing Manhole This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item SS03. Plugging of incoming or outgoing lines is considered part of the work for this item and is not paid for separately under the "Cut and Plug Existing Sanitary Sewer Line" bid item. Item 30 Bypass Pumping General: This bid item covers the rental/purchase and operation of bypass pumping equipment, piping and fittings required to divert existing wastewater flows during installation of new sanitary sewer pipe and appurtenances as indicated on the plans or as employed by the contractor as part of his chosen means and methods. Equipment: The bypass pumping unit shall have a minimum pumping capacity as indicated on the plans or as agreed to with the City in advance in the event that the contractor chooses to bypass pump in other locations. A standby pumping unit with equal capacity to that required for the pumping operation will be required on site during all bypass pumping in the event that the primary unit should fail. Piping and fittings shall convey bypassed flows without allowing spills into the working trench or surrounding work area. Operation: The Contractor shall prepare and review with the City a sequence of operation for each use of the bypass pumping unit and piping arrangement at least one week in advance of the bypass operation. The Contractor shall also notify the City one week in advance of the bypass operation so that arrangements can be made for City personnel to be on standby in case a disruption of service occurs. Under no circumstances will the bypass pumping unit be allowed to operate unattended. The Contractor shall be solely responsible for any spills or overflows that occur as a result of bypass pumping operations. Any fines or penalties that result from spills or overflows shall be paid by the Contractor to the appropriate authority. Payment: This is a lump sum payment item for all bypass pumping equipment, piping and fittings rented or purchased along with all labor required to assemble, operate and disassemble the bypass pumping unit and piping solely for the bypass pumping shown on the plans. No separate payment shall be made for bypass pumping applied elsewhere on the project at the choice of the contractor. SC -7 Item 31 Concrete Encasement General: This item includes all labor, equipment and material needed to install a concrete encasement around the pipe in lieu of the standard trench embedment material. Concrete encasement shall follow the Class "G" Embedment detail on the construction plans. Payment: Payment for this item shall be at the contract price for each linear foot of concrete encasement. Item 32 Gabion Mattress General: This item shall cover the placement of new rock gabions at the locations indicated on the construction plans. Gabion baskets may be either twisted wire or welded wire. Gabion baskets shall have an external PVC coating. Gabions shall be constructed to the thickness and dimensions as laid out in the construction plans. Minimum basket thickness shall be 12 inches. Stone used to fill baskets shall conform to NCTCOG Item 803.2.2.2. Rock gabions shall be installed according to NCTCOG Item 803.2.3. This includes the laying of a geotextile filter fabric immediately below the gabion mattress. The filter fabric shall be US Fabrics 160NW or approved equivalent with a minimum tensile strength of 160 lbs per ASTM D4632. Filter fabric sheets shall overlap by a minimum of 18" when placed on the underlying soil. Payment: Payment for this item shall be at the contract price per square foot of new rock gabion mattress laid. All items mentioned above shall be included with the pay item. Geotextile filter fabric is included in this pay item. Payment for gabion mattress shall only be for new gabion mattress laid to the extents indicated on the plans. Item 33 Flexbase General: This item covers the placement of flexbase at the locations and to the dimensions indicated on the construction plans. Flexbase shall be placed on top of graded soil once construction activities are concluded. Flexbase may be either Grade 1 or Grade 2 per NCTCOG Item 301.5.1. Payment: Payment for this item shall be at the contract price for each square foot of flexbase installed. Item 34 Loose Stone General: This item covers the placement of loose stone at the locations and to the dimensions indicated on the construction plans. Loose stone shall be placed on top of graded soil once construction activities are concluded. Stone gradation requirements are given on the plans. Payment: Payment for this item shall be at the contract price for each square foot of loose stone installed. Item 35 Trench Dam General: This bid item covers the installation of a clay dam within the trench per the trench dam detail in the construction plans. Materials: Clay properties shall be as called for in the detail drawing. Installation: Clay shall be placed in accordance with the trench dam detail drawing and in lieu of standard embedment or backfill in compacted lifts not to exceed 12 inches. Payment: Payment for this item shall be at the contract unit price for each trench dam installed. Items 36, 37 Culvert Crossing General: These items shall cover the installation of new culvert crossings at the locations indicated on the construction plans and according to the culvert crossing detail shown on Sheet 13 of the construction plans. Materials: Culvert boxes shall be reinforced concrete conforming to the dimensions and requirements shown on the plans. Wingwalls shall consist of grouted rip -rap where the stone conforms to Type A or Type B under NCTCOG Item 803.2.2.3. Installation: The banks and channel of the drainage ditch shall be excavated to allow placement of the culvert box(es). The flow line of the culvert box(es) shall be set equal to or slightly below the flow line of the natural flow line of the drainage ditch. Soil shall be graded at a 4:1 slope up to the top of the bank on either side of the culvert boxes. The rock rip -rap for the wingwalls shall be placed only after the culvert boxes have been securely placed. The angle and slope of the rock rip -rap shall be such that the rip -rap blends back into the natural bank within 10 feet of the culvert face. Once all wingwalls are laid the rock rip -rap shall be grouted in place. Payment: Payment for this item shall be at the contract price per culvert crossing installed in place. All items mentioned above and all items mentioned in the detail shall be included with this pay item. Excavation and backfill related to placement of the culvert box(es) and wingwalls shall also be included in this item. Item 38 Seeding Turf Grass This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item 202.6. Item 39 UPRR Work Authorization General: This bid item covers the regulatory requirements and costs associated with working in United Pacific Railroad (UPRR) right-of-way. In order to work within UPRR right-of-way the contractor will be required to adhere to the requirements of the Railroad Crossing Agreement in Appendix B. The contractor is solely responsible for any payments required by UPRR to install the railroad crossing, including but not limited to insurance, inspection, flagging or administration fees. The City has already obtained the permit for the crossing (see Appendix B). Payment: This is a lump sum payment item for administration, insurance, inspection and flagging costs associated with working in UPRR right-of-way. The contractor is cautioned that SC -9 the City will not increase the amount for this bid item should the contractor underestimate the costs required by UPRR to perform the work inside UPRR right-of-way. SC -10 INDEX CITY OF DENTON AMENDMENTS TO NCTCOG SPECIFICATIONS Item Description Page 105.2.2 Warranty Inspection AM -1 201 Temporary Erosion Control AM -1 201.11 Stabilized Construction Entrance AM -2 202.5 Sodding AM -2 202.6 Seeding Turf Grass AM -2 203.3 General Site Preparation AM -3 203.7 Embankment AM -3 301.2 Lime Treatment AM -4 301.5 Flexible Subbase or Base AM -4 302.9 Asphalt Pavement (Materials Only) AM -5 303 Portland Cement Concrete Pavement AM -5 305.1 Concrete Curb & Gutter AM -6 305.2 Concrete Sidewalks AM -7 501.1 Underground Conduit Materials AM -8 501.7 Ductile Iron Pressure Pipe AM -8 501.7.4 Ductile Iron Fittings AM -9 501.14 Polyvinyl Chloride (PVC) Water Pipe AM -10 501.15 Polyvinyl Chloride (PVC) Pressure Rate Pipe & Fittings for Wastewater AM -11 501.17 Polyvinyl Chloride (PVC) Wastewater Pipe & Fittings AM -12 501.24 Fiberglass Wastewater Pipe & Fittings AM -13 502.1-A Concrete Manhole (Cast -In -Place) AM -14 502.1-13 Concrete Manhole (Precast) AM -17 502.1-C Fiberglass Manhole AM -20 502.3 Fire Hydrant Assembly AM -22 502.6.2 Resilient Seated Gate Valve AM -23 502.6.3 Air Valves AM -24 502.8 Polyethylene Wrap for Metal Pipe and Fittings AM -24 502.10.3-A Water Service Connections (Small Diameter) AM -25 502.10.4 Sanitary Sewer Services AM -25 502.12.4 Core into Existing Manhole AM -27 503.2 Tunnel/Casing Pipe Spacers AM -28 503.3 Boring and Tunneling AM -28 507.4.5 Sewer Pipe Coupling AM -29 507.5.2 Television Inspection AM -31 601.8 Pipe Bursting with Polyethylene AM -32 801 Barricades, Detours, and Warning Signs AM -34 SS01 Cut and Plug Existing Sewer Lines AM -35 SS02 Abandon Existing Manhole AM -35 SS03 Remove Existing Manhole AM -36 ID -1 CITY OF DENTON AMENDMENTS TO NCTCOG SPECIFICATIONS Item 105.2.2 Warranty Inspection General: A second television inspection conforming to the standards laid out in Item 507.5.2 shall be started by the Contractor no sooner than 630 calendar days and finished no later than 690 calendar days after the date of acceptance for this project by the City of Denton. The second inspection shall include a complete televised inspection of each manhole interior constructed or installed on the project (including cored manholes). Should the second inspection indicate repairs that need to be made these will be performed by the Contractor at no cost to the City. Failure of the Contractor to perform the second inspection or to make repairs indicated by the second inspection shall be sufficient grounds for the City to take action through the terms of the Performance Bond for the project to perform the second inspection and make any repairs indicated. Payment: There is no separate payment for the warranty television inspection. It is a subsidiary cost to pipe installation and manhole construction/installation. Item 201 Temporary Erosion Control General: This item shall govern the control measures required to prevent and control soil erosion from the work site. Construction Requirements: The contractor shall be responsible for providing temporary erosion control during the construction process according to the specifications and procedures outlined under NCTCOG Item 201. An erosion control plan must be submitted by the contractor and approved by the project engineer prior to beginning construction. The erosion control plan must specify the type and location of all erosion control devices and methods. The contractor is free to use any of the erosion control options specified under NCTCOG Item 201 to control erosion. Erosion control devices and methods must follow the specifications outlined under NCTCOG Item 201 and the corresponding detail drawings in Division 1000. All erosion control devices must be maintained and inspected through the construction process. All erosion control devices shall be inspected every 7 calendar days during construction. In the event that silt or construction debris does escape the immediate construction areas, the contractor shall be responsible for cleaning it up within 24 hours of the incident. This includes soil tracked out of the construction areas by the contractor's vehicles. If the project inspector sees that a certain erosion control method or location is not working, he may direct the contractor to correct the erosion control devices accordingly. Duration: All erosion control devices must remain in place until the disturbed soil in the work site is stabilized. Stabilization may be obtained through one of the following options: Seeding of the work zone until 70% of the disturbed area has vegetative coverage, sodding the disturbed area, placement of an erosion blanket over the disturbed area, or the application of organic mulching material to cover the disturbed area. NCTCOG Reference: Item 201 Payment: Payment will be at the contract unit price per linear foot of pipe installation protected by temporary erosion control measures. Item 201.11 Stabilized Construction Entrance General: This item shall govern the construction of a stabilized construction entrance to the work site to minimize the tracking of soil from the work site to City streets and roads. Materials: Stone and filter fabric shall meet the requirements of NCTCOG Item 201.11.2. Construction: The construction entrance shall be constructed according to NCTCOG Drawings 1070A and 1070B and in accordance with the provisions of NCTCOG Item 201.11.3. NCTCOG Reference: Item 201 Payment: Separate payment for stabilized construction entrances shall not be made. This shall be considered a subsidiary cost of Item 203.3 General Site Preparation. Item 202.5 Sodding General: This item provides for the preparation and placement of turf grass blocks or plugs upon all areas where vegetation is removed or damaged due to the construction of public service lines, facilities, roads or sidewalks. Installation: Sod grass shall be placed according to the specifications listed under NCTCOG Item 202.5 and to the extents listed on the plans if so indicated. City approval on the location, amount and type of sod is required prior to placement. Failure to obtain City approval prior to placement may be cause for the City to reject payment. This item includes labor, material, equipment, water, and fertilizer necessary to establish the sod grass prior to acceptance. NCTCOG Reference: Item 202.5 Payment: Payment for this item shall be at the contract unit price for each square yard of sod grass placed. Price shall be full compensation for furnishing of all materials and labor, including water and fertilizer required to establish the sod grass. Item 202.6 Seeding Turf Grass General: This item provides for the preparation and seeding of turf grass of all areas where vegetation is removed or damaged due to the construction of public service lines, facilities, roads or sidewalks. Installation: Turf grass shall be seeded on areas that have been stripped of vegetative cover due to construction activities. City approval on the location, amount and type of seed grass is required prior to placement. Failure to obtain City approval prior to placement may be cause for the City to reject payment. Turf grass may be seeded according to any of the methods listed under NCTCOG Item 202.6. This item includes labor, material, equipment, water, and fertilizer necessary to establish the broadcast seed prior to acceptance. Seed plantings must be sprouted prior to project acceptance and the Contractor must maintain the seeded area until 70% cover is AM -2 achieved. NCTCOG Reference: Item 202.6 Measurement: Measurement and payment for seeding shall be based on the square yardage of seeded area. Payment: Payment for this item shall be at the contract unit price for seeding per square yard. Price should be full compensation for furnishing of all materials including water for seeding fertilizer slurry and maintaining growth. Item 203.3 General Site Preparation General: This item shall consist of preparing the right-of-way or public easements for construction operations by the removal of all obstructions and disposal of the materials by the contractor. Disposal of removed materials is the responsibility of the contractor. Obstructions to be removed under this item are listed in NCTCOG Item 203.3.1. Exceptions to the obstructions list shall be noted on the plans or in the Special Contract Requirements. The contractor shall keep tree removal within the permanent utility easement or right-of-way to a minimum, only removing trees necessary to install the improvements unless otherwise noted on the construction plans. All properties shall be restored to the same or better condition than prior to the construction. Existing fencing, railing, gates and barriers that require removal during construction will be replaced with equal or better fencing, railing, gates and barriers at the end of the project. Payment for replacement fencing, railing, gates and barriers is considered subsidiary to this line item. NCTCOG Reference: Item 203.3 Payment: Payment for this item shall be at the contract lump sum for General Site Preparation. Item 203.7 Embankment General: This item shall consist of the placement and compaction of approved soils to the standards and surface grades as indicated by the construction plans or Special Contract Requirements. Construction: Embankment shall be constructed in accordance to NCTCOG Item 203.7.2. The base soil surface on which the embankment will be constructed shall be scarified or plowed to a minimum depth of 6 inches prior to the placement of any embankment layers. Embankment shall be compacted in layers not to exceed 12 inches in depth. Embankment shall be compacted to the requirements specified in the Special Contract Requirements. NCTCOG Reference: Item 203.7 Payment: Payment for this item shall be at the contract unit price for each cubic yard of embankment material placed and compacted. Payment shall include all labor, equipment and materials required to place the embankment material and to establish the surface grades indicated on the construction plans. AM -3 Item 301.2 Lime Treatment General: This item establishes the requirements for the treatment of pavement subgrades with hydrated lime. General requirements are found in NCTCOG section 301.2 with modifications listed below. Materials: Dry hydrated lime or slurry lime (commercial Grade 2 or Grade 3). Quicklime is not allowed. Construction: All subgrade surfaces shall be shaped within 0.2 feet of finished grade before liming operations start. Soft areas of the subgrade shall be removed and replaced with suitable soil prior to lime treatment. Lime shall be mixed at the minimum rate and to the minimum subgrade depth indicated on the plans or in the specifications. The final lime treated mixture shall pass the gradation requirements of NCTCOG Table 301.2.3.5.1. (a). The mixed material shall be compacted to the density specified in NCTCOG Item 301.2.3.6. A minimum of three days of curing time after the initial mixing of the subgrade will be required before the placement of base courses or other construction activities are permitted. The treated subgrade shall be kept moist during the curing process to prevent cracking of the treated surface. If the pavement or other base courses are not to be placed within 14 days of final mixing, a seal coat conforming to NCTCOG Item 302.3.5.1 and NCTCOG Tables 302.3.5.1.(a) and 302.3.5.1.(b) shall be applied to the treated subgrade surface. Payment: Payment shall be at the contract unit price per square yard of subgrade treated. Item 301.5 Flexible Subbase or Base (Crushed Stone/Concrete) General: This item shall govern the composition and placement of flexible base for use as a foundation course for other pavement courses or as a surface course. Material: The material shall be crushed stone, naturally occurring gravel or crushed concrete. The material shall adhere to the Grade 1 material requirements of Table 301.5.2.(a) of the NCTCOG specifications. Any material source shall be approved by the City before any work occurs. Construction: Preparation of the subgrade, course applications, density, and finish shall be in accordance with NCTCOG Item 301.5.2. If the existing subgrade is unsuitable, the subgrade materiel shall be removed and replaced with suitable subgrade material from the work site or with select backfill specified by the City Engineer. Payment: Payment shall be at the contract unit price per square yard of flexible base or subbase constructed in place to the full depth specified on the plans. AM -4 Item 302.9 Asphalt Pavement(Materials Only) General: This item shall govern the use of allowable asphalt pavement materials required for the construction of asphalt pavement. Aggregate Composition: Coarse aggregate, fine aggregate, sand and mineral filler shall adhere to the standards of NCTCOG Item 302.2. Aggregate gradation requirements shall conform to the asphalt mix design indicated on the plans or in the Special Contract Requirements. Bituminous Materials: Unless the plans or Special Contract Requirements specify otherwise, the asphaltic binder for asphalt pavement shall be Grade AC -20 asphalt cement. Fibrous Reinforcement: Unless the plans or Special Contract Requirements specify otherwise, fibrous reinforcement of asphalt pavement will not be allowed. Paving Mixture: The paving mix design shall conform to the standard plan details or Special Contract Requirements. In general, only Type A, B, C, and D mix designs shall be allowed. Prime Coat: A priming coat is not required between pavement courses unless specifically called for on the plans or in the Special Contract Requirements. Tack Coat: Tack coat shall be a rapid setting emulsified asphalt conforming to Type RS -2 in NCTCOG Table 302.3.4.