Loading...
HomeMy WebLinkAboutContract 48783 56 ;7? EXECUTED a MAR _62011 FORTWORTH CITY OP FORCwORIMR 68L 95 �� ti PROJECT MANUAL FOR THE CONSTRUCTION OF NOR THSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2—PART I City Project No. 02304 Betsy Price David Cooke Mayor City Manager John Robert Carman Director, Water Department DOCUMENTS ISSUED FOR CONSTRUCTION These "Issued for Construction" Contract Documents have been prepared by revising the Bidding Documents to record references to addenda, field orders or change orders issued as of December 23, 2016. The Bidding Documents may have been revised to incorporate these revisions directly into the"Issued for Construction"Contract Documents. Contractor is responsible for determining that these documents are consistent with their understanding of the Bidding Documents as modified perthe appropriate provisions of the Contract Documents, The Bidding Documents,as modified per the appropriate provisions of the Contract Documents,take precedence over these"Issued for Construction" documents. Prepared for The City of Fort Worth WATER DEPARTMENT November 2016 PREPARED BY: FREESE AND NICHOLS, INC. 4055 INTERNATIONAL PLAZA SUITE 200 FORT WORTH,TEXAS 76109 TEXAS REGISTERED ENGINEERING FIRM F-2144 91612MICHOLS ` FTWI4497 :;;: Lft�Tx NOR THSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2—PART 1 UNIT I November 2016 THE SEAL THAT ORIGINALLY APPEARED ON THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY THIS DOCUMENT WAS AUTHORIZED BY RUSSEL GIBSON, P.E.,TEXAS NO. 61883 ON OLIVIA KERSS, P.E., TEXAS NO. 120089 ON NOVEMBER 16, 2016. FREESE AND NOVEMBER 16, 2016. FREESE AND NICHOLS, INC. TEXAS REGISTERED NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE UNDER THE TEXAS ENGINEERING PRACTICE ACT. ACT. THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY DANIEL STOUTENBURG, JR., P.E., TEXAS NO. 99271 ON NOVEMBER 16, 2016. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. FREESE AND NICHOLS, INC. 4055 INTERNATIONAL PLAZA SUITE 200 FORT WORTH, TEXAS 76109 TEXAS REGISTERED ENGINEERING FIRM F-2144 FREESE FTW14497 Northside II 48-Inch Water Transmission Main, Phase 2 — Part 1 November 2016 THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY JENIFER TATUM, P.E., TEXAS NO. 87915 ON NOVEMBER 14, 2016. KIMLEY-HORN AND ASSOCIATES, INC. TEXAS REGISTERED Jenifer Tatum, P.E. ENGINEERING FIRM F- 928. ALTERATION Kimley-Horn and Associates, Inc. OF A SEALED DOCUMENT WITHOUT TBPE Reg #F-928 PROPER NOTIFICATION OF THE 801 Cherry Street, Unit 1 1 RESPONSIBLE ENGINEER IS AN OFFENSE Suite 950 UNDER THE TEXAS ENGINEERING PRACTICE ACT. Fort Worth, TX 76102 For Cultural District/Will Rogers Water Line Improvements, Part 5.5 — Darnell St. 36" Water Line NOR THSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2-PART I UNIT III November 2016 THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY DONALD P. LANGE, P.E., TEXAS NO. 86304 ON NOVEMBER 14, 2016. BROWN AND GAY ENGINEERS, INC. TEXAS REGISTERED ENGINEERING FIRM F-1046. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. BGE, Inc. 500 West 7th St,Suite 1800,Fort Worth,TX 76102 Tel:817-887-6130 s www.bgeinc.com - TBPE Re0*911on No.F-1046 FORTWORTH. City of Fort Worth Standard Construction Specification Documents Adopted September?0l 1 00 00 00- I S I ANDARD C'ONS'lRUC'IION SPECIFICA'I ION DOCUMENTS Page I of 5 000, SECTION 00 00 00 TABLE OF CONTENTS 1 Division 00-General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 0043 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 0045 26 Contractor Compliance with Workers'Compensation Law 0045 40 Minority Business Enterprise Goal 0045-44 Small Business EHte-pfise !`_eal 00 5243 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 11 00 Summary of Work 01 25 00 Substitution Procedures 01 3l 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 7423 Cleaning 01 77 19 Closeout Requirements CITY OF FORT WORTH Northside II 4S-Inch Water Transmission.thin, Phase 2- Part I STANDARD CONSTRUCTION SPECIFICA PION DOCUMENTS Citi.Project Number:02304 Revised February 2,2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 31 -Earthwork 31 3701 Articulated Concrete Cable Mat Division 33- Utilities 3301 31 Closed Circuit Television(CCTV)Inspection 33 04 10 Joint Bonding and Electrical Isolation 3304 12 Magnesium Anode Cathodic Protection System 33 04 40 Cleaning and Acceptance Testing of Water Mains 3305 10 Utility Trench Excavation,Embedment,and Backfill 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 30 Location of Existing Utilities 33 11 10 Ductile Iron Pipe 33 11 13 Concrete Pressure Pipe,Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 1230 Combination Air Valve Assemblies for Potable Water System Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps_//proj ectpoint.buzzsaw.com/cl ient/fortworthgov/Resources/02%20- %20Construction%2ODocuments/Specifications Division 02-Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03-Concrete 03 30 00 Cast-In-Place Concrete 0334 13 Controlled Low Strength Material(CLSM) 0334 16 Concrete Base Material for Trench Repair Division 26-Electrical 26 A3 AA Gee.. •'�— k Results&F Eleetr-ieal 2605 10 Demolition fef Eleetr-ieal Systems 260533 Raeeways and Be)ies for-Eleetfieal Systems Division 31 -Earthwork 31 1000 Site Clearing CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised February 2,2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 3123 16 Une-lassi€ied Emeavation 3123 23 Borrow 31 2400 Embankments 31 25 00 Erosion and Sediment Control 31 3600 Gable is 3i 37 00 Ripr-ap Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 1129 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 11 37 Liquid Treated Soil Stabilizer 32 12 16 Asphalt Paving 32 1273 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 1416 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 32 1725 Curb Address Painting 3231 13 Chain Fences and Gates 3231 26 Wire Fences and Gates 3231 29 Wood Fences and Gates 32 32—i3 Celt i Dl..ee re« ..ete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding,and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 0i 3i Closed Qr-euit Television(CCTAI) inspeetion 33 04 10 joint Bending and Eleet«:e,.l lsel, ie« 3304 11 Corrosion Control Test Stations 33-04 12 M.,gnes:,,... Ane,le G ti.edie n..eteetion Syste,,, 33 04 30 Temporary Water Services 33 04 40 Cleaning and Aeeeptanee Testing of Wa4er-Mains 33 04 50 Cleaning of Sewer Mains 3305 40 Utility T-r-eneh Exeavation,Embedment, and Baelal 33 05 12 Water Line Lowering 3305 13 Frame, Cover and Grade Rings 33 05 14 Adjusting Manholes, Inlets,Valve Boxes,and Other Structures to Grade 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 20 Auger Boring 33 05 2i T,,.+.+el Liner-e«Pl.,te CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised February 2,2016 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 330522 Stool rinsing Xpe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 11 05 Bolts,Nuts,and Gaskets 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 33 12 10 Water Services 1-inch to 2-inch 33 12 11 Large Water Meters 33 1220 Resilient Seated Gate Valve 33 1221 AWWA Rubber-Seated Butterfly Valves 33 1225 Connection to Existing Water Mains 33-i2 30 C-A- .ti,:m,.fien Ai.Valve As .,,Wies fer.Pet-ah-le 1xI.,tef Systems 33 1240 Fire Hydrants 33 1250 Water Sample Stations 33 1260 Standard Blow-off Valve Assembly 33 3i i5 High Defisi�,Polyethylene(14DPE)Pipe fer-Sanitai:ySewe 3331 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 33 3i 2i Pei)-v4*4 Ghler-ide(PVC)Closed Profile Crm,.4y Safiitai-y Sewer-41i" AIN 33 3i 22 Sanitaryryy SoWer-Slip bining 33 31 50 Sanitary Sewer Service Connections and Service Line 33 3i 70 Cembinatien Air-Valve&f Sanitafy Sewer-For-ee M 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 3940 U41,40-A'AH-1tef Aeoess Chamber-(W-AC) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 41 12 Reinfer-eed Pelyethlene(SRPE)Pipe 33 4600 Subdr-ainage 33 4602 T e14eh Dfatl4s 3349 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34-Transportation 34 41 10 T-r-affie Signfds 34 44 10.01 Attaekinent A Eenttfollef Cabine 34 41 10.02 Attaehment B t fol e..Speei fi...tio 3141 10.03 Attaehment C Se€twafe Speeifieatkm 14 41 11 CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised February 2,2016 000000-5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 34 41 13 Reffieving T-Faffie Signals -- Reeta-agular-Rapid Flashing Beaeo 34 41 20 Roadway 111tHnination Assemblies 34 41 20.01 After-ial LED Readway bominaiFes 34 4120.03 Residential LED Roadway Luminakess 3 4130 Alumiawn Signs 3471 13 Traffic Control Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GG 4.06 14a�ffdetts gnvir-eameR4a!Condition 4 Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GG 6.24 Nefidiser-iffliflation GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised February 2,2016 0005 10- 1 MAYOR AND COUNCIL COMMUNICA"CION(M&C) Page I of I 1 SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION CITY OF FORT WOR'l FI N'orrth.vi(te II48-Inch if�ite)•Tr•unsrnission.Vfczin,Plicise 2 Purl, STANDARD CONSTRUCTION SPFC'IFIC'AIION DOCUMI:N I'S City ProjectNumber. 02304 Revised July 1,2011 0005 15- I ADDF,NDA Page I of I 1 SECTION 00 05 15 2 ADDENDA 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION CITY OF FORT WORTI I V,)rth.vide II 4,N-Inch ll'u[er Transmi.vsion,!fain. Phase 2 Part/ STANDARD CONSTRUCTION SPECIFICATION DOCUMFNfS Clic Project Number.02304 Revised July I,2011 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 2/7/2017 - Ordinance No. 22596-02-2017, 22597-02-2017 & Resolution No. 4741-02-2017 DATE: Tuesday, February 7, 2017 REFERENCE NO.: C-28106 LOG NAME: 60NSII48WPH2P1-SJLOUIS SUBJECT: Authorize Execution of a Contract with S.J. Louis Construction of Texas, Ltd., in the Amount of $9,882,130.00 for Northside II Forty-Eight Inch Water Main Phase II, Part 1 from Heritage Trace Parkway/Harmon Road Intersection to Wagley Robertson Road, Provide for Project Costs, Testing and Contingencies for Part 1 for a Total Project Amount of$10,958,030.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinances (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached resolution expressing official Intent to Reimburse expenditures with proceeds of future debt for entire the Northside II 48-inch Water Main Phase II, Part 1 Project; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer DPN Fund in the amount of$10,948,030.00; 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Fund in the amount of$10,000.00; and 4. Authorize the execution of a contract with S.J. Louis Construction of Texas, Ltd., in the amount of $9,882,130.00 for the Northside II 48-inch Water Main Phase II, Part 1. DISCUSSION: On December 9, 2014, Mayor and Council Communication, (M&C C-27124)the City Council authorized an Engineering Agreement with Freese & Nichols, Inc., for the preparation of plans and specifications for Northside II 48-inch Water Main Phase II, from Heritage Trace Parkway to Longhorn Road. The proposed water main will increase water delivery and reliability to the Northside II pressure plane. In order to expedite construction, the Phase II project was divided into the following three parts: • Part 1, 48-inch water main from Heritage Trace Parkway/Harmon Road Intersection to Wagley Robertson Road. This project will also allow for the installation of a 36-inch water main on Darnell Street form Van Cliburn Way to North University Drive and eight-inch sanitary sewer main along Keller Hicks from 3230 Keller Hicks Road west 900 feet. . Part 2, 48-inch water main from Wagley Robertson Road to Parkview Hills Lane. (Under Construction) . Part 3, 48-inch water main from Parkview Hills Lane to Longhorn Road. (Under Construction) Logname: 60NSII48WPH2P1-SJL0UIS Page 1 of 4 This project, Part 1, was advertised for bids on November 17, 2016 and November 24, 2016 in the Fort Worth Star-Telegram. On December 15, 2016 the following bids were received: Bidder Amount Time of Completion S.J. Louis Construction of Texas, Ltd. F$9,882,130.00 620 Calendar Days Thalle Construction Company, Inc. $9,939,936.53 William J. Shultz, Inc. d/b/a Circle C $g 882,016.00 Construction Company [ 1 KAJACS Construction, Inc. $10,454,175.00 Oscar Renda Contracting, Inc. $11,412,480.00 Jackson Construction, Ltd. $14,361,702.00 In addition to the contract cost, $556,700.00 (Water: $452,000; Sewer: $104,700.00) is required for project management, material testing and inspection and $519,200.00 (Water: $474,900; Sewer: $44,300.00) is provided for project contingency. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Direct Purchase Note (DPN) Program will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one- percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short- term financing source, another funding source will be required, which could mean issuance of securities under the DPN Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. The City Council adopted the Water Department's Fiscal Year 2016-2020 Five Year Capital Improvement Plan on February 2, 2016, Mayor and Council Communication (M&C G-18662). This City Council adopted plan includes this specific project, with funding identified through the DPN program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statement, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax- exempt bond proceeds. Construction is anticipated to commence in April 2017 with a contract time of 620 calendar days, the project is estimated to be complete by the end of December 2018. The total amount for the Northside II 48-Inch Water Main Phase II project is $32,758,846.00 This project will have no impact on the Water Department's Operating Budget when complete. M/WBE OFFICE - S.J. Louis Construction of Texas, Ltd., is in compliance with City's BDE Ordinance by committing to nine percent MBE participation. The City's MBE goal on this project is nine percent. Logname: 60NSI148WPH2P1-SJL0UIS Page 2 of The project is located in COUNCIL DISTRICT 7, Mapsco 20X, 20Z, 21W, 22J, 22K, 33D, 3413, 34E and 76A. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance funds will be available in the Water/Sewer DPN Fund and the Water Capital Fund for the Northside II 48-inch Water Main, Phase II, and Part I Improvement Project. The Fiscal Year 2017 water Operating Fund budget includes appropriations of$21,060,000.00 for the purpose of providing Pay-As-You-Go funding for water capital projects. After this transfer for Fiscal Year 2017, the balance will be $15,912,232.00. Appropriations for the Northside II 48-inch Water Main, Phase II Improvement Project are as depicted in the table below Existing Additional Fund Appropriations Appropriations Project Total* Water & Sewer Bond $1,680,500.00 $0.00 $1,680,500.00 2015A Fund - 56007 Water & Sewer DPN $20,108,711.00 $10,948,030.00 $31,056,741.00 Fund - 56011 Water Capital $21,605.00 $10,000.00 $31,605.00 Fund 59601 Project $21,810,816.00 $10,958,030.00 [$32,768,846.00 Total * Numbers rounded for presentation purposes. FUND IDENTIFIERS (FIDs): TO Fund Departmentccoun Project Program ctivity Budget Reference # mountl ID 1A ID Year Chartfield 2 FROM Fund Departmentccoun Project Program ctivity Budget Reference # moun ID 1A ID Year Chartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: John Carman (8246) Additional Information Contact: Roberto Sauceda (2387) Logname: 60NSII48WPH2P1-SJL0LTIS Page 3 of 4 ATTACHMENTS 1. 60NS1148WPH2PI SJLOUIS Compliance Memo.pdf (CFW Internal) 2. 60NS1148WPH2Pl SJLOUIS FIDs Table.pdf (CFW Internal) 3. 60NSII48WPH2P1 SJLOUIS Form 1295.pdf (Public) 4. 60NS1148WPH2P1 SJLOUIS Map01.pdf (Public) 5. 60NS1I48WPH2P1 SJLOUIS Map02.pdf (Public) 6. 60NSII48WPH2P1 SJLOUIS Map03.pdf (Public) 7. 60NSI148WPH2P`1-SJLOUIS WATER CAPITAL FUND 59601 A017.docx (Public) 8. 60NS1I48WPH2P1-SJLOUIS WATER SEWER DPN FUND 56011 A017R.docx (Public) 9. 60NS1148WPHII-SJLOUIS- REIMB RESOLUTION.doc (Public) 10. SAM SJLouis Construction of Texas Ltd.pdf (CFW Internal) Logname: 60NSII48WPH2PI-SJLOUIS Page 4 of 4 00 05 15.01-1 ADDENDUM No. 1 Page 1 of 3 CITY OF FORT WORTH NORTHSIDE 11 48"WATER TRANSMISSION MAIN PHASE 2 - PART 1 _�P�E OF m TFII, "s1 * m®* 0 %m*m®mommmmmmmmmmmmmmme®m® O'DANIEL STOUTENBURG, JR i City Project No. 02304 mmmmmm®mmmmmmmmmmmm®®®®®mm DOE No. 7344 /�j�@99271 m°�Q�% �I ®®®�acEN5E�0 ADDENDUM NO. 1 ,I41 IONALm December 9,2016 ,������� 12/09/2016 4:10:24 PM FREESE AND NICHOLS, INC. Bid Time: Thursday, December 15, 2016, 1:30 P.M. CST. TEXAS REGISTERED ENGINEERING FIRM 00 05 15.01 ADDENDUM NUMBER 1 F-2144 The following additions, deletions,modifications, or clarifications shall be made to the appropriate sections of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid Form. BIDDING REQUIREMENTS: None. TECHNICAL SPECIFICATIONS: Section 00 00 00 "Table of Contents" Modification: Delete this section and replace it with the section included with this addendum. Section 00 4100"Bid Form" Modification: Delete this section and replace it with the section included with this addendum. Section 00 42 43 "Bid Proposal" Modification: Delete this section and replace it with the section included with this addendum. Section 00 45 40"Minority Business Enterprise Goal" Modification: Delete this section and replace it with the section included with this addendum. Section 00 52 43 "Agreement" Modification: Delete this section and replace it with the section included with this addendum. Section 33 0131 "Closed Circuit Television (CCTV) Inspection" Modification: Delete this section and replace it with the section included with this addendum. CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number.,02304 December 9,2016 Addendum No. I-Page 1 of 144 00 05 15.01-2 ADDENDUM No. 1 Page 2 of 3 Section 33 04 10"Joint Bonding and Electrical Isolation" Addition: Add this section, included with this addendum. Section 33 04 12 "Magnesium Anode Cathodic Protection System" Addition: Add this section, included with this addendum. Section 33 11 10"Ductile Iron Pipe" Modification: Delete this section and replace it with the section included with this addendum. Section 33 11 13 "Concrete Pressure Pipe Bar-Wrapped Steel Cylinder Type" Modification: Delete this section and replace it with the section included with this addendum. Section 33 11 14"Buried Steel Pipe and Fittings" Modification: Delete this section and replace it with the section included with this addendum. DRAWINGS: REPLACE THE FOLLOWING SHEETS: Replace Sheet With Sheet 0.02 LEGEND AND ABBREVIATIONS 0.02 LEGEND AND ABBREVIATIONS 0.03 GENERAL NOTES— 1 0.03 GENERAL NOTES— I 1.18 48" WATERLINE—PLAN AND 1.18 48" WATERLINE—PLAN AND ", PROFILE STA 309+00 TO STA 313+00 PROFILE STA 309+00 TO STA 313+00 1.43 16" WATER LINE—PLAN AND 1.43 16" WATER LINE—PLAN AND PROFILE CONNECTION A PROFILE CONNECTION A 1.44 16" WATER LINE—PLAN AND 1.43 16" WATER LINE—PLAN AND PROFILE CONNECTION B PROFILE CONNECTION B 1.48 48" WATER LINE BUTTERFLY 1.48 48" WATER LINE BUTTERFLY VALVE&VAULT DETAILS VALVE&VAULT DETAILS 1.59 48" WATER LINE ACCESS MANHOLE 1.59 48" WATER LINE ACCESS MANHOLE DETAIL DETAIL 2.01 48" WATERLINE CATHODIC 2.01 48" WATERLINE CATHODIC PROTECTION TEST STATION PROTECTION TEST STATION SCHEDULE SCHEDULE ADD THE FOLLOWING SHEETS: Replace Sheet With Sheet 5.11 TRAFFIC CONTROL PLAN I 5.11 TRAFFIC CONTROL PLAN I 5.12 TRAFFIC CONTROL PLAN II 5.12 TRAFFIC CONTROL PLAN II 5.13 TRAFFIC CONTROL PLAN III 5.13 TRAFFIC CONTROL PLAN III 5.14 TRAFFIC CONTROL PLAN IV 5.14 TRAFFIC CONTROL PLAN IV CITY OF FORT WORTH Northside 11 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 December 9,2016 Addendum No. 1-Page 2 of 144 00 05 15.01-3 ADDENDUM No.1 Page 3 of 3 Receipt Acknowledged Water Department John Robert Carmen Director By: By: IQ 11 IJ a O Company: Tony Sholola,P.E. Engineering Manager(Water Department) END OF ADDENDUM NO. 1 CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 December 9,2016 Addendum No.1-Page 3 of 144 FORTWORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 Addendum No. 1-Page 4 of 144 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pagel of 5 i SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal go 4s 4i Small Business Entefpr-ise Geal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 -General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised Febmary 2,2016 Addendum No. 1-Page 5 of I44 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 31 - Earthwork 31 37 01 Articulated Concrete Cable Mat Division 33- Utilities 33 01 31 Closed Circuit Television(CCTV)Inspection 3304 10 Joint Bonding and Electrical Isolation 3304 12 Magnesium Anode Cathodic Protection System 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 05 10 Utility Trench Excavation,Embedment, and Backfill 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 0530 Location of Existing Utilities 33 11 10 Ductile Iron Pipe 33 11 13 Concrete Pressure Pipe,Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 1230 Combination Air Valve Assemblies for Potable Water System Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: bVs://projecipoint.buzzsaw.com/client/fortworthgov/Resotirces/02%20- %20Construction%20 Documents/Specifications Division 02 -Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03-Concrete 03 30 00 Cast-In-Place Concrete 0334 13 Controlled Low Strength Material(CLSM) 0334 16 Concrete Base Material for Trench Repair Division 26-Electrical 260500 Commen Wer4E Results-fOr Eleetfieal 2605 10 Demolition fer-Bleetr-ieal Systems Division 31 -Earthwork 31 1000 Site Clearing CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised February 2,20I6 Addendum No.1-Page 6 of I44 000000-3 STANDARD CONSTRUCTION SPE(;;IFICATION DOCUMENTS Page 3 of 5 1 23-1-6 Unelakssi-fted-Exea6 atien 3123 23 Borrow 31 24 00 Embankments 31 2500 Erosion and Sediment Control 31 36 00 Gabivin Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 11 37 Liquid Treated Soil Stabilizer 32 12 16 Asphalt Paving 32 1273 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 32 1725 Curb Address Painting 3231 13 Chain Fences and Gates 3231 26 Wire Fences and Gates 3231 29 Wood Fences and Gates 3232 13 Cast in Plaee Genefete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding,and Sodding 32 93 43 Trees and Shrubs Division 33- Utilities 3301 30 Sewer and Manhole Testing 3303 io bypass Pumping o stiag ewer Systems 33 04 40 joint Bending a-Rd Eleetfieal lselatkm 3304 11 Corrosion Control Test Stations 33 04 12 Magnesium A„eae cathea:e u,.e.ee«:en syst w. 33 04 30 Temporary Water Services 3304 40 GleEming and Aeeeptanee Testing of Water-Mains 33 04 50 Cleaning of Sewer Mains 3305 10 Utility T-feneh&ieavatien,Embedment,and l3aek-fill 33 05 12 Water Line Lowering 33 05 13 Frame,Cover and Grade Rings 33 05 14 Adjusting Manholes, Inlets,Valve Boxes, and Other Structures to Grade 3305 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 20 Auger Boring 330521 T. mill Lifief Plate CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised February 2,2016 Addendum No.I-Page 7 of 144 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 33-0-4 22 Steel Casif,,Pipe, 33 0523 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 45 30 r ,.eatie of E*is fig t r.44ies 33 11 05 Bolts,Nuts,and Gaskets 33 1.1 1S PHetile r.0 4pe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 33 12 10 Water Services 1-inch to 2-inch 33 12 11 Large Water Meters 33 1220 Resilient Seated Gate Valve 33 1221 AWWA Rubber-Seated Butterfly Valves 33 1225 Connection to Existing Water Mains 33 Q 30 Gembinafien Air-Valve Assemblies fer-Potable WeAeF S5Stems 33 1240 Fire Hydrants 33 1250 Water Sample Stations 33 1260 Standard Blow-off Valve Assembly 33 3i i2 Cufed ill plaee Pipe(CIPP-) 333i i5 High Density Polyethylene(14PPE)Pipe&f Sani",Sewe 33 31 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 33 3i N Pe!5-vinyl Chloride(PVC)Closed Pr-efile Gr-m4y Sanitat-y Sewer-04- 33 M 22 Sanitafy Sewer-Slip Lining a_TP'V 33 3123 Sanitary Sewer-Pipe Enlafgamen 33 3150 Sanitary Sewer Service Connections and Service Line 3339 10 Cast-in-Place Concrete Manholes 33 3920 Precast Concrete Manholes 33 3930 Fiberglass Mafh4eles Al 1040 Wastewatef Aeoess Chamber-(WAG) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 41 12 ReinfeFeed Pelyethlene(SRPE)Pipe 39 4600 Subdr-ainage Al 4601 Sletted SteF Dr-ains 33 4602 Trvneh DmH'+S 3349 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34-Transportation 34 41 10 Tr-affie Sigffa4.s 34 41 10.01 Attaehmeitt A Ceatr-eriarCabinet 31 41 10.02 Attaehrneat B C,...,..elle,.Speei fi.alien 31 41 10.03 AttaebmentG Se ft.aFe Speeifiamieff 3111111 T-empefa13T-Faffie Signals AWN CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised February 2,2016 Addendum No.1-Page 8 of 144 000000-5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 34 41 13 Reffieving TF-affie Signals 34 41 15 Reetangular-Rapid Flashing 13eaeffi 34 41 16 nodes*,ian 45,5-id Signal 34 41 20 Roadway 111waination Assemblies 34 41 20.01 Af*r-ial LED Readway Luminaifes 34 4120.03 Residential LED Readway b 34 4130 Aluminum Signs 3471 13 Traffic Control Appendix GC-4.01 Availability of Lands GC4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GG 4.06 14azafdous EaviFeamental Condition at Site GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC 6.2 4 Neadiser-ifninmion GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised February 2,2016 Addendum No.I-Page 9 of 144 0041 00 BID FORM Page 1 of 4 SECTION 00 4100 BID FORM TO: The City Manager c/o:The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: Northside II 48-Inch Water Transmission Main,Phase 2-Part 1 City Project No.: 2304 1. Enter Into Agreement The undersigned Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid,Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance,will do so pending contract award,and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving,receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial,non-competitive levels. d. "coercive practice"means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH Northside/I 48-Inch Water Transmission Main,Phase 2-Parr I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120327 Addendum No.1-Page 10 of 144 0041 00 BID FORM Page 2 of 4 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Transmission,Urban/Renewal,All Sizes b. Tunneling-66"and greater,350 LF or greater c. Cathodic Protection 4. Time of Completion 4.1. The Work for Unit I-Northside Il 48-Inch Water Transmission Main,Phase 2-Part 1 will be complete for Final Acceptance within 350 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. The Work for Unit II-Darnell Street 36-Inch Water Line Improvements will be complete for Final Acceptance within 150 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.3. The Work for Unit III-- Keller-Hicks Road 8-Inch Sewer Line will be complete for Final.Acceptance within 120 days after the substantial completion of the Unit I for a total of 470 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. In no instance shall Unit III begin construction before Unit I is determined to be substantially complete by the City as provided in Paragraph 14.04 of the General Conditions. 4.4. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form d. Vendor Compliance to State Law Non Resident Bidder,Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalification Statement,Section 00 45 12 g. Conflict of Interest Affidavit,Section 00 35 13 h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120327 Addendum No. 1-Page 11 of 144 0041 00 BID FORM Page 3 of 4 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below,please enter the total bid amount for this project.Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid $ CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01304 Form Revised 20120327 Addendum No. 1-Page 12 of 144 0041 00 BID FORM Page 4 of 4 7. Bid Submittal This Bid is submitted on by the entity named below. Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: Addendum No.2: Addendum No.3: Addendum No.4: Respectfully submitted, By: (Signature) (Printed Name) Title: Company: Corporate Seal: Address: State of Incorporation: Email:, Phone: END OF SECTION CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2-Part l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120327 Addendum No. 1-Page 13 of 144 00 42 43 BID PROPOSAL Page 1 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Unit Price Bid Value No. Section No. Measure Quantity Unit I-NS 11 48" Water Main,Phase 2-Part 1 3311.1074 48"Bar Wrapped Concrete AWWA C303 Water Pipe(Pressure Class 200)Installed in Trench with Acceptable Backfill or Deep Trench la Backfill Dollars and 33 11 13 LF 13,940 Cents Per Unit Manufacturer: (Approved Manufacturers are:US Pipe) 3311.1061 48"Polyurethane Coated Steel AWWA C200 Water Pipe(Pressure Class 200)Installed in Trench with Acceptable Backfill or Deep Trench Backfill lb Dollars and 33 11 14 LF 13,940 Cents Per Unit Manufacturer: (Approved Manufacturers are:US Pipe,Northwest ,Pipe,and American Spiral Weld) 3311.1051 48"Ductile Iron Water Pipe(Pressure Class 200)Installed in Trench with Acceptable Backfill or Deep Trench Backfill Dollars and lc Cents Per Unit 33 11 10 LF 13,940 Manufacturer: (Approved Manufacturers are:American Ductile Iron Pipe Co.,Griffin Pipe Products,US Pipe,and McWane Pipe Co.) Note:Bidder shall select only one option for items numbered a,b&c.Pipe material option and manufacturer shall be consistent for each pipe diameter throughout the 2roposal.Bidder must list pipe manufacturer for 48"pipe. 3311.1077 48"Bar Wrapped Concrete AWWA C303 Water Pipe,CLSM Backfill(Pressure Class 2a 200)Installed in Trench 33 11 13 LF 570 Dollars and Cents Per Unit 3311.1067 48"Polyurethane Coated Steel AWWA C200 Water Pipe,CLSM Backfill(Pressure Class 2b 200)Installed in Trench 33 11 14 LF 570 Dollars and Cents Per Unit CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120120 Addendum No.1-Page 14 of 144 00 42 43 BID PROPOSAL Page 2 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Unit Price Bid Value No. Section No. Measure Quantity 3311.1057 48"Ductile Iron Water Pipe,CLSM 2c Backfill(Pressure Class 200)Installed in Trench 33 11 10 LF 570 Dollars and Cents Per Unit Note:Bidder shall select only one option for items numbered a,b&c.Pipe material option and manufacturer shall be consistent for each pipe diameter throughout the proposal.Pipe manufacturer must be the same as noted in Item No 1. 3311.1077 48"Bar Wrapped Concrete AWWA C303 Water Pipe,Concrete Encasement and 3a CLSM Backfill(Pressure Class 200)Installed in 33 05 24 LF 90 Trench Dollars and Cents Per Unit 3311.1067 48"Polyurethane Coated Steel AW WA C200 Water Pipe,Concrete Encasement and CLSM 3b Backfill(Pressure Class 200)Installed in Trench 33 05 24 LF 90 Dollars and Cents Per Unit 3311.1057 48"Ductile Iron Water Pipe,Concrete Encasement and CLSM Backfill(Pressure Class 3c 200)Installed in Trench 33 05 24 LF 90 Dollars and Cents Per Unit Note:Bidder shall select only one option for items numbered a,b&c.Pipe material option and manufacturer shall be consistent for each pipe diameter throughout the proposal.Pipe manufacturer must be the same as noted in Item No 1. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2-Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120120 Addendum No. l-Page 15 of 144 00 42 43 BID PROPOSAL Page 3 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Unit Price Bid Value No. Section No. Measure Quantity 3305.2011 48"Bar Wrapped Concrete AW WA C303 Water Carrier Pipe(Pressure Class 200) 4a Installed in Tunnel Liner or Casing Pipe 33 05 24 LF 1,730 Dollars and Cents Per Unit 3305.2011 48"Polyurethane Coated Steel with Mortar Overcoat Water Carrier Pipe(Pressure Class 4b 200)Installed in Tunnel Liner or Casing Pipe 33 05 24 LF 1,730 Dollars and Cents Per Unit 3305.2011 48"Ductile Iron Water Carrier Pipe (Pressure Class 200)Installed in Tunnel Liner or 4c Casing Pipe 33 05 24 LF 1,730 o Dollars and Cents Per Unit Note:Bidder shall select only one option for items numbered a,b&c.Pipe material option and manufacturer shall be consistent for each pipe diameter throughout the proposal.Pipe manufacturer must be the same as noted in Item No 1. 3311.0021 Bar Wrapped Concrete Cylinder Pipe 5a AWWA C303 Fittings 33 11 13 LS l Dollars and Cents Per Unit 3311.0011 Polyurethane Coated Steel Pipe AW WA 5b C200 Fittings 33 11 14 LS 1 Dollars and Cents Per Unit 3311.0001 Ductile Iron Water Pipe Fittings 5c Dollars and 33 11 11 LS l Cents Per Unit Note:Bidder shall select only one option for items numbered a,b&c.Pipe material option and manufacturer shall be consistent for each pipe diameter throughout the proposal.Pipe manufacturer must be the same as noted in Item No 1. 3304.0002 Cathodic Protection System for Bar 6a Wrapped Concrete Cylinder Pipe 33 04 12 LS 1 Dollars and Cents Per Unit CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120120 Addendum No. 1-Page 16 of 144 00 42 43 BID PROPOSAL Page 4 of I7 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quandt} Unit Price Bid Value No. 3304.0002 Cathodic Protection System for 6b Polyurethane Coated Steel Pipe 3304 12 LS 1 Dollars and Cents Per Unit 3304.0002 Cathodic Protection System for Ductile 6c Iron Pipe Dollars and 3304 12 LS 1 Cents Per Unit Note:Bidder shall select only one option for items numbered a,b&c.Material option shall be consistent throughout the proposal. 3311.0541 16"Ductile Iron Water Pipe(Pressure 7 Class 250)Installed in Trench 33 11 10 LF 160 Dollars and Cents Per Unit 3311.0547 16"Ductile Iron Water Pipe,CLSM 8 Backfill(Pressure Class 250)Installed in Trench 33 11 10 LF 20 Dollars and Cents Per Unit 3305.2005 16"Ductile Iron Water Carrier Pipe (Pressure Class 250)Installed in Tunnel Liner or 9 Casing Pipe 33 05 24 LF 30 Dollars and Cents Per Unit 3311.0241 8"DR-14 C900 PVC Water Pipe 10 Installed in Trench 33 11 12 LF 140 Dollars and Cents Per Unit 3311.0003 8"-16"Ductile Iron Water Pipe Fittings 11 _ Dollars and 33 11 11 TON 1 Cents Per Unit 3305.1207 72"Casing/Tunnel Liner Plate By Other 12 Than Open Cut 33 05 21, LF 1,730 Dollars and 33 05 22 Cents Per Unit CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2-Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Forth Revised 20I20120 Addendum No. l-Page 17 of 144 00 42 43 BID PROPOSAL Page 5 of 17 SECTION 00 42 43 , PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Unit Price Bid Value No. Section No. Measure Quantity 3305.1105 30"Casing By Other Than Open Cut 13 Dollars and 33 05 22 LF 30 Cents Per Unit 3312.1004 4"Combination Air Valve Assembly 14 for Water Dollars and 33 1230 EA 8 Cents Per Unit 3312.6003 8"Blow Off Valve&Vault 15 Dollars and 33 1260 EA 7 Cents Per Unit 3312.5002 48"AWWA Butterfly Valve,w/Vault 16 Dollars and 33 1221 EA 5 Cents Per Unit 3312.5002 16"x 12"Tapping Sleeve and Valve 17 Dollars and 33 1225 EA 1 Cents Per Unit 3312.5002 16"AWWA Gate Valve w/Vault 18 Dollars and 33 1220 EA 2 Cents Per Unit 3312.5002 8"AWWA Gate Valve 19 Dollars and 33 1220 EA 3 Cents Per Unit 3312.0112 Connection to Existing 48"Water Main 20 Dollars and 33 1225 EA 2 Cents Per Unit 3312.0112 Connection to Existing 4"-12"Water 21 Main Dollars and 33 1225 EA I Cents Per Unit CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2-Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120120 Addendum No. 1-Page 18 of 144 00 42 43 BID PROPOSAL Page 6 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Unit Price Bid Value No. Section No. Measure Quantity 3339.1101 Access Manhole for Water Main per 22 Detail D137(All Depths) 33 1250 EA 5 Dollars and Cents Per Unit 3305.0112 Concrete Collar for Water Vault(Air 23 Valve Vaults,Access Manhole,Gate Valve Vaults) 3305 17 EA 26 Dollars and Cents Per Unit 3305.0112 Concrete Collar for Water Valve Box 24 Dollars and 3305 17 EA 9 Cents Per Unit 3305.0103 Exploratory Excavation of Existing 25 Utilities Dollars and 33 05 30 EA 38 Cents Per Unit 3331.4115 8"PVC Sewer Line 26 Dollars and 3331 12 LF 40 Cents Per Unit 3341.0201 21"RCP,Class III 27 Dollars and 3341 10 LF 40 Cents Per Unit 3341.0205 24"RCP,Class III 28 Dollars and 3341 10 LF 20 Cents Per Unit 3341.0208 27"RCP,Class III 29 Dollars and 3341 10 LF 20 Cents Per Unit 3341.0302 30"RCP,Class III 30 Dollars and 3341 10 LF 20 Cents Per Unit CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120120 Addendum No. 1-Page 19 of 144 00 42 43 BID PROPOSAL Page 7 of I7 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Unit Price Bid Value No. Section No. Measure Quantity 3341.0312 39"RCP,Class III 31 Dollars and 3341 10 LF 20 Cents Per Unit 3341.0409 48"RCP,Class III 32 Dollars and 3341 10 LF 30 Cents Per Unit 3201.0616 Concrete Paving Repair, 33 Arterial/Industrial 32 01 29 SY 960 Dollars and Cents Per Unit 3211.0315 12"Flexible Base,Type D,GR-1,Road Repair 34 Dollars and 32 01 29 SY 40 Cents Per Unit 3305.0109 Trench Safety 35 _ Dollars and 3305 10 LF 14,900 Cents Per Unit 3305.0110 Utility Markers 36 Dollars and 33 05 26 LS 1 Cents Per Unit 3301.0002 Post CCTV Inspection for Water Main 37 Dollars and 33 01 31 LF 16,660 Cents Per Unit CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Forth Revised 20120120 Addendum No. I-Page 20 of 144 00 42 43 BID PROPOSAL Page 8 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. 3292.0400 Seeding,Hydromulch 38 Dollars and 3292 13 SY 178,520 Cents Per Unit 9999.0100 Articulated Concrete Cable Mat for 39 Open Cut Creek Crossing 313701 SY 690 Dollars and Cents Per Unit 3125.0101 SWPPP> 1 Acre for Entire Project 40 Dollars and 31 25 00 LS 1 Cents Per Unit + ^" 3305.0202 Imported Backfill,CSS 41 Dollars and 3305 10 CY 50 Cents Per Unit 3305.0203 Imported Backfill,CLSM(Flowable 42 Fill) Dollars and 3305 10 CY 100 Cents Per Unit 3305.0204 Imported Embedment/Backfill,Crushed 43 Rock Dollars and 3305 10 CY 100 _ Cents Per Unit 3305.0206 Imported Embedment/Backfill, 44 Acceptable Backfill 3305 10 CY 100 Dollars and Cents Per Unit 3305.0207 Imported Embedment/Backfill,Select 45 Fill Dollars and 3305 10 CY 100 Cents Per Unit 3441.3502 Relocate Street Light Pole 46 Dollars and 34 41 20 EA 4 Cents Per Unit CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120120 Addendum No. 1-Page 21 of 144 00 42 43 BID PROPOSAL Page 9 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Unit Price Bid Value No. Section No. Measure Quantity 3231.0211 Barbed Wire Fence,Metal Posts 47 Dollars and 32 31 26 LF 430 Cents Per Unit 3231.0114 Temporary 6'Chain Link,Steel Fence 48 Dollars and 3231 13 LF 16,470 Cents Per Unit 3231.0306 16'Gate,Steel 49 Dollars and 32 31 26 EA 14 Cents Per Unit 3471.0001 Traffic Control 50 Dollars and 3471 13 LS 1 Cents Per Unit 9999.0200 Construction Staking 51 Dollars and 01 71 23 LS I Cents Per Unit 9999.0201 Construction Survey 52 Dollars and 01 71 23 LS 1 Cents Per Unit 9999.0300 Construction Contingency Allowance to cover costs of Improvements not previously itemized.All work to be completed under this item 53 must be pre-approved by Owner via a contingency 00 73 00 LS 1 $300,000.00 $300.000.00 change order. Dollars and Cents Per Unit Northside II 48-Inch Water Transmission Main,Phase 2—Part 1 SUBTOTAL UNIT I-NS 11 48"Water CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120120 Addendum No. 1-Page 22 of 144 00 42 43 BID PROPOSAL Page 10 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Unit Price Bid Value No. Section No. Measure Quantity Unit II-Darnell St.36"Water Line 3311.0854 36"DIP Water(Restrained Joints) Dollars and Cents Per Unit *IA Manufacturer: 33 11 10 LF 733 (Approved Manufacturers are:American Ductile Iron Pipe Co.,Griffin Pipe Products,US Pipe,and McWane Pipe Co. 3311.0874 36"Concrete AWWA C303 Water Pipe (Restrained Joints) *113 Dollars and 33 11 13 LF 733 Cents Per Unit Manufacturer: (Approved Manufacturers are:US Pipe) 3311.0864 36"Cement Mortar Coated Steel AWWA C200 Water Pipe(Restrained Joints) Dollars and *1 C Cents Per Unit 33 11 14 LF 733 Manufacturer: (Approved Manufacturers are:US Pipe,Northwest ,Pipe,and American Spiral Weld) *Contractor to provide Unit Price/Bid Value for only one of the pipe material alternatives for item 1.DO NOT PROVIDE UNIT PRICE/ BID VALUE FOR EACH ALTERNATIVE.Pipe material option and manufacturer shall be consistent for each pipe diameter throughout the proposal.Bidder must list pipe manufacturer for 36"pipe. 3311.0141 6"Water Pipe 33 11 10, 2 Dollars and 33 11 12 LF 10 Cents Per Unit 3311.0001 Ductile Iron Water Fittings w/Restraint **3A Dollars and 33 11 11 TON 6 Cents Per Unit 3311.0021 C303 Fittings **313 Dollars and 33 11 13 LS I Cents Per Unit 3311.0011 Cement Mortar Coated Steel Fittings **3C Dollars and 33 11 14 LS 1 Cents Per Unit CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120120 Addendum No.1-Page 23 of 144 00 42 43 BID PROPOSAL Page 11 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Unit Price Bid Value No. Section No, Measure Quantity **Contractor to provide only Unit Price/Bid to match bid item 1.Pipe manufacturer must be the same as noted in Item No 1. 