(a) unless otherwise specified in the plans or Special Contract Requirements. Item 303 Portland Cement Concrete Pavement General: This item shall govern the composition and construction of Portland cement concrete pavement to the standards and dimensions required by the plans and specifications. Materials: Aggregate Composition: Coarse and fine aggregates for concrete shall conform to the provisions of NCTCOG Item 303.2.1. Portland Cement: Portland cement shall conform to the provisions of NCTCOG Item 303.2.2. Chemical Admixtures: Chemical admixtures shall conform to the provisions of NCTCOG Item 303.2.3. Air entrainment admixtures shall be utilized to ensure total air content of the concrete between 4% and 6%. Water reducing and set retarding admixtures shall be approved on a project by project basis. Mineral Admixtures: Mineral admixtures shall conform to the provisions of NCTCOG Item 303.2.4. Maximum fly ash amount shall not exceed 25% by weight per cubic yard of concrete. Mineral Filler: Mineral filler will be allowed under the provisions of NCTCOG Item 303.2.5 and Table 303.2.5.(a). Elks Fibrous Reinforcement: Fiber reinforcement is required for concrete sidewalk. Fiber shall be Fibermesh® 300 Synthetic Fiber as produced by Propex Concrete Systems or an approved equivalent. Application shall be 1.5 lbs of fiber per cubic yard of concrete. Application shall follow the manufacturer's guidelines. Steel Reinforcement: Steel reinforcement shall be of the size and quantity as called for on the plans or in the Special Contract Requirements. Steel reinforcement shall conform to the standards of NCTCOG Item 303.2.9. Curing Materials: Curing material shall be a ASTM 309 Type 2, white pigmented curing compound unless otherwise noted on the plans or in the Special Contract Requirements. The use of mats, paper or film shall not be permitted for curing purposes. The compound and its application shall conform to NCTCOG Item 303.2.13. The compound shall be applied per the manufacturer's guidelines. Mix Design: Mix design shall be as called for on the plans or in the Special Contract Requirements. Construction: Concrete shall be mixed, delivered and placed per the requirements of NCTCOG Items 303.3, 303.4 and 303.5. Concrete shall not be placed if the temperature is less than 40 degrees F and falling but may be placed if the temperature is above 35 degrees F and rising. Contractor is responsible for any adverse impacts on the quality and strength of concrete placed due to weather related conditions. Under no circumstances shall concrete be placed upon frozen subgrade. Concrete must be placed within the time limits prescribed by NCTCOG Table 303.5.5.(a). Hand finishing of concrete pavement is only allowed in areas inaccessible to a finishing machine. Curing compound shall be applied immediately upon conclusion of finishing per NCTCOG Item 303.5.7. Curing compound shall be applied to the side pavement edge after the forms are removed and before the placement of soil. Excessive voids or honeycombing of the pavement edge may be cause for the rejection of the pavement section. When required, contraction or dummy joints shall be sawed into the concrete per the plans within 24 hours of placement. Unless otherwise noted in the plans or Special Contract Requirements, all vehicle traffic shall be excluded from the new concrete pavement for a minimum of 14 days. Payment: Payment shall be at the contract unit price per square yard of concrete placed at the design pavement thickness. Price shall include all concrete, steel reinforcement, form work, finishing work, jointing, sawing, sealing, and cleaning. Integral or monolithic concrete curb placed with the pavement shall not be included, it shall be paid for separately. Item 305.1 Concrete Curb & Gutter General: This item shall consist of Portland Cement Concrete Curb and Gutter installed separately from new concrete pavement. Materials: Concrete shall conform to the class called for on the plans or in the current City standard detail drawings. Steel reinforcement dowels, where required, shall be as called for on the plans or in the current City standard detail drawings. Construction: No concrete shall be placed if the temperature is less than 35 degrees F. Concrete curb and gutter shall be installed per the plans and according to the provisions of NCTCOG Item 305.1.3. Expansion joints shall be required every 200 feet of curb length per NCTCOG Item 305.1.3.4. One longitudinal dowel bar of #4 reinforcing steel two feet in length shall be required at every expansion joint. Backfilling: The curb and gutter shall be backfilled within seventy-two (72) hours of pouring. The backfill shall be of suitable material and compacted in a manner acceptable to the City. All backfill material shall be free of clods and rocks and compacted to a level even with the top of curb. Payment: Payment shall be at the contract unit price for concrete curb and gutter complete and in place. The unit price shall include backfilling of soil behind the curb. The unit price does not include the excavation or disposal of material required to install the curb and gutter. Item 305.2 Concrete Sidewalks General: This item governs the composition and construction of new concrete sidewalks. References: The contractor shall refer to Item 305.2 of the NCTCOG Specifications, and the Texas Accessibility Standards Section 4, Accessible Elements and Spaces: Scope and Technical Requirements for details not specifically called out in this specification, the plans, or the Special Contract Requirements. Construction: Sidewalk shall be installed per the plans and the most current City standard sidewalk details. Unless otherwise noted on the plans or Special Contract Requirements, the Contractor shall be responsible for identifying the extent of the public right-of-way or easements in which the sidewalk will be installed. Where a permanent obstruction is encountered and existing right-of-way or easement is insufficient for the full width of the proposed sidewalk, the sidewalk width may be reduced to thirty-six inches for the length of the obstruction. The path of the sidewalk around an obstruction shall utilize a gradual curve so as not to create a sharp bend around the obstruction. Where new concrete sidewalk adjoins an existing concrete sidewalk, curb and gutter, or driveway approach, an expansion joint shall be placed at the interface and the new sidewalk shall be connected to the existing concrete item with 6 inch long, #3 steel reinforcement dowel bars placed every 24 inches. The completed sidewalk must have an unobstructed vertical clearance of eighty inches for the entire length and width of the sidewalk. Trees, shrubs and brush that must be trimmed to complete this task must be cut and removed in a professional manner. Materials: Concrete mix design and steel reinforcement shall be as called for on the plans, in the current City standard detail drawings, or in the Special Contract Requirements. Fiber Reinforcement and curing compound shall conform to the provisions of Item 303 Portland Cement Concrete Pavement. Payment: Payment shall be made at the contract unit price per square yard of concrete sidewalk complete in place. Price shall include concrete, fiber reinforcement, reinforcing steel, and joint material. Contract unit price does not include the removal and disposal of any material required to install the new concrete sidewalk, including existing sidewalk. AM -7 Item 501.1 Underground Conduit Materials General: This item establishes the permissible conduit material types and size restrictions for water, sanitary sewer and drainage applications. No other conduit types shall be permitted unless specifically called for in the plans or Special Contract Requirements. Water: Conduit shall be either AWWA C900 PVC pipe, AWWA C151 Ductile Iron pipe, AWWA C303 Bar -wrapped Concrete Steel Cylinder pipe, or AWWA C200 Steel Water pipe. Size and thickness restrictions for each pipe material type are given in the table below: Pipe Material AWWA C900 AWWA C151 AWWA C303 AWWA C200 Diameter Range (in) 6-12 16-24 16 and larger 30 and larger Min. Thickness Class DR -14 Class 52 Design Specific Design Specific Sanitary Sewer: Conduit shall be either AWWA C900/C905 PVC pipe (pressure rated applications only), ASTM D3034 PVC pipe, ASTM F679 PVC pipe, ASTM D3262 Fiberglass pipe, or ASTM F714 Solid Wall Polyethylene Plastic pipe (pipe -bursting applications only). Size and thickness restrictions for each pipe material type are given in the table below: Pipe Material Diameter Range (in) Min. Thickness Class AWWA C900 6-12 DR -25 AWWA C905 14 and larger DR -25 ASTM D3034 6-15 SDR -35 ASTM F679 18 and larger PS 46 ASTM D3262 18 and larger PS 46 ASTM F714 6 and larger DR -11 Drainage: Conduit shall be either ASTM C76 Reinforced Concrete pipe, ASTM A760 Corrugated Aluminized Type 2 Steel pipe, or ASTM C789 and ASTM C850 Precast Reinforced Concrete Box Sections. Size and thickness restrictions for each pipe material type are given in the table below: Pipe Material ASTM C76 ASTM A760 ASTM C789 or C850 Diameter Range(in) 18 and larger 18-42 As manufactured Item 501.7 Ductile Iron Pressure Pipe Min. Thickness Class Class II Design Specific Application Specific General: This item shall govern the materials of construction and installation of Ductile Iron Pressure Pipe for use in potable water distribution. Material: Unless otherwise noted on the plans or in the Special Contract Requirements, ductile iron pressure pipe shall conform to AWWA C-151 standards and have push -on joints conforming to AWWA CHI standards. Where a pipe joint requires a mechanical joint connection or a flanged joint connection, an appropriately jointed pipe segment shall be AM -8 furnished conforming to AWWA C111 or AWWA C110 standards. Pipe shall have a bituminous exterior coating and be exterior corrosion protected using a polyethylene encasement per AWWA C-105. Pipe shall be interior corrosion protected using a cement mortar lining per AWWA C-104. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by the current City of Denton Water Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG Items 505 "General Conduit Installation" and 506 "Water Conduit Installation". Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 "Sawing". Ductile iron pressure pipe shall be wrapped in two layers of polyethylene encasement prior to burial. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Unless the plans or Special Contract Requirements indicate otherwise, thrust restraint shall be as follows: 1) For pipe diameters less than or equal to 12 inches, concrete thrust blocking only. 2) For pipe diameters greater than 12 inches but less than 30 inches, both concrete thrust blocking and mechanical joint restraints. Calculations for the mechanical joint restraints shall be determined by the pipe supplier and furnished for review by the City prior to installation. 3) For pipe diameters equal to or greater than 30 inches, mechanical joint restraints only. Calculations for the mechanical joint restraints shall be determined by the pipe supplier and furnished for review by the City prior to installation. The concrete thrust blocking shall be installed at all pipe bends, tees, or pipe ends according to the thrust blocking details in the plans or the current City standard thrust blocking details. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access. Testing and Disinfection: Pipe shall be hydrostatically tested according to the provisions of NCTCOG Item 506.5 "Hydrostatic Test" and NCTCOG Table 506.5.(a). Pipe shall be purged and disinfected according to the provisions of NCTCOG Item 506.7 "Purging and Disinfection of Water Conduits". Disinfection may be accomplished by either the continuous feed or slug feed methods. The City reserves the right to review the Contractor's plan of disinfection and make modifications to the plan. Payment: Payment for this item shall be at the contract unit price per linear foot of water pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting installation, backfill, thrust blocking and/or mechanical restraints, testing and disinfection, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for water pipe installed under pavement. Item 501.7.4 Ductile Iron Fittings General: This item shall govern the material requirements of ductile iron fittings for use in water or wastewater pipeline applications. Installation of ductile iron fittings is described under the AM -9 ductile iron and PVC pipe installation specifications. Materials: Unless otherwise noted on the plans or in the Special Contract Requirements fittings shall be made of ductile iron and conform to either AWWA C110 for standard fitting sizes or AWWA C 15 3 for compact fitting sizes. Fitting sizes and dimensions shall be as called for on the plans. Fittings shall have a bituminous seal coating and a cement interior lining in accordance with AWWA C104. Fittings shall be wrapped in AWWA C105 polyethylene encasement after installation. Fitting connection types shall be as called for on the plans or where unspecified, mechanical joint by mechanical joint. Bolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only. Payment: There is no separate pay item for ductile iron fittings as they are considered a subsidiary cost of water or wastewater line pipe installation. Item 501.14 Polyvinyl Chloride (PVC) Water Pipe General: This item shall govern the materials of construction and installation of PVC pipe for use in potable water distribution. Material: Unless otherwise noted on the plans or in the Special Contract Requirements, pipe shall meet AWWA specification C-900 for diameter sizes 4" through 12" with a minimum wall thickness of DR 14. PVC pipe shall be blue in color. Any discoloration in the pipe shall be sufficient cause for rejection. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by the current City of Denton Water Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG Items 505 "General Conduit Installation" and 506 "Water Conduit Installation". Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 "Sawing". Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Unless the plans or Special Contract Requirements indicate otherwise, thrust restraint shall be as follows: 1) For pipe diameters less than or equal to 12 inches, concrete thrust blocking only. 2) For pipe diameters greater than 12 inches but less than 30 inches, both concrete thrust blocking and mechanical joint restraints. Calculations for the mechanical joint restraints shall be determined by the pipe supplier and furnished for review by the City prior to installation. 3) For pipe diameters equal to or greater than 30 inches, mechanical joint restraints only. Calculations for the mechanical joint restraints shall be determined by the pipe supplier and furnished for review by the City prior to installation. The concrete thrust blocking shall be installed at all pipe bends, tees, or pipe ends according to the thrust blocking details in the plans or the current City standard thrust blocking details. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access. Testing and Disinfection: Water pipe shall be hydrostatically tested according to the provisions of NCTCOG Item 506.5 "Hydrostatic Test" and NCTCOG Table 506.5.(a). Pipe shall be purged AM -10 and disinfected according to the provisions of NCTCOG Item 506.7 "Purging and Disinfection of Water Conduits". Disinfection may be accomplished by either the continuous feed or slug feed methods. The City reserves the right to review the Contractor's plan of disinfection and make modifications to the plan. Payment: Payment for this item shall be at the contract unit price per linear foot of water pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting installation, backfill, thrust blocking and/or mechanical restraints, testing and disinfection, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for water pipe installed under pavement. Item 501.15 Polyvinyl Chloride (PVC) Pressure Rated Pipe & Fittinys for Wastewater General: This item shall govern the materials of construction and installation of PVC pipe and fittings for use in pressurized wastewater applications. Material: Unless otherwise noted on the plans or in the Special Contract Requirements, pipe shall meet AWWA specification C-900 for diameter sizes 4" through 12" and AWWA specification C-905 for diameter sizes 14" and greater. Minimum wall thickness shall be DR 25. PVC pipe shall be green in color if the application is for raw wastewater and purple if the application is for reuse. Any discoloration in the pipe shall be sufficient cause for rejection. Fittings shall be AWWA C907 PVC or AWWA C110/C153 ductile iron. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by the current City of Denton Wastewater Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG Items 505 "General Conduit Installation" and 506 "Water Conduit Installation". Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 "Sawing". Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Unless the plans or Special Contract Requirements indicate otherwise, thrust restraint shall be as follows: 1) For pipe diameters less than or equal to 12 inches, concrete thrust blocking only. 2) For pipe diameters greater than 12 inches, mechanical joint restraints only. Calculations for the mechanical joint restraints shall be determined by the pipe supplier and furnished for review by the City prior to installation. The concrete thrust blocking shall be installed at all pipe bends, tees, or pipe ends according to the thrust blocking details in the plans or the current City standard thrust blocking details. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access. Testing and Disinfection: Pipe shall be hydrostatically tested according to the provisions of NCTCOG Item 506.5 "Hydrostatic Test" and NCTCOG Table 506.5.(a). AM -11 Payment: Payment for this item shall be at the contract unit price per linear foot of pressure rated wastewater pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting installation, backfill, thrust blocking and/or mechanical restraints, testing, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for wastewater pipe installed under pavement. Item 501.17 Po13Ly�l Chloride (PVC) Wastewater Pipe & Fittings General: This item describes the materials of construction and installation of solid wall unplasticized polyvinyl chloride (PVC) wastewater pipe and fittings for gravity flow applications. Submittals: Submittals shall demonstrate that the solid wall PVC wastewater pipe and fittings meet all of the required standards of this item. Materials: A. Pipe and fittings shall meet the requirements of ASTM D3034 for pipe and fittings up through 15 inches in diameter. For diameters greater than 15 inches pipe and fittings shall meet the requirements of ASTM F679 with a pipe stiffness of 46 psi at 5% deflection. B. Wall thickness shall be SDR -35 unless otherwise noted on the plans or in the Special Contract Requirements. C. Fitting wall thickness shall match the main line pipe wall thickness. D. Pipe and fittings shall be green in color. Any discoloration in the pipe shall be sufficient cause for rejection. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe shall be installed to the grade and alignment indicated on the plans. Pipe shall be installed according to the provisions of NCTCOG Items 505 "General Conduit Installation" and 507 "Wastewater Conduit Installation". Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 "Sawing". Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access. Testing and Inspection: Pipe shall be air tested according to the provisions of NCTCOG Item 507.5.1.3 "Low Pressure air Testing". Pipe shall be deflection tested according to the provisions of NCTCOG Item 507.5.1.4 "Flexible Pipe (Deflection) Testing". Pipe shall be inspected by television in accordance with City of Denton Amendment Item 507.5.2. Payment: Payment for this item shall be at the contract unit price for each linear foot of solid wall PVC wastewater pipe installed. Unit price shall include pavement cut and repair, trench excavation, AM -12 embedment, pipe and fitting installation, backfill, testing, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for wastewater pipe installed under pavement. Item 501.24 Fiberglass Wastewater Pipe & Fittings General: This item describes the materials of construction and installation of fiberglass (glass -fiber reinforced thermosetting -resin) pipe and fittings for use in wastewater applications. Submittals: Submittals shall demonstrate that the fiberglass wastewater pipe and fittings meet all of the required standards of this item. Materials: A. Pipe intended for gravity flow applications shall meet the requirements of ASTM D3262 for pipe stiffness of 46 psi at 5% deflection. Fittings shall conform to ASTM D3840 standards and match the pipe stiffness. B. Pipe intended for pressure flow applications shall meet the requirements of ASTM D3754 for pipe stiffness of 46 psi at 5% deflection. Fittings shall conform to ASTM D5685 standards and match the pipe stiffiiess. C. Minimum wall thickness shall conform to Class PN25/SN46 for gravity now pipe and Class PN150/SN46 for pressure flow pipe unless otherwise noted on the plans or in the Special Contract Requirements. D. Joints shall utilize a gasketed coupling capable of spanning both ends of the pipe to be joined and conforming to ASTM D4161. The coupling pressure class shall match or exceed the pipe pressure class. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe shall be installed to the grade and alignment indicated on the plans. Pipe shall be installed according to the provisions of NCTCOG Items 505 "General Conduit Installation" and 507 "Wastewater Conduit Installation". Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 "Sawing". Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Unless the plans or Special Contract Requirements indicate otherwise, thrust restraint shall be as follows: 1) For pipe diameters less than or equal to 12 inches, concrete thrust blocking only. 2) For pipe diameters greater than 12 inches, mechanical joint restraints only. Calculations for the mechanical joint restraints shall be determined by the pipe supplier and furnished for review by the City prior to installation. The concrete thrust blocking shall be installed at all pipe bends, tees, or pipe ends according to the thrust blocking details in the plans or the current City standard thrust blocking details. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access. AM -13 Testing and Inspection: Pipe shall be air tested according to the provisions of NCTCOG Item 507.5.1.3 "Low Pressure air Testing". Pipe shall be deflection tested according to the provisions of NCTCOG Item 507.5.1.4 "Flexible Pipe (Deflection) Testing". Pipe shall be inspected by television in accordance with City of Denton Amendment Item 507.5.2. Payment: Payment for this item shall be at the contract unit price for each linear foot of fiberglass wastewater pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting installation, backfill, thrust blocking and/or mechanical restraints, testing, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for wastewater pipe installed under pavement. Item 502.1-A Concrete Manhole (Cast -In -Place) General: This item governs the construction of monolithic poured concrete manholes used in the wastewater collection system. References: NCTCOG Item 502.1 "Manholes" NCTCOG Item 702 "Concrete Structures" Submittals: Submittals are required for the pipe -to -manhole connector, concrete mix design, bitumastic gaskets, grout, frame and cover, grade adjustment riser (if required), drop fittings and pipe (if required), and interior liner (if required). Material: A. Concrete - Concrete shall conform to the strength requirements called for on the plans or in the current City standard manhole detail. B. Pine -to -Manhole Connector - Connector shall be elastomeric PVC or rubber that meets ASTM C923 standards. C. Bitumastic Gasket - Bitumastic gasket shall be O-ring or preformed plastic or butyl rubber conforming to NCTCOG Item 502.7 "Preformed Flexible Conduit Joint Sealant". D. Grout - Grout shall be non -shrink, high strength grout that meets ASTM C 1107 standards. E. Frame and Cover - Frame and cover shall be grey or ductile iron castings conforming to the requirements of NCTCOG Table 806.4.1.2.(a) "Iron Castings Standards". Workmanship shall adhere to NCTCOG Item 806.4.2. The frame and cover shall have a minimum clear opening of 30 inches and conform to the current City standard frame and cover detail for dimensions and style. F. Grade Adjustment Riser — Grade adjustment riser shall be precast concrete manufactured in accordance to ASTM C478, HDPE or polypropylene. HDPE and polypropylene risers shall have a minimum traffic loading of AASHTO AM -14 Installation: HS -25. HDPE and polypropylene risers shall only be used for manholes under existing or proposed pavement. Riser shall have a minimum clear opening of 30 inches and be free of defects. G. Drop Manhole Pipe and Fittings — Pipe and fittings for drop manholes shall conform to the same standards as those for the mainline pipe material. Fitting and pipe dimensions shall match the size of the incoming pipe and shall conform to the current City standard drop manhole detail. H. Interior Lining — Acceptable interior lining systems for concrete manholes are SpectraShield by CCI Spectrum, Inc., 5-301 Epoxy Spray System by Warren Environmental, Inc., and SprayWall by Sprayroq, Inc. No other products are allowed. A. Manholes shall be constructed at the locations and to the dimensions indicated on the construction plans. Manholes shall be constructed according to the plan details or the current City standard manhole detail for the relevant manhole type. B. Rock foundation for manholes shall be Aggregate Grade 4 crushed rock as described in NCTCOG Item 504.2.2.1. Thickness shall be as called for on the plans or in the current City standard detail. C. Manhole construction shall follow the guidelines of NCTCOG Item 502.1.4 and NCTCOG Item 702.4 except where indicated below. D. Construction joints are not allowed for cast -in-place concrete manholes. If a construction joint is required due to delays in concrete delivery, weather or any other cause the City Inspector or Engineer shall direct the type of construction joint to be installed before proceeding with the remaining concrete placement. Cost for the creation of the construction joint and any associated delay in the construction of the manhole shall be solely the responsibility of the Contractor. E. Concrete placement is only permitted if the temperature is equal to or greater than 40 degrees F and rising. F. Cast -in -Place manholes shall not be backfilled for at least 12 hours after the forms have been removed. G. The final elevation of the frame and cover shall conform to the elevation called for on the plans with the following allowable modifications. Manholes installed in existing pavement shall have the top of the frame cover match as closely as possible the pavement elevation. Manhole covers in parkway, lawns, or other improved lands shall be at an elevation of not more than 1 inch nor less than one half 1/2 inch above the AM -15 surrounding ground unless otherwise specified by the plans. Backfill shall provide a uniform slope from the top of the manhole casting for not less than 3 feet each direction to finished grade of the ground. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation of not more than 12 inches or less than 6 inches above the surrounding ground unless otherwise specified by the plans. Manholes in proposed paved areas shall have grade stakes with the finish elevation of the street. The final elevation of the frame cover shall conform to the final elevation of the street. H. Frame and cover shall be placed with a minimum of one layer of bitumastic gasket between the manhole cone/grade adjustment riser and the frame. No gaps will be allowed in the bitumastic gasket. Where concrete grade adjustment risers are required, bitumastic gaskets shall be placed between each riser layer, the frame bottom and the cone top. Where HDPE or polypropylene grade adjustment risers are utilized, the risers shall be installed and sealed per the manufacturer's specification. Gaskets and/or sealants shall provide a watertight seal between the adjoining elements. I. Interior and exterior grouting is required for all construction joints, between grade adjustment riser layers, and between the frame and manhole cone. Grouting shall have a smooth finish and provide a watertight seal capable of permitting the manhole to pass the low pressure air test. J. Drop manholes and vented manholes shall be constructed as shown on the plans or in accordance with the current City standard detail. K. Backfilling requirements around the manhole shall conform to the standard trench detail relevant to the location of the manhole. L. Interior lining of a manhole shall be conducted only after the manhole has passed the low pressure air test described in NCTCOG Item 502.1.5.2. Lining shall be performed by a contractor certified by the manufacturer to field apply their product in accordance with the manufacturer's specifications. Field Quality Control: A. No water shall be allowed to stand in the channel or on the shelf of a new manhole. B. The manhole shall be visually inspected inside and on the exterior portions above ground. Any form lines or honey combing shall be smoothed and grouted. C. The manhole shall be vacuum tested according to NCTCOG Item 502.1.5.2. Payment: Payment for this item shall be made at the contract unit price for each concrete manhole constructed. The unit price shall include all labor, equipment, and materials necessary to construct, install and backfill around the manhole as indicated on the plans. The unit price shall also include AM -16 any pavement, curb, sidewalk or driveway cut and repair required to install the manhole. Drop, Vented or Lined manholes shall be separate pay items also covered under this specification. The Drop, Vented or Lined Manhole shall be at the contract unit price for that item and include all labor, equipment, and materials necessary to construct the Drop, Vented or Lined Manhole, including all pipe and fittings necessary to make the drop or vent outlet. Item 502.1-B Concrete Manhole (Precast) General: This item governs the installation of precast concrete manholes used in the wastewater collection system. References: NCTCOG Item 502.1 "Manholes" NCTCOG Item 702 "Concrete Structures" Submittals: Dimensioned submittals are required for the precast manhole sections. Material submittals are required for the pipe -to -manhole connector, bitumastic gaskets, wall wrap, grout, frame and cover, grade adjustment riser (if required), drop fittings and pipe (if required), and interior liner. Material: A. Concrete — Precast concrete sections shall conform to ASTM C478 standards. B. Pipe -to -Manhole Connector - Connector shall be elastomeric PVC or rubber that meets ASTM C923 standards. C. Bitumastic Gasket - Bitumastic gasket shall be O-ring or preformed plastic or butyl rubber conforming to NCTCOG Item 502.7 "Preformed Flexible Conduit Joint Sealant". D. Grout - Grout shall be non -shrink, high strength grout that meets ASTM C1107 standards. E. Frame and Cover - Frame and cover shall be grey or ductile iron castings conforming to the requirements of NCTCOG Table 806.4.1.2.(a) "Iron Castings Standards". Workmanship shall adhere to NCTCOG Item 806.4.2. The frame and cover shall have a minimum clear opening of 30 inches and conform to the current City standard frame and cover detail for dimensions and style. F. Grade Adjustment Riser — Grade adjustment riser shall be precast concrete manufactured in accordance to ASTM C478, HDPE or polypropylene. HDPE and polypropylene risers shall have a minimum traffic loading of AASHTO HS -25. HDPE and polypropylene risers shall only be used for manholes under existing or proposed pavement. Riser shall have a minimum clear opening of 30 inches and be free of defects. G. Drop Manhole Pipe and Fittings — Pipe and fittings for drop manholes shall conform to the same standards as those for the mainline pipe material. Fitting and pipe dimensions shall match the size of the incoming pipe and shall conform to the current City standard drop manhole detail. AM -17 Installation: H. Interior Lining — Acceptable interior lining systems for concrete manholes are SpectraShield by CCI Spectrum, Inc., 5-301 Epoxy Spray System by Warren Environmental, Inc., and SprayWall by Sprayroq, Inc. No other products are allowed. An interior liner is always required on precast concrete manholes. I. Wall Wrap — Wrap shall be 6" wide extruded butyl adhesive tape, with a minimum 30 mil thickness and either an EPDM or HDPE plastic backing. A. Manholes shall be installed at the locations and to the dimensions indicated on the construction plans. Manholes shall be installed according to the plan details or the current City standard manhole detail for the relevant manhole type. B. Rock foundation for manholes shall be Aggregate Grade 4 crushed rock as described in NCTCOG Item 504.2.2.1. Thickness shall be as called for on the plans or in the current City standard detail. C. Manhole installation shall follow the guidelines of NCTCOG Item 502.1.4 and NCTCOG Item 702.4 except where indicated below. D. One layer of bitumastic gasket is required between each precast concrete manhole section. E. The final elevation of the frame and cover shall conform to the elevation called for on the plans with the following allowable modifications. Manholes installed in existing pavement shall have the top of the frame cover match as closely as possible the pavement elevation. Manhole covers in parkway, lawns, or other improved lands shall be at an elevation of not more than 1 inch nor less than one half 1/2 inch above the surrounding ground unless otherwise specified by the plans. Backfill shall provide a uniform slope from the top of the manhole casting for not less than 3 feet each direction to finished grade of the ground. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation of not more than 12 inches or less than 6 inches above the surrounding ground unless otherwise specified by the plans. Manholes in proposed paved areas shall have grade stakes with the finish elevation of the street. The final elevation of the frame cover shall conform to the final elevation of the street. F. Frame and cover shall be placed with a minimum of one layer of bitumastic gasket between the manhole cone/grade adjustment riser and the frame. No gaps will be allowed in the bitumastic gasket. Where concrete grade adjustment risers are required, bitumastic gaskets shall be placed between each riser layer, the frame bottom and the cone top. Where HDPE or polypropylene grade AM -18 adjustment risers are utilized, the risers shall be installed and sealed per the manufacturer's specification. Gaskets and/or sealants shall provide a watertight seal between the adjoining elements. G. Interior and exterior grouting is required at each manhole section joint, around the pipe penetration holes, between grade adjustment riser layers, and between the frame and manhole cone. Grouting shall have a smooth finish and provide a watertight seal capable of permitting the manhole to pass the low pressure air test. H. Wall wrap is required to cover each external manhole section joint. The manhole exterior shall be cleaned and any chips or protrusions removed. A general purpose liquid or spray adhesive shall be applied to the exterior manhole wall 3 inches on either side of the section joint. The butyl wall wrap shall then be pressed or rolled over the section joint. I. Drop manholes and vented manholes shall be constructed as shown on the plans or in accordance with the current City standard detail. J. Backfilling requirements around the manhole shall conform to the standard trench detail relevant to the location of the manhole. K. Interior lining of a manhole shall be conducted only after the manhole has passed the low pressure air test described in NCTCOG Item 502.1.5.2. Lining shall be performed by a contractor certified by the manufacturer to field apply their product in accordance with the manufacturer's specifications. Field Quality Control: A. No water shall be allowed to stand in the channel or on the shelf of a new manhole. B. The manhole shall be visually inspected inside and on the exterior portions above ground. Any form lines or honey combing shall be smoothed and grouted. C. The manhole shall be vacuum tested according to NCTCOG Item 502.1.5.2. Payment: Payment for this item shall be made at the contract unit price for each precast concrete manhole installed. The unit price shall include all labor, equipment, and materials necessary to construct, install and backfill around the manhole as indicated on the plans. The unit price shall also include any pavement, curb, sidewalk or driveway cut and repair required to install the manhole. Drop, Vented or Lined manholes shall be separate pay items also covered under this specification. The Drop, Vented or Lined Manhole shall be at the contract unit price for that item and include all labor, equipment, and materials necessary to construct the Drop, Vented or Lined Manhole, including all pipe and fittings necessary to make the drop or vent outlet. AM -19 Item 502.1-C Fiberglass Manhole General: This item governs the materials of construction and installation of fiberglass manholes used in the wastewater collection system. Fiberglass manholes are to have prefabricated inverts and stubouts and be watertight. References: NCTCOG Item 502.1 "Manholes" Submittals: Dimensioned submittals are required for each fiberglass manhole. Material submittals are required for the concrete base mix design, bitumastic gaskets, grout, frame and cover, grade adjustment riser, and drop fittings and pipe (if required). Material: Installation: A. Concrete - Concrete shall conform to the strength requirements called for on the plans or in the current City standard fiberglass manhole detail. B. Bitumastic Gasket - Bitumastic gasket shall be O-ring or preformed plastic or butyl rubber conforming to NCTCOG Item 502.7 "Preformed Flexible Conduit Joint Sealant". C. Fiberglass Manhole — Manhole shell shall conform to ASTM D3753 standards and NCTCOG Item 502.1.1.2 requirements. Each manhole submittal shall be dimensioned and show all stubouts. D. Grout - Grout shall be non -shrink, high strength grout that meets ASTM C 1107 standards. E. Frame and Cover - Frame and cover shall be grey or ductile iron castings conforming to the requirements of NCTCOG Table 806.4.1.2.(a) "Iron Castings Standards". Workmanship shall adhere to NCTCOG Item 806.4.2. The frame and cover shall have a minimum clear opening of 30 inches and conform to the current City standard frame and cover detail for dimensions and style. F. Grade Adjustment Riser — Grade adjustment riser shall be HDPE or polypropylene. HDPE and polypropylene risers shall have a minimum traffic loading of AASHTO HS -25. No other material is allowed. Riser shall have a minimum clear opening of 30 inches and be free of defects. G. Drop Manhole Pipe and Fittings — Pipe and fittings for drop manholes shall conform to the same standards as those for the mainline pipe material. Fitting and pipe dimensions shall match the size of the incoming pipe and shall conform to the current City standard drop manhole detail. A. Fiberglass manholes are only permitted where specifically called for on the plans or in the Special Contract Requirements. AM -20 B. Fiberglass manholes shall be installed at the locations and to the dimensions indicated on the construction plans. Manholes shall be manufactured according to the plan details or the current City fiberglass manhole detail for the relevant manhole type. C. Rock foundation for manholes shall be Aggregate Grade 4 crushed rock as described in NCTCOG Item 504.2.2.1. Thickness shall be as called for on the plans or in the current City standard detail. D. Fiberglass manhole installation shall follow the guidelines of NCTCOG Item 502.1.4. E. Field joining of fiberglass manhole sections is only permitted when necessary to repair or adjust the manhole shell or invert. Joining shall be performed using a repair kit provided by the manhole manufacturer specifically for fiberglass repair. F. Concrete placement is only permitted if the temperature is equal to or greater than 40 degrees F and rising. G. Frame and cover shall not be directly placed on the fiberglass cone section. A grade adjustment riser is required between the frame casting and the cone. H. The final elevation of the frame and cover shall conform to the elevation called for on the plans with the following allowable modifications: Manholes installed in existing pavement shall have the top of the frame cover match as closely as possible the pavement elevation. Manhole covers in parkway, lawns, or other improved lands shall be at an elevation of not more than 1 inch nor less than one half 1/2 inch above the surrounding ground unless otherwise specified by the plans. Backfill shall provide a uniform slope from the top of the manhole casting for not less than 3 feet each direction to finished grade of the ground. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation of not more than 12 inches and or less than 6 inches above the surrounding ground unless otherwise specified by the plans. Manholes in proposed paved areas shall have grade stakes with the finish elevation of the street. The final elevation of the frame cover shall conform to the final elevation of the street. No portion of the fiberglass manhole shell shall be left exposed above ground. I. Frame and cover shall be placed with one layer of bitumastic gasket between the manhole cone/grade adjustment riser and the frame. No gaps will be allowed in the bitumastic gasket. Where HDPE or polypropylene grade adjustment risers are utilized, the risers shall be installed and sealed per the AM -21 manufacturer's specification. Gaskets and/or sealants shall provide a watertight seal between the adjoining elements. J. Interior and exterior grouting is required between each grade adjustment riser layer, between the frame and riser, and between the riser and manhole cone. Grouting shall have a smooth finish and provide a watertight seal capable of permitting the manhole to pass the low pressure air test. K. Drop manholes and vented manholes shall be constructed as shown on the plans or in accordance with the current City standard detail. L. Backfilling requirements around the manhole shall conform to the standard trench detail relevant to the location of the manhole. Field Quality Control: A. No water shall be allowed to stand in the channel or on the shelf of a new manhole. B. The manhole shall be vacuum tested according to NCTCOG Item 502.1.5.2. If the fiberglass manhole is indicated as being a watertight manhole on the plans it must be able to pass the vacuum test with no measurable loss in air pressure to be accepted. Payment: Payment for this item shall be made at the contract unit price for each fiberglass manhole installed. The unit price shall include all labor, equipment, and materials necessary to construct, install and backfill around the manhole as indicated on the plans. The unit price shall also include any pavement, curb, sidewalk or driveway cut and repair required to install the manhole. Drop or Vented manholes shall be separate pay items also covered under this specification. The Drop or Vented Manhole shall be at the contract unit price for that item and include all labor, equipment, and materials necessary to construct the Drop or Vented Manhole, including all pipe and fittings necessary to make the drop or vent outlet. Item 502.3 Fire Hydrant Assembly General: This item shall govern the manufacture and installation of fire hydrants and the associated fittings, appurtenances and valves for water supply service. Materials: Fire hydrants shall be Dry -Barrel type manufactured in compliance with AWWA standard C-502 and NCTCOG Item 502.3.1. Shut-off shall be with the flow. Operating nut shall be industry standard 1 %2" pentagon (five -sided) that opens left (counter -clockwise). The main pumper nozzle shall be 4 1/2" in size and the two side nozzles shall be 2 I/2" in size. Fire hydrant color is to be blue or blue and silver. Lead pipe to the main shall be 6 -inch AWWA C900 PVC water pipe conforming to Item 501.14 unless otherwise called for on the plans. Gate valve shall be a 6 -inch resilient wedge gate valve conforming to Item 502.6.2 unless otherwise called for on the plans. Installation: Fire hydrants and their associated lead line assemblies shall be installed at the locations and to the dimensions indicated on the plans or in the Special Contract Requirements. Fire hydrant assemblies shall be installed per the plan details or the current City standard detail. AM -22 Installation shall follow the guidelines of NCTCOG Item 502.3.2 except where those guidelines conflict with the plans, details or Special Contract Requirements. Payment: Payment shall be at the contract unit price for each fire hydrant assembly installed, complete in place. Unit price shall include excavation, backfill, the fire hydrant, the lead line, the gate valve, all appurtenances and fittings, and the valve box installation. Item 502.6.2 Resilient Seated Gate Valves General: This item shall govern the materials of construction and installation of resilient seated gate valves and their associated housings and appurtenances for water supply service. Material: Gate valves shall conform to AWWA C509 standards for valve sizes 3 inches through 12 inches. Gate valves shall conform to AWWA C515 standards for valve sizes 14 inches through 24 inches. Unless otherwise noted on the plans or in the Special Contract Requirements, resilient seated gate valves larger than 24 inches in size shall not be allowed. Fittings, concrete mix design, valve box housing, vault frame and cover, and appurtenances shall be as indicated on the plans or in the Special Contract Requirements. Gate valve components shall conform to the provisions of NCTCOG Item 502.6.2, where applicable. Each valve shall have the manufacturer's name plate cast into the body or bonnet showing the pressure rating, serial, model number, and the year manufactured. The year manufactured shall be equal to or one year less than the year of installation. The wedge encapsulation rubber shall be EPDM. Valve body and bonnet shall be epoxy coated, inside and out, with fusion bonded epoxy conforming to AWWA C550. Valves ends shall be as called for on the plans. Valve gear operators shall be as indicated on the plans, in the Special Contract Requirements or in the current City standard detail drawing. Valve boxes shall be three piece screw type, cast or ductile iron conforming to ASTM A48 Class 35B strength requirements. Installation: Gate valves shall be installed at the locations and to the depths indicated on the plans or Special Contract Requirements. Gate valves shall be installed per the detail drawing on the plans or the current City standard detail drawing. Gate valves shall be installed in the vertical position unless otherwise noted on the plans or in the Special Contract Requirements, Gate valves shall be installed in accordance to NCTCOG Item 502.6.6 "Line Valve Installation". Gate valves shall be wrapped in two layers of polyethylene encasement prior to burial. Payment: Payment shall be at the contract unit price for each gate valve installed, complete in place. Unit price shall include excavation and backfill for vaults, fittings and appurtenances, valve box installation and vault construction (if required per the plans). AM -23 Item 502.6.3 Air Valves General: This item shall govern the manufacture and installation of air release, air/vacuum, and combination air valves and their associated housings and appurtenances for use in water distribution or wastewater collection systems. Material: Air valves shall meet the material requirements of AWWA C512 and NCTCOG Item 502.6.3.3 except that rubber shall be EPDM instead of Buna-N. Unless otherwise noted on the plans or in the Special Contract Requirements the air valve inlets and outlets shall conform to the provisions of NCTCOG Item 502.6.3.4. Air valves shall be rated for a minimum operating pressure of 200 psi. Air outlet piping, fittings, concrete mix design, valve box housing, vault frame and cover, and appurtenances shall be as indicated on the plans or in the Special Contract Requirements. Wastewater Air Valves: Air valves for use in wastewater collection systems must be designed specifically for that purpose. Unless otherwise noted on the plans or in the Special Contract Requirements, wastewater air valves must be A.R.I. Model D-025 Combination Air valves for 2 inch size and A.R.I. Model D-023 Combination Air valves for 3 inch or greater size. The model D-025 shall have a nylon body while the model D-023 shall have a stainless steel body. The D- 023 models shall also have a non -slam valve. Installation: Air valves shall be installed at the locations and to the dimensions shown on the plans or in the Special Contract Requirements. The plans shall indicate the type of air valve to be installed. Air valves shall be installed per the detail drawing on the plans or the current City standard detail drawing. Air valves shall be installed in accordance to NCTCOG Item 502.6.6 "Line Valve Installation". Payment: Payment shall be at the contract unit price for each air valve installed, complete in place. Unit price shall include excavation, all appurtenances and fittings, valve box installation, and vault construction (if required per the plans). Item 502.8 Polyethylene Wrap for Metal Pipe and Fittings General: This item governs the installation of protective film wrap required for metal pipe, fittings and appurtenances. Material: Polyethylene wrap sheets shall conform to AWWA C105 standards and be a minimum of 8 mils in thickness for linear low density polyethylene and a minimum of 4 mils in thickness for cross -laminated high density polyethylene. Installation: Installation shall be per NCTCOG Item 502.8 except that every metal pipe or fitting shall be double -wrapped. The inner layer of wrap shall be linear low density polyethylene. The outer layer of wrap shall be cross -laminated high density polyethylene. Payment: There is no separate payment for polyethylene wrap, it is considered a subsidiary cost to the bid item for which it is required. AM -24 Item 502.10.3-A Water Service Connections (Small Diameter) General: This item shall govern the materials of manufacture and installation of water service connections up to 2 inches in size on new water distribution lines. Water Service connections for service lines in excess of 2 inches are handled under Item 502.10.3-B "Water Service Connections (Large Diameter)". Connections to existing or "live" water distribution lines shall not be covered by this item and are typically performed by City forces. Materials: Material items for water service connections shall conform to the plans or current City standard details in dimension and type. Specific item requirements are listed below: Tapping Saddle: Saddle shall be a double strap brass/bronze saddle with a tapered (CC) tap thread conforming to AWWA C800. Corporation Valve: Corporation valve shall be a ball type valve made of brass conforming to AWWA C800 with a tapered (CC) inlet thread and a pack joint outlet connection. Service Line Tubing: Service line tubing shall Type K copper for 1" service lines and SDR -9 HDPE conforming to AWWA C901 standards for 1 1/i" and 2" service lines. Meter Valve: Meter valve shall be a 90 degree angled ball valve made of brass conforming to AWWA C800 with a pack joint inlet connection and a locking wing on the valve operator. Water Meter Cans: Can size shall be based on water meter size, not service line size. Water meter cans shall have a galvanized steel or cast iron body with a notched meter outlet opening. Lids shall be cast iron with a key lock. Minimum can depth shall be 18 inches. 3/4" meter cans shall have minimum inside diameter of 17 inches. 1" meter cans shall have a minimum inside diameter of 24 inches. 1 '/2" and 2" meter cans shall have a minimum inside diameter of 27.5 inches. Installation: Tapping saddle, corporation valve, service line tubing, meter valve and water meter can shall be installed per the plans or current City standard detail. Construction of the service connection shall conform to NCTCOG Item 502.10.3 for the appropriate main line pipe material type except that direct tapping of PVC pipe is not allowed, it must be done with a service saddle. Service line installation under existing pavement shall be performed by directional drilling unless otherwise noted on the plans or Special Contract Requirements. The meter can shall be located in public right-of-way between the curb or pavement edge and the sidewalk. In cases where there is no sidewalk the can shall be installed with the outlet side at the right-of-way line. Meter cans shall be installed in unpaved surfaces only. Water meter installation is performed by the City. Payment: Payment for this item shall be at the contract unit price for each service connection installed. Payment shall include excavation, backfill and the installation of all items listed above. Item 502.10.4 Sanitary Sewer Services General: This item describes the materials, construction and installation of sanitary sewer service lines and fittings. References: NCTCOG Item 502.10.4 AM -25 Submittals: Submittals shall contain enough information to show that the service line pipe and fittings meet the corresponding main line pipe specification standards and that the cleanout housing meets the dimensional standards of the standard detail. Materials: A. Service line pipe and fittings shall meet the requirements of the corresponding main line pipe to which it is connected. B. Cleanout box shall be as indicated on the plans or in the current City standard details. C. All pipe and fittings shall be green in color. Any pipe that is discolored may be rejected. D. Each joint of pipe shall have the manufacture's name, applicable ASTM standard, the nominal diameter, standard dimension ratio, and the extrusion date printed on the pipe. Submittal shall contain explanation of how to read manufacturer's date codes. Installation: 1. Wastewater service lines shall be installed at the locations and to the sizes indicated on the plans. In the event that the plans do not indicate this information, the service lines shall be installed following the current service line standards indicated in the Denton Wastewater Criteria Manual and the current City service line location detail. Service lines are not to be installed in manholes unless specifically called for on the plans or the Special Contract Requirements. 2. Service line and fittings shall be installed according to the details on the plans or the current City standard service line detail. 3. Service lines shall be installed per NCTCOG Item 502.10.4 where applicable, and in accordance with the specifications governing mainline pipe installation. 4. Trench width shall be a minimum of the outside diameter of the pipe plus 8 inches. The maximum trench width for any service line size shall be 18 inches. 5. Embedment and backfill shall be as required on the standard service line detail drawing. 6. Service lines installed under existing pavement shall require temporary pavement repair in accordance to the trench detail for existing pavement unless otherwise noted on the plans or in the Special Contract Requirements. 7. The service line shall be pressure tested in accordance with NCTCOG Item 507.5.1.3 up to and including the new cleanout riser. Payment: Payment for this item shall be at the contract unit price for each service line installed including embedment and backfill. All labor, equipment, and materials needed to properly install AM -26 the sewer service shall be included in the contract price. Item 502.12.4 Core into Existing Manhole General: This item describes the procedure for coring into an existing manhole in order to install a new pipe connection. Submittals: Submittals shall demonstrate that the pipe -to -manhole connector and grout meet the required standards of this item. Material: A. Pipe -to -Manhole Connector — Connector shall be elastomeric PVC or rubber that meets ASTM C923 standards. B. Grout — Grout shall be non -shrink, high strength grout that meets ASTM C 1107 standards. Execution: A. The new pipe connection shall be made using a coring method that utilizes a mechanical saw or drill. The use of pipe hammers or jackhammers is not allowed. B. The manhole wall shall be cored or cut to the elevation indicated on the plans. The cut or cored area shall be of sufficient size to allow the insertion of the new pipe and the pipe -to -manhole connector. If required, the bench area shall also be cut or cored to the width of the new conduit to ensure a continuous grade from the new conduit invert into the manhole invert. Care should be taken to minimize the hole size so that the amount of grouting is kept to a minimum. C. The Contractor shall keep debris from entering the wastewater flow stream in the existing manhole. This shall be done by either using a flow-through plug on the existing manhole pipe connections or by bypass pumping around the manhole. D. A pipe -to -manhole connector shall be attached to the sanitary sewer pipe where the sanitary sewer pipe and the manhole meet. E. The new sanitary sewer shall not protrude more than one inch into the manhole. F. The core hole and bench cut (if required) shall be thoroughly cleaned before the application of grout around the new pipe connection. G. Grout shall be applied to the full thickness of the manhole wall all around the new pipe connection to produce a watertight seal. The pipe -to -manhole connector shall be completely encapsulated within the grouted area. If a bench cut was required, the cut area shall be smoothed with grout. H. The excavated area shall be backfilled in accordance with the standard trench detail appropriate to the surface condition. AM -27 Payment: Payment for this item shall be at the contract unit price for each cored pipe connection created in an existing manhole, including excavation, backfill, patching grout, connection materials furnished and cleanup of grout around and in the manhole. Item 503.2 Tunnel/Casing Pipe Spacers General: This item shall govern the manufacture and installation of pipe spacers for pipe installation in or casings. Material: Casing spacers shall be either high density polyethylene (HDPE) spacers conforming to ISO 9001:2000 strength and quality standards, or two-piece carbon or stainless steel shell spacers. Spacers shall be completely circumferential in shape and coverage of the carrier pipe. Steel shell for steel spacers shall be a minimum 14 -gauge thickness. Steel casing spacer runners shall be made of a dielectrically inert material. Carbon steel spacers shall have a corrosion resistant coating. Installation: Spacer placement shall be in accordance with the plans or the current City standard detail for casing pipe installation. Spacers shall be fastened onto the carrier pipe following the manufacturer's recommendation and/or guidelines. Payment: There is no separate payment for tunnel or casing pipe spacers or their installation. This is considered a subsidiary cost of the carrier pipe installation. Item 503.3 Boring and Tunneling General: This item shall govern the materials of construction and installation of underground conduit by boring or tunneling. Installation of underground conduit by jacking is not allowed unless specifically called for in the plans or Special Contract Requirements. Casing Pipe Material: The casing pipe material, its dimensions and coating/lining shall conform to the specifications indicated on the plans or in the Special Contract Requirements. Tunnel Liner Plate: Steel tunnel liner plate shall be allowed for tunnel diameters equal to or greater than 36 inches. Liner plate shall be 2 -Flange type meeting AASHTO M218 or ASTM A1011. Thickness of the liner plate shall be determined by the liner plate manufacturer for the specific application and copies of the calculations provided to the City for review. Regardless of calculation the minimum plate thickness shall be 12 gauge. Coating/lining shall conform to the specifications indicated on the plans or in the Special Contract Requirements. Casing Pipe or Tunnel End Seal: Casing pipe or tunnels shall be sealed with non -shrink, high strength grout that meets ASTM C 1107 standards. Alternatively, rubber end seals with stainless steel tightening bands are also permitted. Installation by Boring: Boring shall conform