3312.0001 Fire Hydrant 4 Dollars and 33 1240 EA 1 Cents Per Unit 3312.0109 Connection to Existing 30"Water Main 5 Dollars and 33 1225 EA 1 Cents Per Unit 3312.0110 Connection to Existing 36"Water Main 6 Dollars and 33 1225 EA 1 Cents Per Unit 3312.1004 4"Combination Air Valve Assembly 7 for Water 33 1230 EA l Dollars and Cents Per Unit 3312.3002 6"Gate Valve 8 Dollars and 33 1220 EA 1 Cents Per Unit 0241.0900 Remove Misc Conc Structure 9 Dollars and 0241 13 LS 1 Cents Per Unit 0241.1210 30"Water Abandonment Plug 10 Dollars and 0241 14 EA 2 Cents Per Unit 0241.1302 Remove 6"Water Valve 11 Dollars and 0241 14 EA l Cents Per Unit CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120120 Addendum No. 1-Page 24 of 144 00 42 43 BID PROPOSAL Page 12 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Unit Price Bid Value No. Section No. Measure Quantity 0241.1510 Salvage Fire Hydrant 12 Dollars and 0241 14 EA 1 Cents Per Unit 0241.2013 Remove 8"Sewer Line 13 Dollars and 0241 14 LF 45 Cents Per Unit 0241.2103 8"Sewer Abandonment Plug 14 Dollars and 0241 14 EA 1 Cents Per Unit 001", 0241.2201 Remove 4'Sewer Manhole 15 Dollars and 0241 14 EA 2 Cents Per Unit 3201.0400 Temporary Asphalt Paving Repair 16 Dollars and 3201 18 LF 743 Cents Per Unit 3304.0001 Joint Bonding&Electrical Isolation 17 Dollars and 3304 10 LS 1 Cents Per Unit 3305.0109 Trench Safety 18 Dollars and 3305 10 LF 743 Cents Per Unit 3305.0110 UtilityMarkers 19 _ Dollars and 33 05 26 LS 1 Cents Per Unit 3305.0115 Vacuum Excavation 20 Dollars and 33 05 30 EA 2 Cents Per Unit CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120120 Addendum No. 1-Page 25 of 144 00 42 43 BID PROPOSAL Page 13 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Unit Price Bid Value Section No. Measure Quantity No. 3471.0001 Traffic Control 21 Dollars and 3471 13 MO 2 Cents Per Unit 3471.0002 Portable Message Sign 22 Dollars and 3471 13 WK 8 Cents Per Unit 9999.0200 Construction Staking 23 Dollars and 01 71 23 LS 1 Cents Per Unit 9999.0201 Construction Survey 24 Dollars and 017123 LS 1 Cents Per Unit 9999.0300 Construction Contingency Allowance to cover costs of Improvements not previously itemized.All work to be completed under this item 25 must be pre-approved by Owner via a contingency 00 73 00 LS 1 $ 50,000.00 $ 50,000.00 change order. Dollars and Cents Per Unit Darnell Street 36-Inch Water Main SUBTOTAL UNIT 11-36" Water CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120120 Addendum No. 1-Page 26 of 144 00 42 43 BID PROPOSAL Page 14 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Unit Price Bid Value No. Section No. Measure Quantity Unit III-Keller Hicks 8" Sewer Line 3331.4115 8"Sewer Pipe 1 Dollars and 33 31 20 LF 860 Cents Per Unit 3331.4116 8"Sewer Pipe,CSS Backfill 2 Dollars and 33 31 20 LF 1,010 Cents Per Unit 3339.1001 4'Manhole 3339 10 3 Dollars and 333920 EA 4 Cents Per Unit 3339.1002 4'Drop Manhole 3339 10 4 Dollars and 333920 EA 1 Cents Per Unit 3339.1003 4'Extra Depth Manhole 3339 10 5 Dollars and 33 39 20 VF 33 Cents Per Unit 0241.1506 2"Surface Milling 6 Dollars and 0241 15 Sy 2,200 Cents Per Unit 0241.4401 Remove Headwall/SET 7 Dollars and 0241 14 Cy 5 Cents Per Unit 0241.3011 Remove 15"Storm Line 8 Dollars and 0241 14 LF 40 Cents Per Unit CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2-Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120120 Addendum No. l-Page 27 of 144 00 42 43 BID PROPOSAL Page 15 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. 3125.0101 SWPPP>1 Acre 9 Dollars and 31 25 00 LS 1 Cents Per Unit 9999.0000 8"Sanitary Sewer Asphalt Pavement 10 Repair STA 0+00 to STA 10+10 3201 17 SY 1,160 Dollars and Cents Per Unit 3201.0113 6'Wide Asphalt Pvmt Repair, 11 Residential Dollar, 3201 17 LF 100 and Cents Per Unit 3201.0150 Asphalt Pvmt Repair,Sewer Service 12 Dollars and 3201 17 LF 70 Cents Per Unit 3201.0201 Asphalt Pvmt Repair Beyond Defined 13 Width,Residential 3201 17 SY 60 Dollars and Cents Per Unit 3212.0302 2"Asphalt Pvmt Type D 14 Dollars and 32 12 16 SY 2,200 Cents Per Unit 3211.0112 6"Flex Base,Type A,GR-1 15 Dollars and 32 1123 SY 70 Cents Per Unit 3217.0001 4"SLD Pvmt Marking HAS(W) 16 Dollars and 32 17 23 LF 2,900 Cents Per Unit 3217.0002 4"SLD Pvmt Marking HAS(Y) 17 Dollars and 32 1723 LF 2,200 Cents Per Unit CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120120 Addendum No. I-Page 28 of 144 00 42 43 BID PROPOSAL Page 16 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Unit Price Bid Value No. Section No. Measure Quantity 3291.0100 Topsoil 18 Dollars ano 3291 19 CY 190 Cents Per Unit 3292.0100 Block Sod Placement 19 Dollars and 3292 13 SY 1,090 Cents Per Unit 3301.0002 Post-CCTV Inspection 20 Dollars and 33 01 31 LF 1,870 Cents Per Unit 3301.0101 Manhole Vacuum Testing 21 Dollars and 33 01 30 EA 5 Cents Per Unit 3305.0109 Trench Safety 22 Dollars and 33 05 1i' LF 1,870 Cents Per Unit 3305.0112 Concrete Collar 23 Dollars and 3305 17 EA 5 Cents Per Unit 3331.3101 4"Sewer Service 24 Dollars and 3331 50 EA 6 Cents Per Unit 3331.3103 4"Bored Sewer Service 25 Dollars and 33 31 50 EA 6 Cents Per Unit 3331.3201 6"Sewer Service 26 Dollars and 3331 50 EA 1 Cents Per Unit CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120120 Addendum No. 1-Page 29 of 144 00 42 43 BID PROPOSAL Page 17 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Unit Price Bid Value No Section No. Measure Quantity 9999.0000 15"RCP,Class III 27 Dollars and 3341 10 LF 40 Cents Per Unit 3349.1000 Headwall,Box Culvert 28 Dollars and 33 49 40 CY 5 Cents Per Unit 3471.0001 Traffic Control 29 Dollars and 3471 13 MO 1 Cents Per Unit 9999.0200 Construction Staking 30 Dollars and 01 71 23 LS I Cents Per Unit 9999.0201 Construction Survey 31 Dollars and 01 71 23 LS 1 Cents Per Unit 9999.0300 Construction Contingency Allowance to cover costs of Improvements not previously itemized.All work to be completed under this item 32 must be pre-approved by Owner via a contingency 00 73 00 LS 1 $ 50,000.00 $ 50,000.00 change order. Dollars and Cents Per Unit Keller Hicks 8-Inch Sewer Line SUBTOTAL UNIT III-8"Sewer BID SUMMARY Northside II 48-Inch Water Transmission Main,Phase 2—Part 1 Sub-Total Unit I: NS 11 48"Water Sub-Total Unit Il: 36"Water Sub-Total Unit III: 8"Sewer Total Units I,II,and III CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120120 Addendum No. 1-Page 30 of 144 004540-1 Minority Business Enterprise Specifications Pagel of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 6 applicable. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 11 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 MBE PROJECT GOALS 14 The City's MBE goal on this project is 9%of the total bid value of the contract (Base bid applies to Parks 15 and Community Services). 16 17 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 18 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 19 20 COMPLIANCE TO BID SPECIFICATIONS 21 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 22 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 23 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 24 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 25 3. Good Faith Effort documentation,or; 26 4. Prime Waiver documentation. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 The applicable documents must be received by the Purchasing Division, within the following times 30 allocated, in order for the entire bid to be considered responsive to the specifications. [The Offeror 31 deliver the MBE documentation in person to the appropriate employee of the purchasing division 32 obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in 33 time allocated. A faxed and/or emailed copy will not be accepted. 34 1. Subcontractor Utilization Form,if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 35 CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 9,2015 Addendum No.1-Page 31 of 144 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The M/WBE Office at(817)212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 9,2015 Addendum No. I-Page 32 of 144 005243-1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT,authorized on is made by and between the City of Forth 5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 6 ("City"), and , 7 authorized to do business in Texas, acting by and through its duly authorized representative, 8 ("Contractor"). 9 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 10 follows: 11 Article 1.WORK 12 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 13 Project identified herein. 14 Article 2. PROJECT 15 The project for which the Work under the Contract Documents may be the whole or only a part is 16 generally described as follows: 17 Northside 1148-Inch Water Transmission Main Phase 2—Part 1 18 City Prosect Number: 02304 19 Article 3.CONTRACT TIME 20 3.1 Time is of the essence. 21 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 22 Documents are of the essence to this Contract. 23 3.2 Final Acceptance. 24 The Work for Unit I—Northside II 48-Inch Water Transmission Main, Phase 2 — Part 1 25 will be complete for Final Acceptance within 350 days after the date when the Contract 26 Time commences to run as provided in Paragraph 2.03 of the General Conditions. 27 The Work for Unit II — Darnell Street 36-Inch Water Line will be complete for Final 28 Acceptance within 150 days after the date when the Contract Time commences to run as 29 provided in Paragraph 2.03 of the General Conditions. 30 The Work for Unit 111— Keller-Hicks Road 8-Inch Sewer Line will be complete for Final 31 Acceptance within 120 days after the substantial completion of the Unit 1 for a total of 470 32 days after the date when the Contract Time commences to run as provided in Paragraph 33 2.03 of the General Conditions. In no instance shall construction begin on Unit 111 before 34 Unit I is determined to be substantially cmplete by the City as provided in Paragraph 35 14.04 of the General Conditions. or CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2--Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised February 2,2016 Addendum No. 1-Page 33 of 144 005243-2 Agreement Page 2 of 5 36 3.3 Liquidated damages 37 Contractor recognizes that time is of the essence of this Agreement and that City will 38 suffer financial loss if the Work is not completed within the times specified in Paragraph 39 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 40 General Conditions. The Contractor also recognizes the delays, expense and difficulties 41 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 42 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 43 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 44 City Six Hundred Fifty Dollars ($650.00) for each day that expires after the time 45 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 46 Acceptance. 47 Article 4.CONTRACT PRICE 48 City agrees to pay Contractor for performance of the Work in accordance with the Contract 49 Documents an amount in current funds of Dollars 50 ($ 51 Article 5.CONTRACT DOCUMENTS 52 5.1 CONTENTS: 53 A. The Contract Documents which comprise the entire agreement between City and 54 Contractor concerning the Work consist of the following: 55 1. This Agreement. 56 2. Attachments to this Agreement: 57 a. Bid Form 58 1) Proposal Form 59 2) Vendor Compliance to State Law Non-Resident Bidder 60 3) Prequalification Statement 61 4) State and Federal documents(project specific) 62 b. Current Prevailing Wage Rate Table 63 c. Insurance ACORD Form(s) 64 d. Payment Bond 65 e. Performance Bond 66 f. Maintenance Bond 67 g. Power of Attorney for the Bonds 68 h. Worker's Compensation Affidavit 69 i. MBE and/or SBE Commitment Form 70 j. Form 1295 Certification No. 71 3. General Conditions. 72 4. Supplementary Conditions. 73 5. Specifications specifically made a part of the Contract Documents by attachment 74 or, if not attached, as incorporated by reference and described in the Table of 75 Contents of the Project's Contract Documents. 76 6. Drawings. 77 7. Addenda. 78 8. Documentation submitted by Contractor prior to Notice of Award. CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised February 2,2016 Addendum No. l-Page 34 of 144 005243-3 Agreement Page 3 of 5 79 9. The following which may be delivered or issued after the Effective Date of the 80 Agreement and, if issued,become an incorporated part of the Contract Documents: 81 a. Notice to Proceed. 82 b. Field Orders. 83 c. Change Orders. 84 d. Letter of Final Acceptance. 85 86 Article 6. INDEMNIFICATION 87 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 88 expense, the city, its officers, servants and employees, from and against any and all 89 claims arising out of, or alleged to arise out of, the work and services to be performed 90 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 91 under this contract. This indemnification provision is specifically intended to operate 92 and be effective even if it is alleged or proven that all or some of the damages being 93 sought were caused,in whole or in part, by any act, omission or negligence of the city. 94 This indemnity provision is intended to include, without limitation, indemnity for 95 costs, expenses and legal fees incurred by the city in defending against such claims and 96 causes of actions. 97 98 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 99 the city,its officers,servants and employees,from and against any and all loss,damage 100 or destruction of property of the city,arising out of,or alleged to arise out of,the work 101 and services to be performed by the contractor, its officers, agents, employees, 102 subcontractors, licensees or invitees under this contract. This indemnification 103 provision is specifically intended to operate and be effective even if it is alleged or 104 proven that all or some of the damages being sought were caused, in whole or in part, 105 by any act,omission or negligence of the city. 106 107 Article 7. MISCELLANEOUS 108 7.1 Terms. 109 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 110 have the meanings indicated in the General Conditions. 111 7.2 Assignment of Contract. 112 This Agreement, including all of the Contract Documents may not be assigned by the 113 Contractor without the advanced express written consent of the City. 114 7.3 Successors and Assigns. 115 City and Contractor each binds itself, its partners, successors, assigns and legal 116 representatives to the other party hereto, in respect to all covenants, agreements and 117 obligations contained in the Contract Documents. 118 7.4 Severability. 