to all relevant portions of NCTCOG Item 503.3.3 "Construction Methods for Jacking, Boring or Tunneling". Vertical and horizontal alignment tolerance levels shall be as follows unless otherwise indicated on the plans or in the Special Contract Requirements: Horizontal: I% of bore length for both water and sewer. AM -28 Vertical: +/- 0.5% of indicated grade for water; +/- 0.2% of indicated grade for sewer with minimum allowable grade being 0.1 % in the direction of flow. A 2 -inch pilot hole bore shall be required prior to the casing pipe bore to establish alignment and grade. If the pilot bore exceeds the horizontal or vertical tolerance levels then the pilot hole shall be filled with grout and a new pilot hole bored. The casing pipe shall be advanced behind the auger bore utilizing the pilot hole as a guide. Disposal of excavated material is the responsibility of the contractor per Item 107.25. Installation by Tunneling: Tunneling shall conform to all relevant portions of NCTCOG Item 503.3.3 "Construction Methods for Jacking, Boring or Tunneling". Vertical and horizontal alignment tolerance levels shall be as follows unless otherwise indicated on the plans or in the Special Contract Requirements: Horizontal: 1% of bore length for both water and sewer. Vertical: +/- 0.5% of indicated grade for water; +/- 0.2% of indicated grade for sewer with minimum allowable grade being 0.1 % in the direction of flow. A pilot hole is not required in advance of tunneling. Tunneling shall utilize a guided tunnel boring machine (TBM) or shielded hand tunneling with a grade and alignment steering control mechanism. The casing pipe or tunnel liner plate shall be advanced behind the tunneling operations as close as possible to minimize the area of unprotected excavation. Disposal of excavated material is the responsibility of the contractor per Item 107.25. Welding: Casing pipe joints shall be welded in accordance to AWWA C-206 standards and shall utilize full circumferential butt welds. After welding, the pipe liner and coating shall be repaired by using a field applied coating of an approved lining material. Welding of liner plate is not allowed. Payment: Payment shall be made at the contract unit price per linear foot of casing pipe or tunnel liner plate installed by boring or tunneling. The installation of the carrier pipe shall not be included in this bid item. Casing spacer placement and end seals shall not be included in this bid item; those items shall be subsidiary to the carrier pipe installation cost. Payment shall include all excavation, backfill, and welding required to install the encasement pipe or tunnel. Item 507.4.5 Sewer Pipe Coupling General: This item describes the materials and installation of pipe couplings to join plain end sewer pipes of the same or different pipe material together. The use of couplings is not allowed for a connection greater than 48 inches in diameter. Submittals: A. Only those manufacturers whose sewer pipe couplings have been approved by the City of Denton will be allowed for use in the City's wastewater collection system. B. Submittals shall contain enough information to show that the sewer pipe coupling is the same as what has been approved by the City of Denton and meets or exceeds all standards listed within this specification. AM -29 Products: Acceptable Manufacturers and Products Installation: A. Onset Pipe Products, Inc., Shear Guard® Coupling, sizes 4" through 12", for both similar and dissimilar pipe materials and O.D.s. B. Straub Pipe Couplings, Inc., Flex model with EPDM gaskets or Teekay Couplings LTD., Pipe Repair Coupling with EPDM gaskets, sizes 15" through 48", for similar pipe materials only. C. Multi Fittings Corporation, Plastic Trends Inc., or the Pipe Manufacturer, Manufactured Gasketed Coupling with rigid housing, sizes 15" through 48", for dissimilar pipe materials or pipe O.D.s. A. Pipe ends to be joined shall be thoroughly cleaned to remove all dirt or foreign material. B. The pipe coupling shall be installed per the manufacturer's guidelines. The coupling shall not be tightened to the extent that it causes deformation of either pipe end. C. Pipe couplings shall be encased in Class B concrete, according to the standard detail drawing. D. The Inspector shall inspect the installed coupling for tightness of fit prior to covering with concrete. Payment: Payment for this item shall be included in the unit price for pipe installation. AM -30 Item 507.5.2 Television Inspection General: This item describes televised inspection of all new sanitary sewer lines, sanitary sewer services and manholes. Unless otherwise stated on the plans all new sanitary sewer mains, service laterals and manholes shall have television inspection prior to being put into service. Execution: A. The Contractor or a third parry hired by the Contractor shall perform the televised inspection of the new sanitary sewer line. B. The person performing the inspection must be PACP (Pipeline Assessment & Certification Program) certified. C. The City of Denton Inspector shall be present during the television inspection, unless otherwise authorized in writing. D. The televised inspection shall commence only after the line has passed both air and mandrel test and the line has been thoroughly cleaned and vacuumed. E. Televised Inspection shall follow the procedures outlined in NCTCOG Item 507.5.2. F. The camera shall be centered in the middle of the pipe throughout the inspection. Inspection that is excessively off -centered may be cause for rejection. G. The camera shall proceed at a rate no faster than 30 feet per minute. Inspections that proceed at a greater rate may be rejected. H. The camera shall be stopped at each lateral connection and the camera head shall be rotated to inspect each lateral connection fully. I. New service lines shall have televised inspection from the main connection to the right-of-way cleanout. J. Each new manhole or each cored manhole shall have a 360° televised inspection of the entire manhole interior. Submittal: A. Video and log sheet information must comply with NCTCOG Item 507.5.2.1. B. Log sheet report must utilize PACP reporting standards. C. Video submittal shall be a digital mpeg file unless otherwise directed by the City's representative. Criteria for Repair: The Contractor shall make repairs or clean the line or manhole if the City notes problems, including but not limited to the following: A. Pulled or slipped joints. B. Rolled gaskets. C. Water infiltration. D. Cracked or damaged pipe. E. In pipes with gradients less than 0.7 percent, a maximum one-half inch of standing water will be allowed in 6" through 24" diameter pipes. In pipes with gradients 0.7 AM -31 percent or greater, no standing water is allowed. The depths of standing water allowable for mains that are greater than 24" in diameter will be evaluated by the City. F. Structural damage to the pipe. G. Services coming into the main at an angle other than according to the details. H. Services not installed on lots indicated by plans. I. Pipe has debris, soil or residue. J. Manhole bench or invert has debris, soil or residue. K. Manhole shows cracking in the grout or the interior liner, if one was installed, shows evidence of separation from the wall surface, pinholes or holidays. L. Manhole invert surface shows evidence of catching solids or debris routinely found in raw wastewater. M. Evidence of groundwater infiltration through the manhole wall or around the pipe penetration areas. Another televised inspection run at no additional cost is required after any repairs. Payment: Payment for televised inspection of sanitary sewer, services and manholes shall be included in the price of new sanitary sewer pipe, services and manholes installed and not paid for separately. Item 601.8 Pipe Bursting with Polyethylene General: This item shall govern the materials of construction and installation of high density polyethylene (HDPE) pipe and fittings for use in non -pressurized wastewater applications by the pipe bursting method. The pipe bursting method is defined as the use of a static, hydraulic, or pneumatic hammer moling device that is either pulled or pushed through existing conduit causing the existing conduit to split, burst or be crushed in the process. The new pipe to be installed is attached behind the moling device and pulled or pushed into place as the moling device advances. Materials: Pipe and Fittings - Unless otherwise noted on the plans or in the Special Contract Requirements, pipe and fittings shall conform to ASTM D1248, Type III, Class B, Grade P-34, Category 5 and have a PPI rating of PE3408. Pipe shall also conform to ASTM F714 standard dimensions. Minimum wall thickness shall be DR 19 except for cases in which TCEQ water separation is an issue, in which case the wall thickness shall be DR 11. Pipe and fittings shall be white or light gray in color with a green stripe. Any discoloration in the pipe shall be sufficient cause for rejection. Clamp Couplings — For pipe connections where the pipe cannot be fused, pipe shall be joined with a full circle, ductile iron or steel locking clamp coupling as manufactured by JCM Industries, Inc. (Type 108 or 138) or an approved equal. AM -32 Service Connections — Service connections to HDPE pipe shall be made with a flexible tap wye saddle as manufactured by Fernco, Inc. or an approved equal. Alternatively, an Inserta-Tee® tap fitting may be utilized in lieu of a wye saddle. For service connections deeper than 12 feet only Inserta-Tee® tap fittings shall be allowed. Television Inspection: The Contractor shall clean and video the sewer main prior to and after pipe bursting. Personnel performing the video inspection shall be PACP trained. The pre -installation inspection shall identify the condition of the pipe and determine if and where point repairs are required to properly install the new pipe by the pipe bursting process. The pre -installation video and CCTV log sheet shall be provided to the City for City review prior to proceeding with pipe bursting operations. Post -installation video inspection shall conform to the provisions of Item 507.5.2 "Television Inspection". Point Repairs: The Contractor shall present to the City video evidence of every location where he or she deems that a point repair is required in order to properly install the new pipe by the pipe bursting process. If the City agrees to the point repair it shall be performed under the provisions for the point repair bid item and paid for separately. If the City deems that a point repair is not required, the decision to make the point repair shall become part of the Contractor's means and methods and no separate payment shall be provided for the point repair. The Contractor is liable for proper installation and warranty of the pipe regardless of whether the City agrees to every point repair request or not. Installation: 1. The segment to be pipe burst shall be isolated and bypassed as called for on the plans and in the specifications governing the bypass bid item. 2. Insertion and extraction pits shall be dug as close as possible to the terminating manholes so as to maximize the amount of pipe laid by the pipe bursting method. Pit locations may be adjusted to avoid conflicts with other buried utilities or surface obstructions. 3. Sewer services shall be located and exposed prior to pipe bursting commencement to minimize the time spent to reconnect and plugging of the service line. 4. Pipe shall be joined above ground by the butt -fusion process in accordance to the provisions of NCTCOG Item 601.8 "Pipe Bursting with Polyethylene" prior to insertion. 5. The winching or guidance cable shall be attached to the moling device and threaded through the existing sewer from the extraction pit to the insertion pit. 6. Upon commencement, insertion of new pipe behind the moling device shall be continuous and without interruption from the insertion pit to the extraction pit. 7. Once the pipe has been installed from insertion pit to extraction pit, a short section of pipe shall be cut at each pit location to bring the pipe into the terminating manholes. These cut sections of pipe shall be joined to the pipe burst pipe by use of a full circle, clamp coupling, 8. Manhole inverts and bottoms shall be rebuilt according to the specifications governing that bid item. 9. Pipe in the insertion and extraction pits shall be embedded and backfilled in accordance with the standard trenching detail for sanitary sewer under the appropriate surface condition. Surface restoration shall be as called for on the plans or, in the event the plans are silent, it shall match the pre -installation conditions. AM -33 10. Service locations shall be exposed and either connected to an existing service line or a new service line depending on the plan callout. Service connections shall utilize a flexible tap wye saddle and drilling/coring machine to cut the hole. Payment: Payment for this item shall be at the contract unit price per linear foot of HDPE wastewater pipe installed by the pipe bursting method. Unit price shall include pre- and post- installation video inspection of the pipe. Unit price shall include excavation, embedment, backfill and surface restoration of insertion and extraction pits. Unit price shall include joining, insertion and pulling/pushing of pipe. Unit price does not include point repairs required to install the pipe by pipe bursting (unless solely done as part of the Contractor's means and methods), bypass of the pipe burst segment, rebuilding of manholes, or reconnection of sanitary sewer services. Those items are all paid for separately. Item 801 Barricade, Detours, and Warning Signs General: This item provides for the cost of necessary barricading, warning signs and detours for the Contractor to perform public improvement work. A traffic control plan prepared by a civil engineer licensed in the State of Texas, conforming to the M.U.T.C.D., is to be submitted to the City prior to the start of construction. Barricading will conform to the M.U.T.C.D. At no time shall any property's access be completely blocked. The contractor will be required to notify by written notice all affected property owners or tenants at least 48 hours in advance of construction adjacent to each property. While driveways are closed due to utility construction, signage must be placed indicating the alternate driveway location. Signs marking temporary or alternate driveway locations should state the name of the business in block letters at least 4 inches high and include an arrow indicating the entrance. Driveway indicator signs may be mounted on T - posts. Traffic must be allowed to continue with as little interruption as possible. Street closings must be scheduled at least one week in advance so they may be advertised in the Denton Record - Chronicle. The Inspector must be supplied with a phone number that may be used if barricading becomes unsafe during non -working hours. Refer to the requirements listed under the General Provisions. NCTCOG Reference: Items 107.19 and 801 Payment: Payment for this item shall be at the contract lump sum for all work, equipment and signage necessary to completely barricade the project. AM -34 Item SSO1 Cut and PlugExisting xisting Sewer Lines General: This item describes the cutting and plugging of abandoned sections of sanitary sewer. Materials: Execution: A. Concrete shall be Class "B" as defined by NCTCOG Item 702.2.4.2. B. Grout shall conform to ASTM C1107 standards. A. Wherever indicated on the plans, the existing line to be abandoned shall be exposed and a two foot section of pipe shall be removed. If the cut and plug location is adjacent to a manhole that is to remain in service the pipe cut shall be no closer than two feet from the manhole wall. B. The removed section of abandoned pipe shall be filled with concrete until both ends of the abandoned pipe are effectively sealed. C. Concrete shall be prevented from entering the manhole invert through the use of a pipe plug or some other suitable blocking agent. D. The excavation hole shall be backfilled per the standard trench detail appropriate for the surface condition. Payment: Payment for this item shall be at the contract unit price for each location where an abandoned sanitary sewer is cut and plugged. The unit price shall include excavation, backfill, cutting and plugging of pipe and all material required. Item SS02 Abandon Existing Manhole General: This item describes the procedures for the abandonment of existing manholes. Materials: A. Concrete - Concrete shall conform to all sections of NCTCOG Item 702.2.4.2 for Class B concrete. B. Sand - Sand shall conform to Item 504.2.2.6 of the NCTCOG standards. Execution: A. Removal items or sections shall be indicated on the standard Manhole Abandonment detail. Removed items and sections shall be the property of the Contractor and must be disposed of in accordance to NCTCOG Item 107.25. B. Manhole outlets shall be plugged and the manhole filled according to the standard Manhole Abandonment detail. C. The area above the abandoned manhole shall be compacted with backfill according to the standard Manhole Abandonment detail. AM -35 Payment: Payment shall be at the contract unit price for each existing manhole abandonment completed. The unit price shall include all the necessary labor, equipment, and materials needed to properly abandon the manhole. Excavation and backfill are included in the unit price. Item SS03 Remove Existing Manhole General: This item describes the procedures for the removal of existing manholes. Execution: A. Excavation shall be made around the manhole to be removed to a depth equivalent to the concrete base of the manhole. B. Connecting sewer lines shall be cut or broken where they enter the existing manhole. C. All parts of the manhole shall be removed and disposed of by the Contractor in accordance to NCTCOG Item 107.25. D. Each connecting sewer line shall be plugged with Class B concrete. Plugging shall follow the requirements of Item SSO1. E. The excavation hole shall be backfilled according to the standard trench detail for the appropriate surface cover condition. Payment: Payment shall be at the contract unit price for each existing manhole removal completed. The unit price shall include all the necessary labor, equipment, and materials needed to properly remove the manhole and plug all connecting sewer lines. Excavation and backfill are included in the unit price. AM -36 Appendix A Soil Boring Data 7636 Pebble Drive Cmi ENGINEERING, INC. Fort Worth, Texas 76118 www.cmjengr.com June 14, 2016 City of Denton Utility & CIP Engineering 901A Texas Street Denton, Texas 76209 Attn: Mr. James Wilder, P.E. RE: CMJ REPORT 187-16-11 SUBSURFACE DRILLING & LABORATORY TESTING COOPER CREEK INTERCEPTOR II DENTON,TEXAS Dear Mr. Wilder: CMJ Engineering, Inc. is pleased to present herein the field and laboratory results of a geotechnical investigation for the above referenced project. The geotechnical services were performed in accordance with CMJ Estimate 16-5954 dated February 9, 2016. CMJ Engineering, Inc. appreciates the opportunity to perform subsurface exploration services and provide laboratory results for the proposed interceptor project as requested. Should questions arise on information contained herein, please contact us. The following plates are attached and complete this data 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.10 - Logs of Borings Respectfully submitted, CMJ ENGINEERING, INC. TEXAS FIRM REGISTRATION No. F-9177 Matthew W. Kammerdiener, E. IT. Staff Engineer Texas No. ET -48854 • � i Garrett E. Williams, P.E. / President Texas No. 52525 copies submitted: (2) Mr. James Wilder, P.E.; City of Denton (email & mail) Phone (817) 284-9400 Fax (817) 589-9993 Metro (817) 589-9992 SB -7 N SB 6 V Q y� 3 O W W RAPD M,000 W I, E* V *S183-4 :.� HIGHWAY 377 ' a low' M Il � �S6-3 'J .ii- Ti -{N - ��L - ill_ •,y . I SB_2 - T �SB-1 •�xf. =k - AUDM LANE- 0 ANE0 3.00 600 FEET r APPROXIMATE SCALE r r`. '`..`%& 96 Major Divisions Sym. Typical Names Laboratory Classification Criteria Well -graded gravels, gravel- aU D D z c GW sand mixtures, little or no C�= -60- greater than 4: C�=--.---30�----- between 1 and 3 Ln M O fines o D10 D o x D60 C: 0)C Poorly graded gravels, gravel Ma°, E N w m U = GP sand mixtures, little or no rn 0 (0 U) Not meeting all gradation requirements for GW > V) a) > J fines w m C7�a m'i5 c0O U o o ° z c o Silt ravels, ravel -sand -silt Y g g W C �? :� N Liquid and Plastic limits "A" Liquid and plastic limits s GM mixtures ;� Cr Z below line or P.I. plotting in hatched zone d Z @- y c L) U) greater than 4 between 4 and 7 are Liquid and Plastic limits q � o — c � �' ,m " ° o °' o N 0 i ° " borderline cases 0 �- V) °' o > 2 @ a GC Clayey gravels, gravel -sand- � N a� above "A" line P.I. requiring use of dual •0 a, O a Q clay mixtures c S z° c ; .