119 Any provision or part of the Contract Documents held to be unconstitutional, void or 120 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 121 remaining provisions shall continue to be valid and binding upon CITY and 122 CONTRACTOR. CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised February 2,2016 Addendum No. 1-Page 35 of 144 005243-4 Agreement Page 4 of 5 123 7.5 Governing Law and Venue. 124 This Agreement, including all of the Contract Documents is performable in the State of 125 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 126 Northern District of Texas,Fort Worth Division. 127 7.6 Other Provisions. 128 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 129 classified, promulgated and set out by the City, a copy of which is attached hereto and 130 made a part hereof the same as if it were copied verbatim herein. 131 7.7 Authority to Sign. 132 Contractor shall attach evidence of authority to sign Agreement, if other than duly 133 authorized signatory of the Contractor. 134 135 CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised February 2,2016 Addendum No.1-Page 36 of 144 005243-5 Agreement Page 5 of 5 136 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 137 counterparts. 138 139 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 140 Contractor: City of Fort Worth By: Jesus J. Chapa BV: Assistant City Manager (Signature) Date Attest: (Printed Name) City Secretary (Seal) Title: Address: M&C Date: City/State/Zip: Approved as to Form and Legality: Date Douglas W. Black Assistant City Attorney 141 142 143 APPROVAL RECOMMENDED: 144 145 146 147 John Robert Carman 148 DIRECTOR, 149 Water Department 150 CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised February 2,2016 Addendum No.1-Page 37 of 144 33 01 31 -I CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 1 of 8 I SECTION 33 0131 2 CLOSED CIRCUIT TELEVISION(CCTV) INSPECTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements and procedures for Closed Circuit Television(CCTV)Inspection of 7 sanitary sewer,water mains 24-inches and larger or storm sewer mains 8 2. For sanitary sewer projects all(existing: Pre-CCTV,proposed: Past-CCTV)main 9 shall be inspected. 10 B. Deviations from this City of Fort Worth Standard Specification I 1 1. 1.1 A. 1. -Add water mains 12 2. 1.1 C.4.—Add Section 33 04 40 13 3. 1.4 A. 1.—Add water mains 14 4. 3.3 C.—Add water mains 15 5. 3.4 D. 1.—Add water mains 16 6. 3.10—Add Section 33 04 40 17 C. Related Specification Sections include,but are not necessarily limited to: 18 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 19 Contract 20 2. Division 1 —General Requirements 21 3. Section 33 03 10—Bypass Pumping of Existing Sewer Systems 22 4. Section 33 04 40—Cleanins and Acceptance Testinu of Water Mains 23 5. Section 33 04 50—Cleaning of Sewer Mains 24 6. Section 01 32 16—Construction Progress Schedule 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Pre-CCTV Inspection 27 1. Measurement 28 a. Measurement for this Item will be by the linear foot of line televised for CCTV 29 Inspection performed prior to any line modification or replacement determined 30 from the distance recorded on the video log. 31 2. Payment 32 a. The work performed and materials furnished in accordance with this Item and 33 measured as provided under"Measurement'will be paid for at the unit price 34 bid per linear foot for"Pre-CCTV Inspection'. 35 1) Contractor will not be paid for unaccepted video. 36 3. The price bid shall include: 37 a. Mobilization 38 b. Cleaning 39 c. Digital file CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part/ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised March 3,2016 Addendum No. I-Page 38 of 144 33 01 31-2 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 2 of 8 1 B. Post-CCTV Inspection 2 1. Measurement 3 a. Measurement for this Item will be by the linear foot of line televised for CCTV 4 Inspection performed following repair or installation determined from the 5 distance recorded on the video log. 6 2. Payment 7 a. The work performed and materials furnished in accordance with this Item and 8 measured as provided under"Measurement"will be paid for at the unit price 9 bid per linear foot for"Post-CCTV Inspection". 10 1) Contractor will not be paid for unaccepted video. 11 3. The price bid shall include: 12 a. Mobilization 13 b. Cleaning 14 c. Digital file 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification,unless a date is specifically cited. 20 2. City of Fort Worth Water Department 21 a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 22 Program(CCTV Manual). The CCTV Manual is available for download on 23 Buzzsaw. Location: Resources\70—Inspection Tools\Standard Construction 24 b. City of Fort Worth Water Department CCTV Spread Sheet Log is available for 25 download on Buzzsaw. Location: Resources\70—Inspection Tools\Standard 26 Construction. 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Coordination 29 1. Sanitary Sewer Lines and Water Mains 24-inches and larger 30 a. Meet with City of Fort Worth Water Department staff to confirm that the 31 appropriate equipment, software,standard templates, defect codes and defect 32 rankings are being used, if required. 33 2. Storm Sewer Lines 34 a. Meet with City of Fort Worth Transportation/Public Works Department staff to 35 confirm that the appropriate equipment, software, standard templates, defect 36 codes and defect rankings are being used, if required. 37 B. Schedule 38 1. Include Pre and Post CCTV schedule as part of the Construction Progress Schedule 39 per Section 01 32 16. 40 2. Include time for City review(2 weeks minimum—Notification needs to be send out 41 to Project Manager&Field Operation). 42 3. If CCTV is accepted by City,proceed with work. If rejected,coordinate with City 43 per Part 1.4 A. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised March 3,2016 Addendum No. 1-Page 39 of 144 3301 31-3 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 3 of 8 l 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 01 33 00. 3 B. All submittals shall be approved by the Engineer or the City prior to delivery. 4 C. If inspected with Infrastructure Technologies I.T. Software per CCTV Manual provide 5 video data per the CCTV Manual. Provide additional copy of video in Windows Media 6 Audio/Video(.wmv)format for City Inspection review. 7 D. If inspected with other software provide video data in Windows Media Audio/Video 8 (.wmv)format. Provide CCTV log in EXCEL spread sheet format—The CCTV spread 9 sheet log can be found on Buzzsaw. Location: Resources\70—Inspection 10 Tools\Standard Construction. 11 E. Inspection Report shall include: 12 1. Asset 13 a. Date 14 b. City 15 c. Address and/or Project Name 16 d. Main Number—GIS ID(If Available) 17 e. Upstream Manhole GIS ID(If Available) 18 f. Downstream Manhole GIS ID(If Available) 19 g. Pipe Diameter 20 h. Material 21 i. Pipe Length 22 j. Mapsco Location Number 23 k. Date Constructed 24 1. Pipe Wall Thickness 25 2. Inspection 26 a. Inspection Number(i.e. lst,2',etc...) 27 b. Crew Number 28 c. Operator Name 29 d. Operator Comments 30 e. Reason for Inspection 31 f Equipment Number 32 g. Camera Travel Direction(Upstream/Downstream) 33 h. Inspected Length(feet) 34 i. Work Order Number(if required) 35 j. City Project Number(if required) 36 k. City Contract Name 37 1. DOE/TPW Number(if required) 38 m. Consultant Company Name 39 n. Consultant Contact Name 40 o. Consultant Contact Phone Number 41 p. Contractor Company Name 42 q. Contractor Contact Name 43 r. Contractor Contact Phone Number 44 1.6 INFORMATIONAL SUBMITTALS 45 A. Pre-CCTV submittals CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised March 3,2016 Addendum No.1-Page 40 of 144 33 01 31-4 CLOSED CIRCUIT TEU:iVISION(CCTV)INSPECTION Page 4 of 8 1 1. 2 copies of CCTV video results on USB drive 2 2. 2 hard copies of Inspection Report and one pdf copy on USB drive 3 B. Additional information that may be requested by the City 4 1. Listing of cleaning equipment and procedures 5 2. Listing of flow diversion procedures if required 6 3. Listing of CCTV equipment 7 4. Listing of backup and standby equipment 8 5. Listing of safety precautions and traffic control measures 9 1.7 CLOSEOUT SUBMITTALS 10 A. Post-CCTV submittals 1 I 1. 2 copies of CCTV video results on USB drive 12 2. 2 Hard copies of Inspection Report. A pdf copy on USB drive shall be submitted to 13 the City Inspector for review prior to scheduling a project final walk through. 14 3. CCTV speadsheet log in EXCEL format—A blank copy of the CCTV spread sheet 15 log can be found on Buzzsaw. Location: Resources\70—Inspection Tools\Standard 16 Construction 17 4. Construction Plans identifying the line segments that were videoed. Include cover 18 sheet,overall line layout sheet(s),and plan and profile sheet(s). 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 22 1.11 FIELD [SITE[ CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 A. Equipment- 26 1. Closed Circuit Television Camera 27 a. The television camera used shall be one specifically designed and constructed 28 for sewer inspection. Lighting for the camera shall be suitable to allow a clear 29 picture of the entire periphery of the pipe. The camera shall be operative in 100 30 percent humidity/submerged conditions. The equipment will provide a view of 31 the pipe ahead of the equipment and of features to the side of the equipment 32 through turning and rotation of the lens. The camera shall be capable of tilting 33 at right angles along the axis of the pipe while panning the camera lens through 34 a full circle about the circumference of the pipe. The lights on the camera shall 35 also be capable of panning 90-degrees to the axis of the pipe. 36 b. The radial view camera must be solid state color and have remote control of the 37 rotational lens. The camera shall be capable of viewing the complete 38 circumference of the pipe and manhole structure,including the cone-section or 39 corbel. The camera lens shall be an auto-iris type with remote controlled 40 manual override. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised March 3,2016 Addendum No.1-Page 41 of 144 33 01 31-5 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 5 of 8 1 2. Video Capture System 2 a. The video and audio recordings of the sewer inspections shall be made using 3 digital video equipment. A video enhancer may be used in conjunction with, 4 but not in lieu of,the required equipment. The digital recording equipment 5 shall capture sewer inspection on USB drive, with each sewer segment(from 6 upstream manhole to downstream manhole)inspection recorded as an 7 individual file in Windows Media Audio/Video(.wmv)format. City has a right 8 to change the format from .WMV media to .MP4 9 b. The system shall be capable of printing pipeline inspection reports with 10 captured images of defects or other related significant visual information on a 11 standard color printer. 12 c. The system shall store digitized color picture images and be saved in digital 13 format on a USB drive. 14 d. The system shall be able to produce data reports to include, at a minimum, all 15 observation points and pertinent data. All data reports shall match the defect 16 severity codes outlined in the City's CCTV manual. 17 e. Camera footage, date&manhole numbers shall be maintained in real time and 18 shall be displayed on the video monitor as well as the video character 19 generators illuminated footage display at the control console. 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION 24 A. General 25 1. Prior to inspection obtain pipe and manhole asset identification numbers from the 26 plans or City to be used during inspections. Inspections performed using 27 identification numbers other than the plans or from assigned numbers from the City 28 will be rejected. 29 2. Inspection shall not commence until the sewer section to be televised has been 30 completely cleaned in conformance with Section 33 04 50. (Sewer system should 31 be connected to existing sewer system and should be active) 32 3. Inspection of newly installed sewers(not yet in service) shall not begin prior to 33 completion of the following: 34 a. Pipe testing 35 b. All manhole work is complete 36 c. Installation of all lateral services 37 d. Vacuum test of manholes 38 4. Temporary Bypass Pumping(if required)shall conform to Section 33 03 10. 39 B. Storm Sewer Lines 40 1. Coordinate with City of Fort Worth Transportation/Public Works Department for 41 CCTV equipment and cleaning requirements. 42 C. Water Mains 24-inches and larger 43 1. CCTV Equipment CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised March 3,2016 Addendum No.I-Page 42 of 144 330131-6 CLOSED CIRCUIT'ILLI.VISION(CCTV)INSPECTION Page 6 of 8 1 a. Use equipment specifically designed and constructed for such inspection. 2 b. Equipment must be sterilized before uses. 3 c. Use equipment designed to operate in 100 percent humidity conditions. 4 d. Use equipment with a pan (±270 degrees),tilt,and rotates (360 degrees). 5 e. Use camera with an accurate footage counter that displays on the monitor 6 the distance of the camera(to the nearest 1/10 foot)from the centerline of 7 the access point. 8 f. Use camera with height adjustment so camera lens is always centered at 9 1/2 the inside diameter,or higher, in the televised pipe. 10 g. Provide sufficient lighting to illuminate the entire periphery of the pipe. 11 h. Provide color video. 12 i. Use the Fort Worth Water Department standardized inspection and 13 coding program by I.T. software with pre-configured template. 14 1) See CCTV Manual. 15 2. Cleaning—Conform to Section 33 04 40. 16 3.4 INSPECTION(CCTV) 17 A. General 18 1. Begin inspection immediately after cleaning of the main. 19 2. Move camera through the line in either direction at a moderate rate, stopping when 20 necessary to permit proper documentation of the main's condition. 21 3. Do not move camera at a speed greater than 30 feet per minute. 22 4. Use manual winches,power winches,TV cable, and power rewinds that do not " 23 obstruct the camera view,allowing for proper evaluation. 24 5. During investigation stop camera at each defect along the main. 25 a. Record the nature,location and orientation of the defect or infiltration location 26 as specified in the CCTV Manual. 27 6. Pan and tilt the camera to provide additional detail at: 28 a. Manholes, Include condition of manhole in its entirety and interior corrosion 29 protection(if applicable)(Camera should pan the entire manhole from top as 30 well as while lowering into manhole,also show complete view of invert) 31 b. Service connections, Pan the Camera to get a complete overview of service 32 connection including zooming into service connection Include location(i.e. 3 33 o'clock, 9 o'clock, etc...) 34 c. Joints, Include comment on condition, signs of damage, etc... 35 d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset 36 joints,obstructions or debris(show as%of pipe diameter). If debris has been 37 found in the pipe during the post-CCTV inspection,additional cleaning is 38 required and pipe shall be re-televised. 39 e. Infiltration/Inflow locations 40 f. Pipe material transitions 41 g. Other locations that do not appear to be typical for normal pipe conditions 42 h. Note locations where camera is underwater and level as a% of pipe diameter. 43 7. Provide accurate distance measurement. 44 a. The meter device is to be accurate to the nearest 1/10 foot. 45 8. CCTV inspections are to be continuous. 46 a. Do not provide a single segment of main on more than 1 USB drive. 47 b. A single segment is defined from manhole to manhole. CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised March 3,2016 Addendum No. 1-Page 43 of 144 33 01 31-7 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 7 of 8 1 B. Pre-Installation Inspection for Sewer Mains to be rehabilitated 2 1. Perform Pre-CCTV inspection immediately after cleaning of the main and before 3 rehabilitation work. 4 2. If, during inspection,the CCTV will not pass through the entire section of main due 5 to blockage or pipe defect, set up so the inspection can be performed from the 6 opposite manhole. 7 3. Provisions for repairing or replacing the impassable location are addressed in 8 Section 33 3120, Section 33 3121 and Section 33 3122. 9 C. Post-Installation Inspection 10 1. Complete manhole installation before inspection begins. 11 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 12 0450. 13 D. Documentation of CCTV Inspection 14 1. Sanitary Sewer Lines and Water Mains 24-inches and larger 15 a. Follow the CCTV Manual(CCTV standard manual supplied by City upon 16 request) for the inspection video, data logging and reporting or Part 1.5 E of 17 this section. 18 2. Storm Sewer Lines 19 a. Provided documentation for video,data logging, and reporting in accordance 20 with City of Fort Worth Transportation/Public Works Department 21 requirements. 22 3.5 REPAIR/RESTORATION [NOT USED] 23 3.6 RE-INSTALLATION [NOT USED] 24 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING 28 A. See Section 33 04 50 or 33 04 40. 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 34 35 END OF SECTION CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2--Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised March 3,2016 Addendum No.1-Page 44 of 144 33 01 31 -8 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 8 of 8 1 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson Various-Added requirements for coordination with T/PW for Storm Sewer CCTV 03/03/2016 J Kasavich Various- Alternative to CCTV Manual,modified submittal detail requirements 2 CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2-Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised March 3,2016 Addendum No. 1-Page 45 of 144 3304 10-1 JOINT BONDING AND ELECTRICAL ISOLATION Page 1 of 12 1 SECTION 33 04 10 2 JOINT BONDING AND ELECTRICAL ISOLATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Joint bonding requirements for electrical continuity of- 7 a. Concrete cylinder pipe 8 b. Mortar coated steel pipe 9 c. Dielectrically coated steel pipe 10 d. Ductile iron pipe,as required on Drawings 11 2. Electrical isolation devices for installation at: 12 a. Connections to existing piping 13 b. Laterals 14 c. Cased crossings 15 d. Tunnels 16 e. Selected below grade to above ground piping transitions 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None-. 19 2. 1.2 A. 3. a. 20 3. 2.2 C. 21 4. 2.2 D. 22 5. 2.2 E. 4. a. 23 6. 2.2 E.4.b. 24 7. 2.2 F. 25 8. 2.2 G. 26 9. 2.2 H. 27 10. 2.21. 28 11. 2.2 J. 29 12. 2.2 K. 30 13. 2.2 L. 1. 31 14. 2.2 L. 2. 32 15. 2.2 M. 1. 33 16. 2.2 M.2. 34 17. 3.3 D.2. 35 18. 3.3 D. 5. 36 19. 3.3 D. 6. 37 20. 3.4 A. 3.a. 38 21. 3.4 A. 3. b. 39 22. 3.4 A. 3. c. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. 1-Page 46 of 144 330410-2 JOINT BONDING AND ELECTRICAL ISOLATION Page 2 of 12 t 23. 3.4 A. 3. d. 2 24. 3.4 A. 3. e. 3 25. 3.4 B. 4 26. 3.4 D. 5 27. 3.4 E. 6 28. 3.4 F. 7 C. Related Specification Sections include,but are not necessarily limited to: 8 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 9 Contract 10 2. Division 1 —General Requirements 11 3. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. When a pay item for Cathodic Protection exists: 15 a. Measurement 16 1) This Item is subsidiary to Cathodic Protection construction. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 are subsidiary to the lump sum price bid for"Cathodic Protection'for each 20 material of utility pipe bid,and no other compensation will be allowed. 21 2. When a pay item for Cathodic Protection does not exist: 22 a. Measurement 23 1) Measurement for this Item is by lump sum. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under"Measurement'will be paid for at the lump 27 sum price bid for"Joint Bonding and Electrical Isolation'. 28 3. The price bid shall include: 29 a. Furnishing and installing Joint Bonding, Electrical Isolation, and Flush 30 Mounted potential test stations as specified by the Drawings 31 b. Mobilization 32 c. Excavation 33 d. Furnishing,placement,and compaction of backfill 34 e. Field welding 35 f. Connections 36 g. Adjustments 37 h. Testing 38 i. Clean-up 39 j. Start-up/Commissioning 40 1.3 REFERENCES 41 A. Reference Standards 42 1. Reference standards cited in this Specification refer to the current reference 43 standard published at the time of the latest revision date logged at the end of this 44 Specification,unless a date is specifically cited. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 47 of 144 330410-3 JOINT BONDING AND ELECTRICAL ISOLATION Page 3 of 12 1 2. ASTM International(ASTM). 2 3. American Water Works Association(AWWA): 3 a. C207, Steel Pipe Flanges for Waterworks Service- Sizes 4 IN through 144 IN. 4 4. NACE International(NACE). 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section 0133 00. 8 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 9 specials. 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 11 A. Product Data 12 1. Manufacturer's catalog cut sheets shall be submitted for each item. 13 a. Include the manufacturer's name and provide sufficient information to show 14 that the materials meet the requirements of the Contract Documents for: 15 1) Flange Isolation 16 2) Bonding Clips for Concrete Cylinder Pipe 17 3) Petrolatum tape 18 2. Where more than 1 item or catalog number appears on a catalog cut sheet,clearly 19 identify the item proposed. 20 B. Test and Evaluation Reports 21 1. Record results for the Post-Installation Thermite Weld Inspection and submit to the 22 City for approval prior to backfilling. 23 2. Record results for bonded joint testing and submit to City for approval prior to 24 backfilling. 25 3. Record results for the continuity test for casing to carrier pipe and submit to the 26 City for approval prior to backfilling. 27 1.7 CLOSEOUT SUBMITTALS 28 A. Test results for electrical continuity, flange isolation and casing to carrier pipe isolation 29 shall be submitted to the City. 30 B. Results of all testing are to be submitted to City for inclusion in the O&M manual. 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE [NOT USED] 33 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 34 1.11 FIELD [SITE] CONDITIONS [NOT USED] 35 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 48 of 144 330410-4 JOINT BONDING AND ELECTRICAL ISOLATION Page 4 of 12 1 PART2 - PRODUCTS 2 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 3 2.2 MATERIALS 4 A. Joint Bonding and Electrical Isolation Materials to be incorporated into the project 5 include,but are not limited to,the following: 6 1. Electrical continuity bonds 7 2. Flange isolation assemblies 8 3. Casing spacers 9 4. Casing end seals 10 B. Electrical Continuity Bonds 11 1. Applications for Electrical Continuity Bonding include the following: 12 a. Bonding across bolted joint assemblies 13 b. Bonding across gasketed joint assemblies 14 C. Steel Bonding Plates for Concrete Bar Wrapped Cylinder Pipe 15 1. Steel bonding plates shall be fabricated with the concrete bar wrapped cylinder pipe 16 by the pipe manufacturer and shall be as shown on the Drawings. 17 D. Thermite Weld Equipment 18 1. Thermite weld molds and charges shall be suitable for the sizes and types of 19 materials and shapes encountered.Adapter sleeves shall be utilized for all thermite 20 welds. 21 2. Thermite welds to concrete bar wrapped cylinder pipe shall be coated with a brush 22 applied mastic(10 mil minimum thickness) and embedded in the concrete mortar. 23 E. Flange Isolation 24 1. Required applications of dielectric flange isolation assemblies include,but are not 25 limited to, selected locations where new piping is mechanically connected to 26 existing piping. 27 2. Gasket 28 a. Isolating and seal gasket 29 b. G-10 Epoxy Glass material 30 c. Full face 31 d. 1/8-inch thickness 32 e. Use with a minimum of 1 EPDM sealing element placed in a tapered groove. 33 f. NSF 61 certified 34 g. A minimum of 800 volts/mil dielectric strength is required. 35 h. Flange shall seal for the test pressure without leaking. 36 3. Sleeves 37 a. Provide full length mylar sleeves. 38 4. Washers 39 a. Provide double G-10 washer sets on both sides of the flange. 40 b. Steel washers shall also be used between the insulating washers and the bolts 41 and nuts. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2 -Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. 1-Page 49 of 144 330410-5 JOINT BONDING AND ELECTRICAL ISOLATION Page 5 of 12 1 F. External Coating System for Insulating Flanges AIN 2 1. Insulating flanges and insulating corporation valves shall receive an exterior We 3 wrapping in the field. The coating applicator must abide by and follow all 4 manufacturer's application specifications for the coating system. All components of 5 the coating system shall be manufactured by a single supplier to assure 6 compatibility of individual components.The coating system shall be manufactured 7 by Trenton Corporation,Denson, Royston,or an approved equal. 8 2. Material 9 a. Primer: A blend of microcrystalline wax,plasticizer,and corrosion inhibitors 10 having a paste-like consistency,designed to displace moisture,penetrate rust 11 and wet the surface,ensuring,adhesion of the tape.The primer shall be Trenton 12 Wax-Tape Primer or approved equal. 13 b. Filler Putty: A cold applied anti-corrosive moldable filler material used to even 14 the contours of irregular fittings and surfaces. The filler putty shall have the 15 following properties: 16 1) Specificrg avity: 1.15. 17 2) Density: 24 cu in/lb. 18 3) The filler putty shall be Trenton Fill-Putty or approved equal. Filler putty 19 shall be used at all irregular surfaces to provide a smooth surface for the 20 qpplication of the innerwrap and outerwrap. 21 c. lnnerwrap: A non-woven,non-stitch bonded synthetic fabric saturated with a 22 blend of microcrystalline wax,plasticizer,and corrosion inhibitor(no clay 23 fillers). The inner tape shall have the following properties: 24 1) Thickness: 70 to 90 mils. 25 2) Dielectric strength: 170 volt/mil. 26 3) The innerwrap shall be Trenton#1 Wax-Tape or approved equal. 27 d. Outerwrap: A white,resin coated,woven fiberglass fabric. The outerwrap shall 28 have the following properties: 29 1) Thickness: 0.005 inch. 30 2) Tensile strengthper one inch width): 85 lbs min. 31 3) Tape width: 6 inches. 32 4) The outerwrap shall be Trenton Glas-Wrap or approved equal. 33 G. Polyethylene Mesh Separator Pad 34 1. The mesh separator pad shall be a medium density flexible polyethylene mesh 35 pattern webbing pad,nominal thickness 160 mils. Separator pad shall be as 36 manufactured by Stuart Steel Protection Company Model Stuart Diamond Rockst p 37 or approved equal. 38 H. Linked Rubber Seal 39 1. The linked rubber seal shall consist of a belt of interconnected rubber links 40 connected together with zinc plated carbon steel hardware.The linked rubber seal 41 shall be manufactured by Thunderline Corporation or an approved equal. 42 I. Mastic 43 1. The field applied external coating shall be a cold applied mastic with the following 44 properties: 45 a. Composition: A pyrobituminous resin processed by homogenization with 46 inhibitive pigments and aromatic solvents. 47 b. Electrical volume resistivity: 2.12 X 1013 ohms-cm. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2-Parr I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02.104 Revised December 20,2012 Addendum No. I-Page 50 of 144 330410-6 JOINT BONDING AND ELECTRICAL ISOLATION Page 6 of 12 1 c. Percent solids: 58.6%by volume, 68.2%by weight. 2 d. Service temperature: 0 to 2500F. 3 e. Weight per gallon: 9.42 pounds. 4 f. Specific gravity: 1.13. 5 g. Flash point: 440F -seta closed cup. 6 h. Color: black. 