� with greater than 7 symbols C (D c� 0) C E o V) Well -graded sands, gravelly D (D )z 60 30 I m o M N c c SW sands, little or no fines > > C = ----- greater than 6: C�= ------------- between 1 and 3 D10 D10 x D60 U E V) U) o mo w O N c a -0 a Poorly graded sands; CU ) v = SP gravelly sands, little or no -0 a Q Not meeting all gradation requirements for SW _r_ N J fines v`°i .� (D a y @ OLO Q)U O a, 00 z m e Silty sands, sand -silt o) m M B � Z Liquid and Plastic limits ° 0 0 c o SM mixtures c a W 3 below "A" line or P.I. less Liquid and plastic limits -C c� ;_ M �, 2 a o a o 2 than 4 plotting between 4 and 7 @ .� a o ° J Un are borderline cases Liquid and Plastic limits `M w � requiring use of dual `o C9 SC Clayey sands, sand -clay E a, - C LE above "A" line with P.I. symbols Y g a a mixtures a) a cn greater than 7 D O U Inorganic silts and very fine sands, rock flour, silty or o U7) ML clayey fine sands, or clayey silts with slight plasticity N Inorganic clays of low to _0 a) CL medium plasticity, gravelly .E clays, sandy clays, silty CD N =_ clays, and lean clays 5 C5 Z Jo �2 Z3 CH tT OL Organic silts and organic silty 4 x clays of low plasticity V) �a — o Inorganic silts, micaceous or E30 (D N :N -FZ MH diatomaceous fine sandy or OH a d MH 6' = M silty soils, elastic silts a .Q O 2 C U w 2 i E c� L) CL oCH Inorganic clays of high 76 cD Q' plasticity, fat clays 1 L CL -ML cn 7 4 ML a d OL 6 Organic clays of medium to 0 0 _JOH high plasticity, organic silts 0 10 20 30 40 50 60 70 80 90 100 Liquid Limit U m .—`) o Pt Peat and other highly organic Plasticity Chart o soils UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 SOIL OR ROCK TYPES ®® ® m GRAVEL LEAN CLAY LIMESTONE • o •• SAND • •®• SANDY — SHALE SILT SILTY SANDSTONE HIGHLY CLAYEY CONGLOMERATE Shelby Auger Split Rack Cone No PLASTIC CLAY Tube Spoon Core Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50% Passing No. 200 Sieve) Descriptive Item Penetrometer Reading, (tsf, Soft 0.0 to 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 Soils (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 color 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 PLATE A.3 I -X LT Project No. 187-16-11 Boring No. SB -1 Project Copper Creek Interceptor % -1VIJ ......... Denton, TX Location See Plate A-1 Water Observations No seepage encountered during drilling; dry at completion Completion Depth 25.01 J I Completion Date 5-5-16 LL a o T N ao> E N Surface Elevation Type B-53 w/ CFA o W o a N `off o N 00� LD mQ�- o cn a Sr JJ o E a� :� 2'0 a c LL o ti _o a� oo c,o c00 rdU :3J 0o Stratum Description 5 10 1 2 SANDY CLAY, brown, firm to very stiff - grades tan below 3' - very stiff to hard below 9' 3.5 17 1.0 16 1.0 16 1.25 16 1.0 19 1.5 36 13 23 15 4.5+ 16 4.0 21 1 108 6710 SHALY LIMESTONE, gray, w/ shale seams, moderately hard to hard 100/3" 100/2" LOG OF BORING NO. SBA PLATE AA /-X RT Project No. 187-16-11 Boring No SB -2 Project Copper Creek Interceptor ` 1VIJ Denton, TX _ Water Observations No seepage encountered during drilling; dry at completion Location See Plate A.1 Completion Depth 25.0' Completion Date 5-5-16 LLN L .O E a` E Surface Elevation Type B-53 w/ CFA U W 0: O d o: O) O .0 CLLH 4)Ui mal— O N 0 m.R 7 A N o cn 'C gE JJ c N- N N .� C m E 0v o 0 it —i a = �U (L N C �� C U - -p N Q c 00 DUa Stratum Description 5 10 1 2 2 SILTY SANDY CLAY, brown, soft to stiff stiff to very stiff below 4' 0.75 16 2.0 15 2.0 34 14 20 16 1.75 16 3.0 15 118 4470 1.5 16 4.5 15 SANDY SHALY CLAY, tan and brown, stiff 2.25 16 SHALY LIMESTONE, gray, w/ shale seams, moderately hard — — — — — — — — — — -------- 100/4" 100/3" LOG OF BORING NO. SB -2 PLATE A.5 Project No. 187-16-11 Boring No. SB -3 Project Copper Creek Interceptor Denton, TX__ Location See Plate A.1 Water Observations No seepage encountered during drilling; dry at completion Completion Depth 25.0• Completion Date 5-5-16 1 �- o 0m .o N a Surface Elevation Type B-53 w/ CFA o w m 0 C7 o 6 N C p LL �o o ink v_ _ 3 C y> 7- .2 a) m.9 gE mat- a.0 JJ o •_ ill �= mE a_, o h 2 X 4: N N .y C my 00 a_= LL DU '-' Vl cp J C LL U1 a 8 E S C 0 0 ova Stratum Description 5 10 15 2 SANDY SILTY CLAY, brown, stiff to hard - w/ calcareous nodules below 8' 2.5 14 2.0 17 2.5 17 2.0 16 4.0 15 4.5+ 15 4.5+ 35 13 22 14 SANDY CLAY, brown and tan, stiff 2.0 17 2.5 15 118 5040 SHALY LIMESTONE, gray, w/ limestone seams, hard 100/1.6" LOG OF BORING NO. SB -3 PLATE A.6 l' dT Project No. 187-16-11 Boring No. SB -4 Project Copper Creek Interceptor %_JVJJ Denton, TX Location See Plate A.1 Water Observations Seepage at 19' during drilling; dry at completion Completion Depth 25.0' Completion Date 5-24-16 LL = a a T o & E Surface Elevation Type B-53 W/ CFA o U W IIx o ('� cc 6N ° LL 3C .2 (D mo. F- ° I,o N>3- N� am � , , = z= tn= NN .NC yj 0, 12.9-0 00 C� JJ aJ (L C 20 cLt v N chi w SE7 COO :)U a. Stratum Description 5 1 1 25—hard SANDY CLAY, brown, w/ limestone fragments and calcareous nodules, very stiff to hard 3.25 13 3.0 11 4.5+ 12 SANDY SILTY CLAY, dark brown, very stiff to hard 4.5+ 11 4.0 34 14 20 14 4.5+ 15 SANDY CLAY, tan, w/ ironstone nodules, hard 4.5+ 13 122 7150 SAND, tan, w/ gravel, very dense 50/4.25" SANDY SHALY CLAY, tan and gray, hard 4.5+ 19 SHALY LIMESTONE, gray, w/ limestone seams, ---------------------- 00/1.25' LOG OF BORING NO. SB -4 PLATE A.7 ! x !T Project No. 187-16-11 Boring No. SB -5 Project Copper Creek Interceptor Denton, TX Location See Plate A.1 Water Observations Seepage at 15' during drilling; water at 13' at completion Completion Depth 25.0' Completion Date 5-6-16 LL .0 t d �' N d N Surface Elevation Type B-53 w/ CFA ,� U W e 0 d p� N �� Z LL; Coe ;CIL a am, cvI mai- o_v� o o = H� qE �E JJ 0--1 r NN �v as a e y� oo 20 U. z �y ca MJ C LL �NQ w y C�'C `coo DL)( Stratum Description 5 1 15 2 SANDY SILTY CLAY, brown, w/ calcareous nodules, stiff - very stiff to hard below 1' 1.5 19 4.5 18 4.5+ 15 4.5+ 16 4.5+ 14 SILTY SHALY CLAY, brown, very stiff to hard 4.5+ 111 120 11290 4.5+ 13 3.0 38 13 25 13 LIMESTONE, gray, w/ shale seams and layers, hard to very hard 100/1.5" 100/0.5" LOG OF BORING NO. SB -5 PLATE A.8 Project No. Boring No. Project Copper Creek Interceptor %.ivtJ CNla1NCCKlNIa 1Nl . 187-16-11 SB -6 Denton, TX Location Water Observations See Plate A.1 Seepage at 9' during drilling; water at 9' at completion Completion Completion Depth 25.0, Date 5-6-16 Surface Elevation Type B-53 w/ CFA Q o ++ N = LL L E C O y w �'v Z o 3E li N N o N Stratum Description a �-; o 0 0 dw _ z6 w �� (� f� i V. y> 7 '� H� N.8 I C U E 7 LU a d�? �3D QE �E oo E.0 =oo aU) �� n-_3 a �U =) -J =)0a 5 1 —15- -20— SANDY SILTY CLAY, brown, stiff 2.5 18 1.5 18 2.25 11 1.5 23 14 9 14 SANDY CLAY, brown, w/ gravel seams, soft very stiff below 7' 0.5 17 3.75 9 1291 3240 LIMESTONE, tan, fractured, w/ clay seams and layers, moderately hard 100/3" 25 SILTY CLAY, tan SHALY LIMESTONE, gray, w/ shale seams, hard to very hard 00/1.25' 18 100/1.5"l 1 100/1" LOG OF BORING NO. SB -6 PLATE A.9 Project No. 187-16-11 Boring No. SB -7 Project Copper Creek Interceptor LJVl bNGINhhIUNCi INC. Denton, TX Location See Plate A-1 Water Observations No seepage encountered during drilling; dry at completion Completion Depth 25.0' Completion Date 5-6-16 L E o N a aO) E Surface Elevation Type B-53 w/ CFA U W o a OC L 3cu COIn M0- o N O 0)o '�>- mQ ave int maxi cE IaE 1p -a A:D a.:3 a. u'c oo iL C LL H �y co>E� c.0 coo �-I Doo_ Stratum Description 5 —10- 1 2 SANDY SILTY CLAY, brown, stiff to very stiff 4.0 16 2.5 17 SANDY CLAY, brown, w/ calcareous nodules and limestone seams, firm to stiff 1.0 12 2.0 11 2.5 7 SILTY CLAY, tan, w/ occasional gravel seams, stiff to very stiff 4.0 14 1171 4030 2.5 34 13 21 16 LIMESTONE, tan, fractured, w/ clay seams SILTY CLAY, tan SHALY LIMESTONE, gray, w/ shale seams, moderately hard to very hard 00/2.25 10 100/1.4" 100/0.9" LOG OF BORING NO. SB -7 PLATE A.10 Appendix B Railroad Permit and Agreement SUPPAGR.DOC 980220 Form Approved, AVP -Law SUPPLEMENTAL AGREEMENT Audit: TC24166 Folder: 3021-70 THIS SUPPLEMENTAL AGREEMENT is entered into on the a5t*--eay of 20IJ between UNION PACIFIC RAILROAD COMPANY ("Licensor") and CITY -115F DENTON, whose address is 901 A TEXAS ST, DENTON, TX 76209 ("Licensee"). RECITALS: By instrument dated 5/10/66, Licensor and Licensee, or their predecessors in interest, entered into an agreement ("Basic Agreement"), identified as Audit No. TC24166, at Denton, TX. Licensee now wishes to replace the sanitary sewer pipeline crossing therein contemplated. AGREEMENT: NOW, THEREFORE, IT IS AGREED by and between the parties hereto as follows: Article 1. SUBSTITUTION OF DESIGN DRAWING / PRINT. The design drawing/print dated 3%2/17, attached hereto as Exhibit 'A', shall be and hereby is substituted for the design drawing/print dated 5/9/66, attached to the Basic Agreement, and from and after the effective date herein whenever the term Pipeline is used in the Basic Agreement, or any amendment or supplement thereto (if any), such reference shall be deemed to refer to the Pipeline as shown on Exhibit 'A', hereto attached. Article 2. ADMINISTRATIVE, HANDLING CHARGE. Upon execution and delivery of this Supplemental Agreement, the Licensee shall pay to the Licensor an administrative handling charge of One Thousand Five Hundred and Five DOLLARS ($1,505.00). Article 3. EFFECTIVE DATE. This Supplemental Agreement shall be effective as of March 6, 2017. Article 4. CONSENT TO WORK This Supplemental Agreement will serve as notification that the Railroad Company approves of your intentions to replace an underground 6 inch sewer pipeline, as described in Exhibit A dated 3/2/17 and attached hereto, and abandon the existing line pursuant to abandonment guidelines provided in Exhibit E. If a contractor is to do any of the work performed on or about the Railroad Company's property, then Licensee shall require its contractor to execute the Railroad Company's form Contractor's Right of Entry Agreement, EXHIBIT B. Licensee acknowledges receipt of a copy of Contractor's Right of Entry A reement and understanding its term, provisions and requirements, and will inform its contractor of the need to execute the Agreement. Under no circumstances will Licensee's contractor be allowed on or about the Railroad Company's property without first executing the Contractor's Right of Entry Agreement. Article 5. NOTICE OF COMMENCEMENT OF WORK / LICENSOR REPRESENTATIVE. / SUPERVISION / FLAGGING / SAFETY. If an emergency should arise requiring immediate attention, the Licensee shall provide as much notice as practicable to Licensor before commencing any work. In all other situations, the Licensee shall notify the Licensor at least ten (10) days (or such other time as the Licensor may allow) in advance of the commencement of any work upon property of the Licensor in connection with the construction, maintenance, repair, renewal, modification, reconstruction, relocation or removal of the Pipeline. All such work shall be prosecuted diligently to completion. The Licensee will coordinate its initial, and any subsequent work with the following employee of Licensor or his or her duly authorized representative (hereinafter "Licensor Representative" or "Railroad Representative"): NILES, Keagan R. MANAGER OF TRACK MAINTENANCE 208/8 397-8855 krniles@up.com 2827 RAY DR DENISON, TX 75020 Article 6. AGREEMENT SUPPLEMENT. KEITH, Kristopher D. MANAGER OF SIGNAL MAINTENANCE 817/8 353-7174 kdkeith@up.com 5701 W VICKERY BLVD FORT WORTH, TX 76107 Nothing in this Supplemental Agreement shall be construed as amending or modifying the Basic Agreement unless specifically provided herein. IN WITNESS WHEREOF, the parties have executed this Supplemental Agreement as of the day and year first written. UNION PACIFIC RAILROAD COMPANY By: ��✓� Daniel Peters Manager CITY OF DENTON B Name Printed: �o /�� ►.� 4 �� Title: ATTEST: JENNIFER WALTERS, CITY SECRETARY By: APP OVED AS TO LEGAL FORM: AARON LEAL, INTERIM CITY ATTORNEY Form Approved, AVP -Law 07/25/06 EXHIBIT A TO SUPPLEMENTAL AGREEMENT PRINT DATED 3 % TO BE ATTACHED NON-FLAMMABLE LIQUID ❑CROSSING PIPELINE ❑ENCROACHMENT ❑ BOTH A UPRR R. 0. W. OUTER TRACK 50 FT. -'- 1040 FT. OUTER TRACK — 50 FT I ' I — 52 F T. -�- a FT. +T� 52 FT.— VENT T.VENT PIPE 1 I TOTAL TRACKS ' 51 FT. 51 FT. = I --------------- - LONGITUDINAL PIPE ENCROACHMENT 22 FT. '-- CASING PIPE CARRIER PIPE SECTION A SCALE: NONE I a FT-/ GROUND �Dl AINAGE I SURFACE TCH I I I � �FT. 10 6 F T. I NOTES 1) ALL DIMENSIONS MEASURED PERPENDICULAR TO THE CENTERLINE OF TRACK 2) REFER TO AREMA VOLUME i CHAPTER 1. PART 5 SECTION 5 1 A) METHOD OF INSTALLATION Auger Bore/Hand tunnel B) DIST_ FROM CENTERLINE OF TRACK TO PIPE ENCROACHMENT - BUILDING AMERICA" C) SIGNS PROVIDED? AT MINIMUM SIGNS HALL BE PROVIDED AS STATED ABOVE D) CARRIER MATERIAL PLASTIC IF RCP. CLASS V? NA COMMODITY TO BE CONVEYED SANITARY SEWER F.- X H I B I T " A " OPERATIONAL PRESSURE o PSI. MAOP 0 PSI. WALL THICKNESS (INCH)/ SCHEDULE 40 DIAMETER 30 IN. SUBDIVISION: Cnoctawsu5. CATHODIC/COATING PROTECTION YES TRACK TYPE: MAINLINETRACK E) CASING MATERIAL STEELPIPE IF RCP, CLASS V7 -N-A—. M.P.: 716.41 LAT.: 33.235648389699 TOTAL LENGTH CASING PIPE: 1040 FT, WALL THICKNESS 0625 IN. DIAMETER 42 IN, E.S.M.: 10e97+9e2 LONG.:-szos1a5486354 CATHODIC/COATING PROTECTION YE NEAREST CITY: COUNTY: STATE: CASING PIPE IS SEALED AT THE ENDS. DENTON _._ DENTON __-TX F) DISTANCE FROM CENTERLINE OF TRACK TO NEAR FACE OF APPLICANT: CITYOFOENTON BORING AND JACKING PITS WHEN MEASURED AT RIGHT ANGLES 50• AND 50- FILE NO.: 0302170 PATE: 31217017 — 1580.3 F T. - - - 70 F T. I �I I I 74.21 DEG. I z Icy ANGLE OF I = CROSSING _-- - —_—__-_-_-_ _—_—_—.-----_—_ - p- - - - - _ DESCRIBE cr o. ! " DESCRIBE �! ` FIXED OBJECT I FIXED OBJECT CROSSING TRACK CROSSING TRACK State Hwy No. 24 Overpass CIL I W. Backwall of Railroad Badge 206.4 vii + ---NORTH-------------------- PLAN SCALE: NONE OUTER TRACK 50 FT. -'- 1040 FT. OUTER TRACK — 50 FT I ' I — 52 F T. -�- a FT. +T� 52 FT.— VENT T.VENT PIPE 1 I TOTAL TRACKS ' 51 FT. 51 FT. = I --------------- - LONGITUDINAL PIPE ENCROACHMENT 22 FT. '-- CASING PIPE CARRIER PIPE SECTION A SCALE: NONE I a FT-/ GROUND �Dl AINAGE I SURFACE TCH I I I � �FT. 10 6 F T. I NOTES 1) ALL DIMENSIONS MEASURED PERPENDICULAR TO THE CENTERLINE OF TRACK 2) REFER TO AREMA VOLUME i CHAPTER 1. PART 5 SECTION 5 1 A) METHOD OF INSTALLATION Auger Bore/Hand tunnel B) DIST_ FROM CENTERLINE OF TRACK TO PIPE ENCROACHMENT - BUILDING AMERICA" C) SIGNS PROVIDED? AT MINIMUM SIGNS HALL BE PROVIDED AS STATED ABOVE D) CARRIER MATERIAL PLASTIC IF RCP. CLASS V? NA COMMODITY TO BE CONVEYED SANITARY SEWER F.- X H I B I T " A " OPERATIONAL PRESSURE o PSI. MAOP 0 PSI. WALL THICKNESS (INCH)/ SCHEDULE 40 DIAMETER 30 IN. SUBDIVISION: Cnoctawsu5. CATHODIC/COATING PROTECTION YES TRACK TYPE: MAINLINETRACK E) CASING MATERIAL STEELPIPE IF RCP, CLASS V7 -N-A—. M.P.: 716.41 LAT.: 33.235648389699 TOTAL LENGTH CASING PIPE: 1040 FT, WALL THICKNESS 0625 IN. DIAMETER 42 IN, E.S.M.: 10e97+9e2 LONG.:-szos1a5486354 CATHODIC/COATING PROTECTION YE NEAREST CITY: COUNTY: STATE: CASING PIPE IS SEALED AT THE ENDS. DENTON _._ DENTON __-TX F) DISTANCE FROM CENTERLINE OF TRACK TO NEAR FACE OF APPLICANT: CITYOFOENTON BORING AND JACKING PITS WHEN MEASURED AT RIGHT ANGLES 50• AND 50- FILE NO.: 0302170 PATE: 31217017 EXHIBIT B TO SUPPLEMENTAL AGREEMENT Pl, X&E ROE 940201 Form Approved, AVP -Law 08/25/2006 Folder No. 3021-70 CONTRACTOR'S RIGHT OF ENTRY AGREEMENT THIS AGREEMENT is made and entered into as of the , by and between UNION PACIFIC RAILROAD COMPANY, a Delaware corporation, ("Railroad") and a corporation ("Contractor"), to be addressed at RECITALS: The Contractor has been hired by CITY OF DENTON to replace a sanitary sewer pipeline (the "work"), with all or a portion of such work to be performed on property of Railroad at Mile Post 716.41 on the Choctaw Subdivision in Denton, TX pursuant to a Supplement between Railroad and CITY OF DENTON dated 3/6/17, as such location is also shown on the design drawing/print marked Exhibit A attached hereto and hereby made a part hereof. Railroad is willing to permit Contractor to perform the work described above at the location describe above subject to the terms and conditions contained in this Agreement. AGREEMENT: NOW, THEREFORE, it is mutually agreed by and between the Railroad and Contractor, as follows: Article 1. DEFINITION OF CONTRACTOR. For purposes of this Agreement, all references in this Agreement to the Contractor shall include Contractor's contractors, subcontractors, officers, agents and employees, and others acting under its or their authority. Article II. RIGHT GRANTED; PURPOSE. Railroad hereby grants to Contractor the right, during the term hereinafter stated and upon and subject to each and all of the terms, provisions and conditions herein contained, to enter upon and have ingress to and egress from the property described in the Recitals for the purpose of performing any work described in the Recitals above. The right herein granted to Contractor is limited to those portions of Railroad's property specifically described herein, or as designated by the Railroad Representative named in Article IV, and is strictly limited to the scope of work identified to the Railroad, as determined by the Railroad in its sole discretion, and for no other purpose. Article III. TERMS AND CONDITIONS CONTAINED IN EXHIBITS B. C AND D. The terms and conditions contained in Exhibit B, C and D, attached hereto, are hereby made a part of this Agreement. Article IV. ALL EXPENSES TO BE BORNE BY CONTRACTOR; RAILROAD REPRESENTATIVE. A. Contractor shall bear any and all costs and expenses associated with any work performed by Contractor, or any costs or expenses incurred by Railroad relating to this Agreement. B. Contractor shall coordinate all of its work with the following Railroad representative or his or her duly authorized representative (the "Railroad Representative"): NILES, Keagan R. MANAGER OF TRACK MAINTENANCE 208/8 397-8855 krniles@up.com 2827 RAY DR DENISON, TX 75020 KEITH, Kristopher D. MANAGER OF SIGNAL MAINTENANCE 817/8 353-7174 kdkeith@up.com 5701 W VICKERY BLVD FORT WORTH, TX 76107 C. Contractor, at its own expense, shall adequately police and supervise all work to be performed by Contractor and shall ensure that such work is performed in a safe manner as set forth in Section 7 of Exhibit B. The responsibility of Contractor for safe conduct and adequate policing and supervision of Contractor's work shall not be lessened or otherwise affected by Railroad's approval of plans and specifications involving the work, or by Railroad's collaboration in performance of any work, or by the presence at the work site of a Railroad Representative, or by compliance by Contractor with any requests or recommendations made by Railroad Representative. Article V. TERM: TERMINATION. A. The grant of right herein made to Contractor shall commence on the date of this Agreement, and continue for one (1) year, unless sooner terminated as herein provided, or at such time as Contractor has completed its work on Railroad's property, whichever is earlier. Contractor agrees to notify the Railroad Representative in writing when it has completed its work on Railroad's property. B. This Agreement may be terminated by either party on ten (10) days written notice to the other party. Article VI. CERTIFICATE OF INSURANCE. A. Before commencing any work, Contractor will provide Railroad with the insurance binders, policies, certificates and/or endorsements set forth in Exhibit C of this Agreement. B. All insurance correspondence. binders, policies, certificates and/or endorsements shall be sentto: Folder No. 3021-70 Union Pacific Railroad Company 1400 Douglas Street STOP 1690 Omaha, Nebraska 68179-1690 Article VII. CHOICE OF FORUM. Litigation arising out of or connected with this Agreement may be instituted and maintained in the courts of the State of Texas only, and the parties consent to jurisdiction over their person and over the subject m4tter of any such litigation, in those courts, and consent to service of process issued by such courts. Article VIII. DISMISSAL OF CONTRACTOR'S EMPLOYEE. At the request of Railroad, Contractor shall remove from Railroad's property any employee of Contractor who fails to conform to the instructions of the Railroad Representative in connection with the work on Railroad's property, and any right of Contractor shall be suspended until such removal has occurred. Contractor shall indemnify Railroad against any claims arising from the removal of any such employee from Railroad's property. Article IX. ADMINISTRATIVE FEE. Upon the execution and delivery of this Agreement, Contractor shall pay to Railroad One Thousand Dollars ($1,000.00) as reimbursement for clerical, administrative and handling expenses in connection with the processing of this Agreement. Article X. CROSSINGS. No additional vehicular crossings (including temporary haul roads) or pedestrian crossings over Railroad's trackage shall be installed or used by Contractor without the prior written permission of Railroad. Article XI. EXPLOSIVES. Explosives or other highly flammable substances shall not be stored on Railroad's property without the prior written approval of Railroad. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed in duplicate as of the date first herein written. UNION PACIFIC RAILROAD COMPANY 15 Manager -Contracts LOW Name: Title: Telephone: Email: (Contractor Name) Pipeline Crossing 07/20/08 Form Approved, AVP Law EXHIBIT A TO CONTRACTOR'S RIGHT OF ENTRY PRINT DATED TO BE ATTACHED NON-FLAMMABLE LIQUID OCROSSING PIPELINE ❑ENCROACHMENT ❑BOTH A UPRR R. 0. W. Id.;�i 0- OUTER rE OUTER ?lo ,d TRACK TRACK 1,17 — 50 FT. - 50 FT. --; 1040 FT. I I I 52 FT, 0 FT. 52 FT, VENT PIPE I 1 I I 1 TOTAL TRACKS � St FT. I ' _a FT. t� 22 F T. I CASING PIPE CARRIER PIPE SECTION 0 SCALE:: NONE J DRAINAGE DITCH I I GROUND SURFACE _FT. 106 FT. — I LONGITUDINAL PIPE ENCROACHMENT NOTES 1) ALL DIMENSIONS MEASURED PERPENDICULAR TO THE CENTERLINE OF TRACK 1580 3 F T. — 70 F T. A) METHOD OF INSTALLATION Auger Bore/Hand tunnel B) 0151. FROM CENTERLINE OF TRACK TO PIPE ENCROACHMENT BUILDING AMERICA"' C) SIGNS PROVIDED? AT MIN IMUM SIGNS WILL BE PROVIDED AS STATED ABOVE D) CARRIER MATERIAL PLASTIC IF RCP, CLASS V? NA 74.21' DEG._ E X F-1 I B I T- '' A " OPERATIONAL PRESSURE 0 PSI. MAOP 0 PSI. SUBDIVISION: Ct10Claw Sub. WALL THICKNESS (INCH)/ SCHEDULE 40 DIAMETER 30 IN. z I ANGLE OF TRACK TYPE: MAINLINETRACK E) CASING MATERIAL STEELPIPE IF RCP, CLASS V? NA M. P.: 716.41 LAT.: 33.235548389699 TOTAL LENGTH CASING PIPE: 1040 FT. z J _ CROSSING LONG.: .97 09145486354 WALL THICKNESS 0625 IN. DIAMETER 42 IN. L— — — — — — — — — — — — —a rr � I " --— - — - —-— -- - DESCRIBE 1ii_ BORING AND JACKING PITS WHEN MEASURED AT RIGHT ANGLES DESCRIBE 50• AND Sot OBJECT I FIXED OBJECT J CROSSING TRACK CROSSING TRACK State Hwy No. 24 Overpass CIL I W. Backwall o1 Railroad Bndge 206.4 u� - — - — - — - — - -- --NORTH - -------------------- A UP - — RR R.O. W. - — - — - — - — - — - — - — PLAN SCALE: NONE Id.;�i 0- OUTER rE OUTER ?lo ,d TRACK TRACK 1,17 — 50 FT. - 50 FT. --; 1040 FT. I I I 52 FT, 0 FT. 52 FT, VENT PIPE I 1 I I 1 TOTAL TRACKS � St FT. I ' _a FT. t� 22 F T. I CASING PIPE CARRIER PIPE SECTION 0 SCALE:: NONE J DRAINAGE DITCH I I GROUND SURFACE _FT. 106 FT. — I LONGITUDINAL PIPE ENCROACHMENT NOTES 1) ALL DIMENSIONS MEASURED PERPENDICULAR TO THE CENTERLINE OF TRACK 2) REFER TO AREMA VOLUME 1 CHAPTER 1. PART 5. SECTION 5 1 A) METHOD OF INSTALLATION Auger Bore/Hand tunnel B) 0151. FROM CENTERLINE OF TRACK TO PIPE ENCROACHMENT BUILDING AMERICA"' C) SIGNS PROVIDED? AT MIN IMUM SIGNS WILL BE PROVIDED AS STATED ABOVE D) CARRIER MATERIAL PLASTIC IF RCP, CLASS V? NA COMMODITY TO BE CONVEYED SANITARY SEWER E X F-1 I B I T- '' A " OPERATIONAL PRESSURE 0 PSI. MAOP 0 PSI. SUBDIVISION: Ct10Claw Sub. WALL THICKNESS (INCH)/ SCHEDULE 40 DIAMETER 30 IN. CATHODIC/COATING PROTECTION YES TRACK TYPE: MAINLINETRACK E) CASING MATERIAL STEELPIPE IF RCP, CLASS V? NA M. P.: 716.41 LAT.: 33.235548389699 TOTAL LENGTH CASING PIPE: 1040 FT. E.S.M.: 10492.98-2 LONG.: .97 09145486354 WALL THICKNESS 0625 IN. DIAMETER 42 IN. CATHODIC/COATING PROTECTION YES NEAREST CITY: COUNTY: STATE: CASING PIPE IS SEALED AT THE ENDS. DENTON DENfTON _ TX F) DISTANCE FROM CENTERLINE OF TRACK TO NEAR FACE OF APPLICANT: CITYOFDENTON BORING AND JACKING PITS WHEN MEASURED AT RIGHT ANGLES 50• AND Sot FILE NO.: 0302120 DATE: 312 EXHIBIT B TO CONTRACTOR'S RIGHT OF ENTRY AGREEMENT Section 1. NOTICE OF COMMENCEMENT OF WORK - FLAGGING. A. Contractor agrees to notify the Railroad Representative at least ten (10) working days in advance of Contractor commencing its work and at least ten (10) working days in advance of proposed performance of any work by Contractor in which any person or equipment will be within twenty-five (25) feet of any track, or will be near enough to any track that any equipment extension (such as, but not limited to, a crane boom) will reach to within twenty-five (25) feet of any track. No work of any kind shall be performed, and no person, equipment, machinery, tool(s), material(s), vehicle(s), or thing(s) shall be located, operated, placed, or stored within twenty-five (25) feet of any of Railroad's track(s) at any time, for any reason, unless and until a Railroad flagman is provided to watch for trains. Upon receipt of such ten (10) -day notice, the Railroad Representative will determine and inform Contractor whether a flagman need be present and whether Contractor needs to implement any special protective or safety measures. If flagging or other special protective or safety measures are performed by Railroad, Railroad will bill Contractor for such expenses incurred by Railroad, unless Railroad and a federal, state or local governmental entity have agreed that Railroad is to bill such expenses to the federal, state or local governmental entity. If Railroad will be sending the bills to Contractor, Contractor shall pay such bills within thirty (30) days of Contractor's receipt of billing. if Railroad performs any flagging, or other special protective or safety measures are performed by Railroad, Contractor agrees that Contractor is not relieved of any of its responsibilities or liabilities set forth in this Agreement. B. The rate of pay per hour for each flagman will be the prevailing hourly rate in effect for an eight-hour day for the class of flagmen used during regularly assigned hours and overtime in accordance with Labor Agreements and Schedules in effect at the time the work is performed. In addition to the cost of such labor, a composite charge for vacation, holiday, health and welfare, supplemental sickness, Railroad Retirement and unemployment compensation, supplemental pension, Employees Liability and Property Damage and Administration will be included, computed on actual payroll. The composite charge will be the prevailing composite charge in effect at the time the work is performed. One and one-half times the current hourly rate is paid for overtime, Saturdays and Sundays, and two and one-half times current hourly rate for holidays. Wage rates are subject to change, at any time, by law or by agreement between Railroad and its employees, and may be retroactive as a result of negotiations or a ruling of an authorized governmental agency. Additional charges on labor are also subject to change. If the wage rate or additional charges are changed, Contractor (or the governmental entity, as applicable) shall pay on the basis of the new rates and charges. C. Reimbursement to Railroad will be required covering the full eight-hour day during which any flagman is furnished, unless the flagman can be assigned to other Railroad work during a portion of such day, in which event reimbursement will not be required for the portion of the day during which the flagman is engaged in other Railroad work. Reimbursement will also be required for any day not actually worked by the flagman following the flagman's assignment to work on the project for which Railroad is required to pay the flagman and which could not reasonably be avoided by Railroad by assignment of such flagman to other work, even though Contractor may not be working during such time. When it becomes necessary for Railroad to bulletin and assign an employee to a flagging position in compliance with union collective bargaining agreements, Contractor must provide Railroad a minimum of five (5) days notice prior to the cessation of the need for a flagman. If five (5) days notice of cessation is not given, Contractor will still be required to pay flagging charges for the five (5) day notice period required by union agreement to be given to the employee, even though flagging is not required for that period. An additional ten (10) days notice must then be given to Railroad if flagging services are needed again after such five day cessation notice has been given to Railroad. Section Z. LIMITATION AND SUBORDINATION OF RIGHTS GRANTED A. The foregoing grant of right is subject and subordinate to the prior and continuing right and obligation of the Railroad to use and maintain its entire property including the right and power of Railroad to construct, maintain, repair, renew, use, operate, change, modify or relocate railroad tracks, roadways, signal, communication, fiber optics, or other wirelines, pipelines and other facilities upon, along or across any or all parts of its property, all or any of which may be freely done at any time or times by Railroad without liability to Contractor or to any other party for compensation or damages. B. The foregoing grant is also subject to all outstanding superior rights (including those in favor of licensees and lessees of Railroad's property, and others) and the right of Railroad to renew and extend the same, and is made without covenant of title or for quiet enjoyment. Section 3. NO INTERFERENCE WITH OPERATIONS OF RAILROAD AND ITS TENANTS. A. Contractor shall conduct its operations so as not to interfere with the continuous and uninterrupted use and operation of the railroad tracks and property of Railroad, including without limitation, the operations of Railroad's lessees, licensees or others, unless specifically authorized in advance by the Railroad Representative. Nothing shall be done or permitted to be done by Contractor at any time that would in any manner impair the safety of such operations. When not in use, Contractor's machinery and materials shall be kept at least fifty (50) feet from the centerline of Railroad's nearest track, and there shall be no vehicular crossings of Railroads tracks except at existing open public crossings. B. Operations of Railroad and work performed by Railroad personnel and delays in the work to be performed by Contractor caused by such railroad operations and work are expected by Contractor, and Contractor agrees that Railroad shall have no liability to Contractor, or any other person or entity for any such delays. The Contractor shall coordinate its activities with those of Railroad and third parties so as to avoid interference with railroad operations. The safe operation of Railroad train movements and other activities by Railroad takes precedence over any work to be performed by Contractor. Section 4. LIENS. Contractor shall pay in full all persons who perform labor or provide materials for the work to be performed by Contractor. Contractor shall not create, permit or suffer any mechanic's or materialmen's liens of any kind or nature to be created or enforced against any property of Railroad for any such work performed. Contractor shall indemnify and hold harmless Railroad from and against any and all liens, claims, demands, costs or expenses of whatsoever nature in any way connected with or growing out of such work done, labor performed, or materials furnished. If Contractor fails to promptly cause any lien to be released of record, Railroad may, at its election, discharge the lien or claim of lien at Contractor's expense. Section 5. PROTECTION OF FIBER OPTIC CABLE SYSTEMS. A. Fiber optic cable systems may be buried on Railroad's property. Protection of the fiber optic cable systems is of extreme importance since any break could disrupt service to users resulting in business interruption and loss of revenue and profits. Contractor shall telephone Railroad during normal business hours (7:00 a.m. to 9:00 p.m. Central Time, Monday through Friday, except holidays) at 1-800-336-9193 (also a 24-hour, 7 -day number for emergency calls) to determine if fiber optic cable is buried anywhere on Railroad's property to be used by Contractor. If it is, Contractor will telephone the telecommunications company(ies) involved, make arrangements for a cable locator and, if applicable, for relocation or other protection of the fiber optic cable. Contractor shall not commence any work until all such protection or relocation (if applicable) has been accomplished. B. In addition to other indemnity provisions in this Agreement, Contractor shall indemnify, defend and hold Railroad harmless from and against all costs, liability and expense whatsoever (including, without limitation, attorneys' fees, court costs and expenses) arising out of any act or omission of Contractor, its agents and/or employees, that causes or contributes to (1) any damage to or destruction of any telecommunications system on Railroad's property, and/or (2) any injury to or death of any person employed by or on behalf of any telecommunications company, and/or its contractor, agents and/or employees, on Railroad's property. Contractor shall not have or seek recourse against Railroad for any claim or cause of action for alleged loss of profits or revenue or loss of service or other consequential damage to a telecommunication company using Railroad's property or a customer or user of services of the fiber optic cable on Railroad's property. Section 6. PERMITS - COMPLIANCE WITH LAWS. In the prosecution of the work covered by this Agreement, Contractor shall secure any and all necessary permits and shall comply with all applicable federal, state and local laws, regulations and enactments affecting the work including, without limitation, all applicable Federal Railroad Administration regulations. Section 7. SAFETY. A. Safety of personnel, property, rail operations and the public is of paramount importance in the prosecution of the work performed by Contractor. Contractor shall be responsible for initiating, maintaining and supervising all safety, operations and programs in connection with the work. Contractor shall at a minimum comply with Railroad's safety standards listed in Exhibit D, hereto attached, to ensure uniformity with the safety standards followed by Railroad's own forces. As a part of Contractor's safety responsibilities, Contractor shall notify Railroad if Contractor determines that any of Railroad's safety standards are contrary to good safety practices. Contractor shall furnish copies of Exhibit D to each of its employees before they enter the job site. B. Without limitation of the provisions of paragraph A above, Contractor shall keep the job site free from safety and health hazards and ensure that its employees are competent and adequately trained in all safety and health aspects of the job. C. Contractor shall have proper first aid supplies available on the job site so that prompt first aid services may be provided to any person injured on the job site. Contractor shall promptly notify Railroad of any U.S. Occupational Safety and Health Administration reportable injuries. Contractor shall have a nondelegable duty to control its employees while they are on the job site or any other property of Railroad, and to be certain they do not use, be under the influence of, or have in their possession any alcoholic beverage, drug or other substance that may inhibit the safe performance of any work. D. If and when requested by Railroad, Contractor shall deliver to Railroad a copy of Contractor's safety plan for conducting the work (the "Safety Plan"). Railroad shall have the right, but not the obligation, to require Contractor to correct any deficiencies in the Safety Plan. The terms of this Agreement shall control if there are any inconsistencies between this Agreement and the Safety Plan. Section 8. INDEMNITY. A. To the extent not prohibited by applicable statute, Contractor shall indemnify, defend and hold harmless Railroad, its affiliates, and its and their officers, agents and employees ("Indemnified Parties") from and against any and all loss, damage, injury, liability, claim, demand, cost or expense (including, without limitation, attorney's, consultant's and expert's fees, and court costs), fine or penalty (collectively, "Loss") incurred by any person (including, without limitation, any Indemnified Party, Contractor, or any employee of Contractor or of any Indemnified Party) arising out of or in any manner connected with (i) any work performed by Contractor, or (ii) any act or omission of Contractor, its officers, agents or employees, or (iii) any breach of this agreement by Contractor. B. The right to indemnity under this Section 8 shall accrue upon occurrence of the event giving rise to the Loss, and shall apply regardless of any negligence or strict liability of any Indemnified Party, except where the Loss is caused by the sole active negligence of an Indemnified Party as established by the final judgment of a court of competent jurisdiction. The sole active negligence of any Indemnified Party shall not bar the recovery of any other Indemnified Party. C. Contractor expressly and specifically assumes potential liability under this Section 8 for claims or actions brought by Contractor's own employees. Contractor waives any immunity it may have under worker's compensation or industrial insurance acts to indemnify Railroad under this Section 8. Contractor acknowledges that this waiver was mutually negotiated by the parties hereto. D. No court or jury findings in any employee's suit pursuant to any worker's compensation act or the Federal Employers' Liability Act against a party to this Agreement may be relied upon or used by Contractor in any attempt to assert liability against Railroad. E. The provisions of this Section 8 shall survive the completion of any work performed by Contractor or the termination or expiration of this Agreement. In no event shall this Section 8 or any other provision of this Agreement be deemed to limit any liability Contractor may have to any Indemnified Party by statute or under common law. Section 9. RESTORATION OF PROPERTY. In the event Railroad authorizes Contractor to take down any fence of Railroad or in any manner move or disturb any of the other property of Railroad in connection with the work to be performed by Contractor, then in that event Contractor shall, as soon as possible and at Contractor's sole expense, restore such fence and other property to the same condition as the same were in before such fence was taken down or such other property was moved or disturbed. Contractor shall remove all of Contractor's tools, equipment, rubbish and other materials from Railroad's property promptly upon completion of the work, restoring Railroad's property to the same state and condition as when Contractor entered thereon. Section 10. WAIVER OF DEFAULT. Waiver by Railroad of any breach or default of any condition, covenant or agreement herein contained to be kept, observed and performed by Contractor shall in no way impair the right of Railroad to avail itself of any remedy for any subsequent breach or default. Section 11. MODIFICATION - ENTIRE AGREEMENT. No modification of this Agreement shall be effective unless made in writing and signed by Contractor and Railroad. This Agreement and the exhibits attached hereto and made a part hereof constitute the entire understanding between Contractor and Railroad and cancel and supersede any prior negotiations, understandings or agreements, whether written or oral, with respect to the work to be performed by Contractor. Section 12. ASSIGNMENT - SUBCONTRACTING. Contractor shall not assign or subcontract this Agreement, or any interest therein, without the written consent of the Railroad. Contractor shall be responsible for the acts and omissions of all subcontractors, and shall require all subcontractors to maintain the insurance coverage required to be maintained by Contractor as provided in this Agreement, and to indemnify Contractor and Railroad to the same extent as Railroad is indemnified by Contractor under this Agreement. Form Approved, AVP-Lmr 08/24/06 EXHIBIT C TO CONTRACTOR'S RIGHT OF ENTRY AGREEMENT Union Pacific Railroad Company Insurance Provisions For Contractor's Right of Entry Agreement Contractor shall, at its sole cost and expense, procure and maintain during the course of the Project and until all Project work on Railroad's property has been completed and the Contractor