7 2. The mastic coating shall be applied only where specifically required by the 8 specifications. The mastic coating shall be Roskote R28 Rubberized Mastic or 9 approved equal. 10 J. Compression Connectors 11 1. Compression connectors shall be specially manufactured for splicing copper cables 12 together.the connectors shall be copper and shall be Type YC-C as manufactured 13 by Burndy Corporation or approved equal. 14 K. Electrical Tape 15 1. Conformable water tight sealant having a dielectric strength not less than 15kV for 16 a 1/8-inch thick layer. Tape shall be Scotch 88 Vinyl Tape and Scotch C130 Rubber 17 Tape or approved equals. 18 L. Casing Spacers 19 1. For piping installed in tunnels or cased crossings, install casing spacers between the 20 piping and the casing or tunnel liner to provide electrical isolation in accordance 21 with Section 33 05 24,unless otherwise shown in Drawings. 22 2. See Section 33 05 24. 23 M. Casing End Seals 24 1. Casing end seals shall be made of 1/8-inch thick rubber and shall be full conical in 25 shape. The casing end seal shall be configured to the exact dimensions of the piping 26 and casing. The rubber end seals shall fully enclose the end of the casing and shall 27 be water tight. Rubber casing end seals shall be as manufactured by Advance 28 Products and Systems, Inc. 29 2. Also see Section 33 05 24 for casing end seals. 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3- EXECUTION 33 3.1 INSTALLERS [NOT USED] 34 3.2 EXAMINATION [NOT USED] 35 3.3 PREPARATION 36 A. Preparation of Concrete Pipe for Bonding 37 1. General 38 a. Fabrication CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. l-Page 51 of 144 330410-7 JOINT BONDING AND ELECTRICAL ISOLATION Page 7 of 12 1 1) Use concrete pipe for this project that has been fabricated in such a manner 2 as to establish electrical continuity between metallic components of pipe and 3 joints. 4 b. Acceptable Methods 5 1) Establish electrical continuity as indicated in the Contract Documents. 6 2. Criteria for Electric Continuity 7 a. Tensile Wire 8 1) Pipe manufacturer is to obtain a resistance no greater than 0.03 ohms 9 between any wire and steel joint ring at end of pipe farthest from that wire. 10 2) Manufacturer is to report values obtained and method of measurement. 11 b. Internal Pipe Joint Components 12 1) Pipe manufacturer is to obtain resistance of less than 0.03 ohms between 13 any component and steel pipe cylinder. 14 3. Tensile Wire Continuity 15 a. Establish continuity between tensile wire coils and steel cylinder on embedded 16 cylinder type pre-stressed pipe by tightly wrapping tensile wire over longitudinal 17 mild steel straps during pipe manufacture. 18 b. Use and install 2 continuous straps 180 degrees apart longitudinally along the 19 pipe. 20 1) These straps must maintain electrical continuity between metallic 21 components. 22 c. Use steel straps made of mild steel and free of grease,mill scale or other high 23 resistance deposits. 24 d. Make longitudinal straps electrically continuous with pipe cylinder by steel 25 fasteners of suitable dimensions placed between steel cylinder and longitudinal 26 straps. 27 1) Connect fasteners so as to remain intact during pipe fabrication process. 28 4. Steel Cylinder Continuity 29 a. Establish continuity of all joint components and steel cylinder. 30 1) These components include anchor socket brackets,anchor socket, spigot 31 ring and bell ring. 32 b. If mechanical contact does not provide a resistance of less than 0.03 ohms 33 between components,tack weld component to provide electrical continuity. 34 B. Preparation of Steel Pipe for Bonding 35 1. Bonding wires are not required for welded steel pipe. 36 2. Mechanical jointed steel pipe requires the installation of bond wires across the joint 37 as shown on the Drawings. 38 C. Preparation of Ductile Iron Pipe for Bonding 39 1. Install insulated bond wires as shown on the Drawings. 40 D. Electrical Bond Wires 41 1. Electrical bond wires are to be a minimum No. 4 AWG, 7 stranded,copper cable 42 with THHN insulation. 43 2. Remove 1 inch of T-1414N insulation from each end of the bond wire. 44 3. Thermite weld the bond wires to the pipeline. 45 4. Provide the minimum number of bond wires as shown on Drawings for steel or 46 ductile iron pipe. ., CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. 1-Page 52 of 144 330410-8 JOINT BONDING AND ELECTRICAL ISOLATION Page 8 of 12 1 5. All new pipeline joints, including those on pine, fittings valves and branch 2 connections,except those specified to be insulated, shall be bonded as shown on the 3 Drawings.All bond cables shall be thermite welded to the pie or fitting as 4 described above. 5 6. All ioints are to be bonded with two HMWPE insulated copper cables unless shown 6 otherwise. Wire size shall be AWG No. 2 for piping larger than 36-inch and AWG 7 No. 4 for 16-inch to 36-inch piping,unless otherwise shown on Drawings. 8 E. Electrical Bond Clip 9 1. Weld 3 ASTM 366 steel bonding clips,each approximately 0.13 inches thick, 2.5 10 inches long, and 1.25 inches wide, with 1/8-inch fillet welds to the bell and spigot 11 of adjacent pre-stressed concrete cylinder pipe or steel pipe with rubber gasketed 12 joints. 13 2. Manufacture clips to maintain continuity regardless of small deflections of finished 14 joints. 15 3.4 INSTALLATION 16 A. Installation of Electrical Continuity Bonds by Thermite Welding 17 1. Inspection 18 a. Use continuous bond wires with no cuts or tears in the insulation covering the 19 conductor. 20 2. General 21 a. Attach bond wires at required locations by thermite welding process. 22 3. Thermite Welding Methods 23 a. All thermite welds shall be made as shown on the Drawings and in accordance 24 with the manufacturer's recommendations using the proper combination of 25 equipment for the pipe and wire size being welded. All welding materials and 26 equipment shall be the product of a single manufacturer. 27 b. Assure that the area where the attachment is to be made is absolutely dry 28 Remove mill coating d, irt, grime and grease from the pipe or fitting surface at 29 the weld location by wire brushing or by the use of suitable safety solvents. 30 Clean a 2.5-inch square area of the pipe or fitting surface at the weld location to 31 a bright shiny surface,free of all serious pits and flaws by use of a mechanical 32 grinder. 33 c. Prepare the wire for welding by assuring that the cable is absolutely dry. The 34 cable shall be free of dirt, grease, and other foreign products. Cut the cable in 35 such a way as to avoid flattening or forcing out of round. To prevent 36 deformation of the cable, cut the cable with cable cutters. Remove the insulation 37 in a manner that will avoid damage to strands. Install adapter sleeves for all 38 bonds and test wires prior to welding. Either prefabricated factory sleeved joint 39 bonds or bond wire with formed sleeves made in the field are acceptable. Hold 40 the cable at an approximate 30-degree angle to the pipe surface when welding. 41 d. When the weld has cooled,remove the weld slag and test the weldment for 42 strength b striking a sharp blow with a two-pound hammer while pulling firmly 43 on the wire. Reweld unsound welds and retest weldments. Thoroughly clean 44 mold and mold covers after completion of each weld to assure that no slag will 45 penetrate into the next weld. 46 e. After soundness of the weld has been verified,thoroughly clean with a stiff 47 wire brush and coat as follows: CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 1—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01304 Revised December 20,2012 Addendum No.1-Page 53 of 144 330410-9 JOINT BONDING AND ELECTRICAL ISOLATION Page 9 of 12 1 f. Thermite welds to concrete bar wrapped cylinder pipe shall be coated with a 2 minimum of 10 mils of a brush applied mastic. The mastic shall completely 3 cover the weld and the entire steel bonding plate. The mastic shall be allowed to 4 completely dry_before being fully embedded in concrete mortar at the pipe joint. 5 Follow all manufacturer's instructions for applying the mastic coating_ 6 g. Per-fbfm thefmite welding of bond wir-es to piping in the fellewing mmmen 7 1) Cle.,n and dfy pipe to whieh the.. e e to be_etteehea 8 , 9 . 10 . 11 3) Remove a .....,tet.. 1 ifiek „f:.,s„la4ien f.em eaeb end efwir-e to be 12 thefmite welded te pipe exposing elean, 13 . 14 Dlaee wireer-stFap between gf phite mold afid the prepared metal s .«�..e 15 5) Dl.,ee metal ,lisle in bettem of ff el,d 16 6) Pour-theffaite weld ehafge inte the mold. Squeeze betteFn ef eaFtfidge to 17 spread ignition powdef evef ehafge. 18 . 19 ,remove thefmite weld meld and gend),84filke 20 weld with a hammer-te r-efaeve weld slag. 21 . 22 . 23 , eeat all bafe metal and weld fnetal with Stepaq CZ 24 t 25 4. Post-Installation Thermite Weld Inspection 26 a. Contractor is responsible for all testing. 27 b. All testing is to be performed by or under the supervision of certified NACE 28 personnel. 29 c. Visually examine each thermite weld connection for strength and suitable 30 coating prior to backfilling. 31 d. Measure resistance through selected bonded joints with a digital low resistance 32 ohmmeter(DLRO). 33 1) Resistance of 0.001 ohms or less is acceptable. 34 2) If the above procedure indicates a poor-quality bond connection,reinstall 35 the bond. 36 3) Record results and submit to the City for approval prior to backfilling. 37 5. Backfilling of Bonded Joints 38 a. Perform backfilling of bonded piping in manner that prevents damage to the 39 bonds and all connections to the metallic structures. 40 b. Use appropriate backfill material to completely cover the electrical bond. 41 c. Provide protection so that future construction activities in the area will not 42 destroy the bonded connections. 43 d. If construction activity damages a bonded connection, install new bond wire. 44 B. Clearance to Other Structures 45 1. Twelve inches of natural clearance shall be maintained to other structures,where 46 possible. When 12 inches of clearance cannot be maintained install a flexible 47 polyethylene mesh webbing pad around the new piping and secure with non- 48 metallic tape. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 54 of 144 3304 10-10 JOINT BONDING AND ELECTRICAL ISOLATION Page 10 of 12 1 C. Installation of Pipeline Flange Isolation Devices 2 1. Placement 3 a. Install isolation joints at the locations shown on the Drawings. 4 2. Assembly 5 a. Place gasket, sleeves and washers as recommended by the manufacturer. 6 b. Follow manufacturer's recommendations for even tightening to proper torque. 7 3. Testing 8 a. Immediately after an electrical isolation fitting has been installed, contact the 9 City to perform testing for electrical isolation effectiveness. 10 4. Painting 11 a. Do not use metal base paints on electrical isolation devices. 12 5. Encapsulation 13 a. Encapsulate below-grade isolation joints with the Denso Densyl Tape system 14 after the isolation joint has been tested for effectiveness. 15 D. Coating of Insulating Flanges 16 1. The insulating flanges and insulatingcoKporation valves, including all isolation 17 components shall be fully coated for a minimum of 12 inches on either side of the 18 flange or corporation stop.The insulator shall be coated after verification of proper 19 electrical isolation. The insulator shall be coated as described below. 20 a. Clean the surface of the insulator,and all of its components by power tool 21 cleaning in accordance with the SSPC SP3. Follow all surface preparation 22 recommendations of the coating_manufacturer. 23 b. Apply a uniform coat of the primer to the external surface of the insulator, and 24 all of its components including; bolts,nuts, etc. The primer shall extend a 25 minimum of twelve inches on either side of the insulator. 26 c. Apply filler mastic to all irregular surfaces of the insulator to assure a smooth 27 profile for application of the inner tape coating, 28 d. Apply innerwrap to the insulator,and its components in a spiral fashion with a 29 minimum overlap of 55%. The innerwrap shall extend a minimum of twelve 30 inches on either side of the insulator. 31 e. Apply outerwrap to the insulator,and its components in a spiral fashion with a 32 minimum overlap of one inch. The outerwrap shall be applied with sufficient 33 tension to provide continuous adhesion of the outerwrap tape. Install test 34 facilities at the insulating flanges as shown on the Drawings. 35 E. Penetration of Concrete Structures 36 1. When penetrating a concrete slab(wall or floor), install a linked rubber seal 37 between the pipe and the concrete slab sleeve. Install the linked rubber seal in 38 accordance with the manufacturer's recommendations. The linked rubber seal is to 39 be installed to isolate the piping from direct contact to the concrete and to seal the 40 area of the pipe penetration from water intrusion. Under no circumstances shall 41 metallic pipe be in contact with reinforcingsteel. l CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. l-Page 55 of 144 3304 10- 11 JOINT BONDING AND ELECTRICAL ISOLATION Page 11 of 12 1 F. Installation of Casing Spacers and End Seals 2 1. Each length of pipe within the casing shall be supported and electrically isolated 3 from the casing by the use of insulating spacers(supports).The number of casing 4 spacers and the spacing between them shall be in accordance with the 5 recommendations of the casing,spacer manufacturer but no fewer than three(one at 6 each end and one at the midpoint of the pipe)shall be used to support each section 7 of pipe. The insulating spacers shall be of sufficient dimension to center the carrier 8 pipe within the casing and to serve as runners to slide the carrier through the casing. 