has removed all equipment and materials from the Railroad's property and has cleaned and restored Railroad's property to Railroad's satisfaction, the insurance coverage listed below. Before commencing any work, the Contractor will provide the Railroad with a Certificate issued by its insurance carrier providing the insurance coverage required pursuant to the Exhibit C of this Agreement in a policy which contains the following type of endorsement: "Union Pacific Railroad Company is named as additional insured with respect to all liabilities arising out of Insureds, as Licensee, performance of any work on the property of the Railroad." A. Commercial General Liability insurance. Commercial general liability (CGL) with a limit of not less than $2,000,000 each occurrence and an aggregate limit of not less than $4,000,000. CGL insurance must be written on ISO occurrence form CG 00 01 12 04 (or a substitute form providing equivalent coverage). The policy must also contain the following endorsement, which must be stated on the certificate of insurance: • Contractual Liability Railroads ISO form CG 24 17 10 01 (or a substitute form providing equivalent coverage) showing "Union Pacific Railroad Company Property" as the Designated Job Site. B. Business Automobile Coverase insurance. Business auto coverage written on ISO form CA 00 01 (or a substitute form providing equivalent liability coverage) with a combined single limit of not less $2,000,000 for each accident. The policy must contain the following endorsements, which must be stated on the certificate of insurance: • Coverage For Certain Operations In Connection With Railroads ISO form CA 20 70 10 01 (or substitute form providing equivalent coverage) showing "Union Pacific Property" as the Designated Job Site. • Motor Carrier Act Endorsement — Hazardous materials clean up (MCS -90) if required by law. C. Workers Compensation and Employers Liability insurance. Coverage must include but not be limited to: • Contractor's statutory liability under the workers' compensation laws of the state(s) affected by this Agreement. • Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 disease policy limit $500,000 each employee. If Contractor is self-insured, evidence of state approval and excel workers compensation coverage must be provided. Coverage must include liability arising out of the U.S. Longshoremen's and Harbor Workers' Act, the Jones Act, and the Outer Continental Shelf Land Act, if applicable. The policy must contain the following endorsement, which must be stated on the certificate of insurance: Alternate Employer endorsement ISO form WC 00 03 01 A (or a substitute form providing equivalent coverage) showing Railroad in the schedule as the alternate employer (or a substitute form providing equivalent coverage). D. Railroad Protective Liability insurance. Contractor must maintain Railroad Protective Liability insurance written on ISO occurrence form CG 00 35 12 04 (or a substitute form providing equivalent coverage) on behalf of Railroad as named insured, with a limit of not less than $2,000,000 per occurrence and an aggregate of $6,000,000. A binder stating the policy is in place must be submitted to Railroad before the work may be commenced and until the original policy is forwarded to Railroad. E. Umbrella or Excess insurance. If Contractor utilizes umbrella or excess policies, these policies must "follow form" and afford no less coverage than the primary policy. F. Pollution Liability insurance. Pollution Liability coverage must be included when the scope of the work as defined in the Agreement includes installation, temporary storage, or disposal of any "hazardous" material that is injurious in or upon land, the atmosphere, or any watercourses; or may cause bodily injury at any time. Pollution liability coverage must be written on ISO form Pollution Liability Coverage Form Designated Sites CG 00 39 12 04 (or a substitute form providing equivalent liability coverage), with limits of at least $5,000,000 per occurrence and an aggregate limit of $10,000,000. If the scope of work as defined in this Agreement includes the disposal of any hazardous or non- hazardous materials from the job site, Contractor must furnish to Railroad evidence of pollution legal liability insurance maintained by the disposal site operator for losses arising form the insured facility accepting the materials, with coverage in minimum amounts of $1,000,000 per loss, and an annual aggregate of $2,000,000. Other Requirements G. All policy(ies) required above (except worker's compensation and employers liability) must include Railroad as "Additional Insured" using ISO Additional Insured Endorsements CG 20 26, and CA 20 48 (or substitute forms providing equivalent coverage). The coverage provided to Railroad as additional insured shall, to the extent provided under ISO Additional Insured Endorsement CG 20 26, and CA 20 48 provide coverage for Railroad's negligence whether sole or partial, active or passive, and shall not be limited by Contractor's liability under the indemnity provisions of this Agreement. H. Punitive damages exclusion, if any, must be deleted (and the deletion indicated on the certificate of insurance), unless the law governing this Agreement prohibits all punitive damages that might arise under this Agreement. I. Contractor waives all rights of recovery, and its insurers also waive all rights of subrogation of damages against Railroad and its agents, officers, directors and employees. This waiver must be stated on the certificate of insurance. J. Prior to commencing the work, Contractor shall furnish Railroad with a certificate(s) of insurance, executed by a duly authorized representative of each insurer, showing compliance with the insurance requirements in this Agreement. K. All insurance policies must be written by a reputable insurance company acceptable to Railroad or with a current Best's Insurance Guide Rating of A- and Class VII or better, and authorized to do business in the state(s) in which the work is to be performed. L. The fact that insurance is obtained by Contractor or by Railroad on behalf of Contractor will not be deemed to release or diminish the liability of Contractor, including, without limitation, liability under the indemnity provisions of this Agreement. Damages recoverable by Railroad from Contractor or any third party will not be limited by the amount of the required insurance coverage. Form Approved, AVP -Law 07/25/06 EXHIBIT D TO CONTRACTOR'S RIGHT OF ENTRY AGREEMENT MINIMUM SAFETY REQUIREMENTS The term "employees" as used herein refer to all employees of Contractor as well as all employees of any subcontractor or agent of Contractor. I. Clothing A. All employees of Contractor will be suitably dressed to perform their duties safely and in a manner that will not interfere with their vision, hearing, or free use of their hands or feet. Specifically, Contractor's employees must wear: (i) Waist -length shirts with sleeves. (ii) Trousers that cover the entire leg. If flare -legged trousers are worn, the trouser bottoms must be tied to prevent catching. (iii) Footwear that covers their ankles and has a defined heel. Employees working on bridges are required to wear safety -toed footwear that conforms to the American National Standards Institute (ANSI) and FRA footwear requirements. B. Employees shall not wear boots (other than work boots), sandals, canvas -type shoes, or other shoes that have thin soles or heels that are higher than normal. C. Employees must not wear loose or ragged clothing, neckties, finger rings, or other loose jewelry while operating or working on machinery. H. Personal Protective Equipment Contractor shall require its employees to wear personal protective equipment as specified by Railroad rules, regulations, or recommended or requested by the Railroad Representative. (i) Hard hat that meets the American National Standard (ANSI) Z89.1 — latest revision. Hard hats should be affixed with Contractor's company logo or name. (ii) Eye protection that meets American National Standard (ANSI) for occupational and educational eye and face protection, Z87.1 — latest revision. Additional eye protection must be provided to meet specific job situations such as welding, grinding, etc. (iii) Hearing protection, which affords enough attenuation to give protection from noise levels that will be occurring on the job site. Hearing protection, in the form of plugs or muffs, must be worn when employees are within: 100 feet of a locomotive or roadway/work equipment 15 feet of power operated tools 150 feet of jet blowers or pile drivers 150 feet of retarders in use (when within 10 feet, employees must wear dual ear protection — plugs and muffs) (iv) Other types of personal protective equipment, such as respirators, fall protection equipment, and face shields, must be worn as recommended or requested by the Railroad Representative. III. On Track Safety Contractor is responsible for compliance with the Federal Railroad Administration's Roadway Worker Protection regulations — 49CFR214, Subpart C and Railroad's On -Track Safety rules. Under 49CFR214, Subpart C, railroad contractors are responsible for the training of their employees on such regulations. In addition to the instructions contained in Roadway Worker Protection regulations, all employees must: (i) Maintain a distance of twenty-five (25) feet to any track unless the Railroad Representative is present to authorize movements. (ii) Wear an orange, reflectorized workwear approved by the Railroad Representative. (iii) Participate in a job briefing that will specify the type of On -Track Safety for the type of work being performed. Contractor must take special note of limits of track authority, which tracks may or may not be fouled, and clearing the track. Contractor will also receive special instructions relating to the work zone around machines and minimum distances between machines while working or traveling. IV. Equipment A. It is the responsibility of Contractor to ensure that all equipment is in a safe condition to operate. If, in the opinion of the Railroad Representative, any of Contractor's equipment is unsafe for use, Contractor shall remove such equipment from Railroad's property. In addition, Contractor must ensure that the operators of all equipment are properly trained and competent in the safe operation of the equipment. In addition, operators must be: Familiar and comply with Railroad's rules on lockout/tagout of equipment. Trained in and comply with the applicable operating rules if operating any by -rail equipment on -track. Trained in and comply with the applicable air brake rules if operating any equipment that moves rail cars or any other railbound equipment. B. All self-propelled equipment must be equipped with a first-aid kit, fire extinguisher, and audible back-up warning device. C. Unless otherwise authorized by the Railroad Representative, all equipment must be parked a minimum of twenty-five (25) feet from any track. Before leaving any equipment unattended, the operator must stop the engine and properly secure the equipment against movement. D. Cranes must be equipped with three orange cones that will be used to mark the working area of the crane and the minimum clearances to overhead powerlines. V. General Safety Requirements A. Contractor shall ensure that all waste is properly disposed of in accordance with applicable federal and state regulations. B. Contractor shall ensure that all employees participate in and comply with a job briefing conducted by the Railroad Representative, if applicable. During this briefing, the Railroad Representative will specify safe work procedures, (including On -Track Safety) and the potential hazards of the job. If any employee has any questions or concerns about the work, the employee must voice them during the job briefing. Additional job briefings will be conducted during the work as conditions, work procedures, or personnel change. C. All track work performed by Contractor meets the minimum safety requirements established by the Federal Railroad Administration's Track Safety Standards 49CFR213. D. All employees comply with the following safety procedures when working around any railroad track: (i) Always be on the alert for moving equipment. Employees must always expect movement on any track, at any time, in either direction. (ii) Do not step or walk on the top of the rail, frog, switches, guard rails, or other track components. (iii) In passing around the ends of standing cars, engines, roadway machines or work equipment, leave at least 20 feet between yourself and the end of the equipment. Do not go between pieces of equipment of the opening is less than one car length (50 feet). (iv) Avoid walking or standing on a track unless so authorized by the employee in charge. (v) Before stepping over or crossing tracks, look in both directions first. (vi) Do not sit on, lie under, or cross between cars except as required in the performance of your duties and only when track and equipment have been protected against movement. E. All employees must comply with all federal and state regulations concerning workplace safety. Exhibit E. GUIDELINES FOR ABANDONMENT & REMOVAL OF SUBSURFACE STRUCTURES ON UNION PACIFIC RAILROAD RIGHT-OF-WAY For pipelines, tunnels and other similar structures that are scheduled for abandonment or removal on the Union Pacific Railroad right-of-way, the following guidelines apply. Abandonment Procedures A. Hazardous material testing & notification Prior to either removal or abandon in-place of existing Facilities, testing for ACM, PACM, LBP and PCBs shall be completed and the results reported to the Railroad. i. ACM or PACM- Asbestos Containing Materials or Presumed Asbestos Containing Materials ii. LBP - Lead Based Paint iii. PCBs - PolyChlorinated Biphenyls The Railroad may require removal or consider abandon in-place of the existing Facilities upon review of the testing results. B. Removal 1. At the time of abandonment, Facilities within Zone B shall be removed at the cost of the owner. See Figure 2-1 for Zone identification. 2. The following additional Zone requirements apply. i. Zone A -Designed shoring systems are required per Section 3. Track & ground monitoring is required per Section 2. ii. Zone B - Sloped or stepped excavations are acceptable. C. Abandon in-place 1. The Facility shall be filled with CLSM (Controlled Low -Strength Material). This process is designed to help avoid future subsidence as the line deteriorates after abandonment. The use of low strength CLSM also allows the future removal of CLSM at a later date if deemed necessary. 2. CLSM Design i. The CLSM material shall have an unconfined compressive strength 300psi. This provides strength while allowing future removal if necessary. ii. The mixture shall consist of water, Portland cement, fly ash, and sound fine or coarse aggregate or both. iii. The mix design shall allow adequate flowability without segregation of aggregates. iv. Hardening time is of prime importance and CLSM should develop 50psi in about one hour. v. The maximum layer of thicknessfor CLSM shall be 3 feel. vi. Additional layers shall not be placed until the CLSM has lost sufficient moisture. vii. For pipelines or structures with a depth greater than 3 feet, CLSM shall be placed in lifts. viii. Contractor should verb no voids will be present after filling the structure. IX . Access to fill pipelines shall be from off the UPRR right -of --way if possible. lj excavation is required for the fill procedure, excavations shall meet requirements in Section 3. 2. Track and Ground Monitorine A. General track and ground monitoring requirements 1. General requirement i. Temporary lighting may also be required by the Railroad to idents tripping hazards to train crewmen and other Railroad personnel. ii. Any excavation, holes or trenches on the Railroad property shall be covered, guarded and/or protected. Handrails, fence, or other barrier methods must meet OSHA and FRA requirements. 2. Track and ground monitoring are required as follows: i. For crossings with pipe diameter and depth (below base of rail) as shown below in Table 2-1. ii. For shoring within Zone A of any track, as shown below in Figure 2-1. iii. Additional monitoring may be required by the Railroad on a case by case basis. 3. Monitoring schedule i. Monitoring shall commence once any construction activity is within Zone A. See Hgure 2-1. ii. Monitoring shall continue, after installation is complete, for 7 days or as required by the Railroad. • For large and/or shallow pipeline installations monitoring may be required for up to 30 days. Table 2-1 Figure 2-1 Track 15'-0" Excavation Permitted No Excavation Sanple Base of Rail Excavation Ground Line 2 4' 6' 8' 10' 12' 14' 16' 18' 20' 22' 24' 26' 28 30' 32 34' 36' 38' 40' 42' 44' 46' 48' 50' 0' 2-1 CO 4. ZONE B N No Excovotior ZONE A 0' 2. 14' 16' 18' B. Track Monitoring 1. Track Deflection Limits The top of rail shall not permanently deflect more than 114 inch vertical or horizontal. 2. Targets i. Track monitoring shall not require track access other than to place the track monitoring targets. ii. Monitoring targets should be placed such that monitoring is possible when a train is present. However, monitoring during the passing of a train is not required as the train will temporarily deflect the track. iii. Adhesive backed reflective targets may be attached to the side of the rail temporarily. Targets should be removed once monitoring phase is complete. Monitoring Plan i. /f the top of rail does deflect more than 1/4 inch, all operations shall stop until the matter is resolved. ii. Provide established contingency plan, See Section 2.D, in the event ofground loss and/or the rail deviates '/, inch vertical or horizontal. iii. Establish a bench mark in the vicinity of the construction. Establish locations for shooting elevations on the top of rail at each area of construction. a. Example locations for shooting rail elevations would be at: - At the centerline of an under track crossing. - At both outside edges of the crossing. ie. For a wide excavation. - At multiple locations from the crossing/excavation edge but no less than 10, 20, 30, 40 and 50 feet from the crossing. iv. Monitoring shall be continuous and recorded in afield log book dedicated for this purpose. Copies of these field log entries can be made available to all concerned parties upon request at any time during construction. C. Ground Monitoring 1. Provide means for monitoring ground settlement. Submit monitoring plan for Railroad review. 2. Ground monitoring points should be in alignment above the proposed construction activities. D. Contingency Plans I . The Contractor shall supply Contingency Plan(s), which anticipate reaching the Threshold and Shutdown values, for all construction activities which may result in horizontal and/or vertical track deflection. i. Track monitoring values: a. Threshold value = 1/8 inch permanent vertical or horizontal deflection b. Shutdown value = 1/4 inch permanent vertical or horizontal deflection 2. The Contingency Plans shall provide means and methods, with options if necessary. 3. The Contractor should anticipate the need to implement each Contingency Plan with required materials, equipment and personnel. i. Once the Threshold value is met, the contractor shall determine the appropriate Contingency Plan(s) and immediately discuss this plan with, and receive approval confirmation from, the Railroad. ii. Once the Shutdown value is exceeded all project work shall stop and the chosen Contingency Plan .shall commence. r a. The Railroad may choose to allow and/or require the immediate implementation of specific approved Contingency Plans, submitted by the Contractor, once the Shutdown value is exceeded. 3. Excavation Requirements A. Shoring Design I . For temporary earth retention design requirements on the Right -of -Way, see the Guidelines for Temporary Shoring. hftp://www.up.com/real—estate/roadxing/industryfindex.htm B. Excavation Safety 1. Guardrails Guardrails shall be provided to surround unattended excavations on Railroad Right -of -Way per OSHA Standard Number 1926.502 as follows: a. The guardrail height shall be at least 42 inches above the walking surface. b. The smallest dimension for openings in the guardrail shall be no greater than 19 inches. C. Guardrail systems shall be capable of withstanding, without failure, a force of at least 200 pounds applied within 2 inches of the top edge, in any outward or downward direction, at any point along the top edge of the guardrail.