9 2. B.After the carrier pipe is installed within the casing,the Contractor shall test the 10 electrical isolation between the casing and the carrier pipe. If the carrier pipe is not 11 electrically isolated from the casing,the Contractor shall,at no cost to the Owner, 12 remove the carrier 1ipe from the casing,replace any and all defective or damage d 13 casing spacers and reinstall the carrier pipe in the casing. The Contractor shall retest 14 the repaired electrical isolation. This process will continue until the casing is tested 15 to be electrically isolated from the carrier pipe. Pipe to casing insulation that passes 16 for effective isolation during the pre-backfill test,but does not render positive 17 isolation results during the acceptance testing must be repaired by the Contractor at 18 no additional cost to the Owner. The Contractor shall provide the Engineer a 19 minimum notice of one week prior to the completion of the installation of piping 20 within a casing. 21 3. C.Install casing end seals at both ends of the casing after the casing_isolation has 22 been confirmed as effective. The casing end seals shall be installed in accordance 23 with the written instructions of the end seal manufacturer. 24 4. Casing spacers and end seals installation shall also , 25 wM follow Section 33 05 24. 26 G. histallation OfEad Seat's 28 3.5 REPAIR/RESTORATION [NOT USED] 29 3.6 RE-INSTALLATION [NOT USED] 30 3.7 FIELD QUALITY CONTROL 31 A. Testing of Joint Continuity Bonds and Isolation Joints 32 1. After the completion of the continuity bonding of individual joints,but before the 33 pipe is backfilled,each bonded joint shall be tested for electrical continuity. 34 2. A DC current shall be impressed on the pipe on 1 side of the joint under test using a 35 portable 12-volt battery and a driven ground rod. The battery shall be connected 36 such that the positive terminal is connected to the ground rod and the negative 37 terminal is connected to the pipe section under test. The magnitude of test current is 38 not important as long as it causes a change in pipe-to-soil potential on the section of 39 pipe that is in the test current circuit. 40 3. The pipe-to-soil potential shall be measured on each side of the isolation joint using 41 a high impedance voltmeter and portable copper/copper sulfate reference electrode 42 with the test current"on"and"off. 43 4. A joint is considered electrically continuous if the"on"and"off potentials are the 44 same on either side of the joint under test. CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 1—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 56 of 144 3304 10-12 JOINT BONDING AND ELECTRICAL ISOLATION Page 12 of 12 1 5. This same procedure shall be used to test individual isolation joints except that the 2 joint is considered effective if the pipe-to-soil potential is not the same when 3 measured on each side of the joint when the test current is"on'. 4 6. Record results and submit in accordance with this Specification. 5 B. Casing to Carrier Pipe Isolation Tests 6 1. Immediately after the pipe has been installed in the casing,but prior to connecting 7 the line,make pipe available for testing and contact the City to perform an electrical 8 continuity test to determine that the casing is electrically isolated from the pipeline. 9 2. The continuity test shall be fully documented and approved by the City prior to 10 backfilling. 11 3. Record results and submit in accordance with this Specification. 12 4. If the electrical isolation between carrier pipe and casing is not effective,the cause 13 shall be immediately investigated and the situation remedied. 14 5. Under no circumstances shall a shorted casing be backfilled. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2.0-Modified material specifications for gaskets,sleeves and washers 24 CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.I-Page 57 of 144 330412-1 MAGNESIUM ANODE CATHODIC PROTECTION Page l of 10 1 SECTION 33 04 12 2 MAGNESIUM ANODE CATHODIC PROTECTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for Cathodic Protection Systems on concrete cylinder pipes,carbon 7 steel pipes and ductile iron pipes using Magnesium Anodes 8 2. The Cathodic Protection System shall include,but not be limited to the following: 9 a. Materials and installation 10 b. Post-installation survey 11 c. Final Report to include recommendations 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. Neve. 14 1. 2.2 A. 1.a. 15 2. 2.2 A. 3. c. 5) 16 3. 2.2 E. 3. 17 4. 3.4 B. 1.b. 18 C. Related Specification Sections include,but are not necessarily limited to: 19 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the t 20 Contract 21 2. Division —General Requirements 22 3. Section 33 05 26—Utility Markers/Locators 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Measure 26 a. Measurement for this Item shall be by lump sum. 27 2. Payment: 28 a. The work performed and materials furnished in accordance with this Item shall 29 be paid for at the lump sum price bid for"Cathodic Protection"for each material 30 of utility pipe bid. 31 3. The price bid shall include: 32 a. Mobilization 33 b. Anode groundbeds 34 c. Anode test stations 35 d. Excavation 36 e. Furnishing,placement,and compaction of backfill 37 £ Field welding 38 g. Connections 39 h. Adjustments 40 i. Testing 41 j. Clean-up CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. 1-Page 58 of 144 330412-2 MAGNESIUM ANODE CATHODIC PROTECTION Page 2 of 10 1 k. Start-up/Commissioning 2 1.3 REFERENCES 3 A. Abbreviations and Acronyms 4 1. AWG: American Wire Gauge 5 2. CSE: Copper/Copper Sulfate Reference Electrode 6 3. HMWPE: High Molecular Weight Polyethylene 7 B. Definitions 8 1. Anode: The electrode of an electrochemical cell at which oxidation occurs. 9 2. Cable/Wire: One conductor or multiple conductors insulated from one another. 10 3. Cathode: The electrode of an electrochemical cell at which reduction is the 11 principal reaction. 12 4. Cathodic Polarization: The change of electrode potential in the negative direction 13 caused by direct current(DC) flow across the electrode/electrolyte interface. 14 5. Cathodic Protection: A technique used to reduce the corrosion of a metal surface by 15 making that surface the cathode of an electrochemical cell. 16 6. Corrosion: Degradation of a material,usually a metal,that results from a reaction 17 with its environment. 18 7. Corrosion Control Engineer:NACE certified, licensed engineer in the state of 19 Texas,employed by a Corrosion Engineering Firm. 20 8. Corrosion Engineering Firm: Engineering firm in charge of the corrosion protection 21 design on behalf of the Contractor. 22 9. Criterion: Standard for assessment of the effectiveness of a Cathodic Protection 23 System. 24 10. Current: Flow of electric charge. 25 11. Electrode: A conductor used to establish contact with an electrolyte and through 26 which current is transferred to or from an electrolyte. 27 12. Electrolyte: A chemical substance containing ions that migrate in an electric field 28 (i.e., soil or water). 29 13. Foreign Structure: Any metallic structure that is not intended as a part of a system 30 under Cathodic Protection. 31 14. Galvanic Anode: A metal that provides sacrificial protection to another metal that is 32 less active (more noble)when electrically coupled in an electrolyte. 33 15. Interference: Any electrical disturbance on a metallic structure as a result of stray 34 current. 35 16. Pipe-to-Electrolyte Potential: The potential difference between the pipe and the 36 electrolyte that is measured with reference to an electrode in contact with the 37 electrolyte. 38 17. Polarized Potential: The potential across the structure/electrolyte interface that is 39 the sum of the free corrosion potential and the cathodic polarization 40 18. Reference Electrode: An electrode whose open-circuit potential is constant under 41 similar conditions of measurement and is used to measure the relative potentials of 42 other electrodes 43 19. Stray Current: Current flow through paths other than the intended circuit. CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 59 of I44 330412-3 MAGNESIUM ANODE CATHODIC PROTECTION Page 3 of 10 1 20. Voltage: Electromotive force or difference in electrode potential expressed in volts. 2 C. Reference Standards 3 1. NACE International(NACE). 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 5 1.5 SUBMITTALS 6 A. Submittals shall be in accordance with Section 01 33 00. 7 B. All submittals shall be approved by the City prior to delivery. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 A. Product Data 10 1. Submit product data for all components of the Cathodic Protection System. Data 11 submitted shall include: 12 a. Anodes 13 b. Anode Test Stations 14 c. Wiring 15 d. Splicing Materials 16 e. Thermite Weld Materials 17 £ Weld Coatings 18 1.7 CLOSEOUT SUBMITTALS 19 A. The results of all testing procedures shall be submitted to the Engineer or the City for 20 review and approval. Testing information required includes: 21 1. Anode groundbed current outputs 22 2. Pipe-to-soil potentials 23 3. Results of interference testing 24 4. Results of electrical isolation joint tests 25 5. Operating and maintenance instructions 26 B. Results of all testing are to be submitted to Owner for inclusion in the O&M manual. 27 C. Provide written documentation from the Corrosion Control Engineer of any deficiencies 28 discovered during the post installation inspection. 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE 31 A. Qualifications 32 1. Cathodic Protection installer shall show adequate documented experience in the 33 type of Cathodic Protection work required for the project. 34 B. Certifications 35 1. The Contractor shall,upon request by City, furnish manufacturer's certified test 36 reports that indicate that anodes meet Specifications and that all tests have been 37 performed in accordance with the applicable standards. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 1—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01304 Revised December 20,2012 Addendum No.1-Page 60 of 144 330412-4 MAGNESIUM ANODE CATHODIC PROTECTION Page 4 of 10 1 1.10 DELIVERY,STORAGE,AND HANDLING 2 A. Delivery of Cathodic Protection materials shall be coordinated by the Contractor. 3 B. Storage and Handling Requirements 4 1. Secure and maintain a location to store the material in accordance with Section 01 5 6600. 6 C. Packaging Waste Management 7 1. Dispose of anode and thermite weld material packaging properly and remove from 8 the job site after installation is complete. 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 13 2.2 MATERIALS 14 A. Sacrificial Anodes-Magnesium 15 1. Magnesium Anodes 16 a. Use high potential prepackaged Magnesium Anodes. Each anode shall have a 17 nominal weight of 48 pounds,excluding backfill. 18 b. The metallurgical composition of the Magnesium Anodes shall conform to the 19 following: 20 Element Content(%) Al 0.01 Mn 0.50 to 1.30 Cu 0.02 Maximum Ni 0.001 Maximum Fe 0.03 Maximum Other 0.05 Each or 0.3 Maximum(Total) Magnesium Remainder 21 22 2. Magnesium Anode Current Capacity 23 a. Magnesium Anodes require a current capacity of no less than 500 amp-hours 24 per pound of magnesium. 25 3. Anode Backfill Material 26 a. Use chemical backfill material around all galvanic anodes. 27 b. Backfill provides a reduced contact resistance to earth,provides a uniform 28 environment surrounding the anode,retains moisture around the anode and 29 prevents passivation of the anode. 30 c. All galvanic anodes shall come prepackaged in a backfill material conforming 31 to the following composition: CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 1-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01304 Revised December 20,2012 Addendum No.I-Page 61 of 144 330412-5 MAGNESIUM ANODE CATHODIC PROTECTION Page 5 of 10 1 1) Ground hydrated gypsum: 75 percent 2 2) Powdered bentonite: 20 percent 3 3) Anhydrous sodium sulfate: 5 percent 4 4) Have a grain size backfill such that 100 percent is capable of passing 5 through a 20-mesh screen and 50 percent is retained by a 100-mesh screen. 6 5) The anode shall be vibratory packaged in a permeable cotton bag_ 8 bag 9 6) For cast magnesium ingots,the required weight of backfill shall be as 10 follows: 11 Anode Weight Backfill Weight Total Weight Pounds Pounds Pounds 17 44 61 20 50 70 32 58 90 40 65 105 48 48 96 60 70 130 12 4. Anode Lead Wires 13 a. For the lead wire for the Magnesium Anodes,use a 10-foot length of No. 12 14 AWG solid copper wire equipped with TW of THW insulation. 15 5. Lead Wire Connection to Magnesium Anode 16 a. Cast Magnesium Anodes with a 20 gauge galvanized steel core. 17 b. Extend 1 end of the core beyond the anode for the lead wire connection. 18 c. Silver-solder the lead wire to the core and fully insulate the connection. 19 B. Splicing Tape 20 1. Tape used for covering anode lead wire to anode header cable connections shall be 21 2 layers of Scotch 13OC rubber splicing tape,then 2 layers of Scotch 88 vinyl 22 electrical tape as manufactured by 3M Scotch, or approved equal. 23 2. Taped splices shall be covered with a coating of 3M Scotchkote electrical coating, 24 or approved equal. 25 C. Crimping Lugs 26 1. Crimping lugs used to connect the anode lead wire to anode header cable shall be 27 copper compression crimpit Catalog No. YC 10C 10 as manufactured by Burndy,or 28 approved equal. 29 D. Anode Header Cable 30 1. Anode header cables routed between the anode groundbed and the test stations shall 31 be#10 AWG stranded copper conductors with type HMWPE insulation(black). 32 E. Anode Test Stations 33 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown 34 on the Drawings. 35 2. The terminal box shall be a 7 terminal NM-7 with cast iron lockable lid as 36 manufactured by CP Test Services, or approved equal. CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 62 of 144 330412-6 MAGNESIUM ANODE CATHODIC PROTECTION Page 6 of 10 1 3. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast 2 iron cover marked "CP Test"as manufactured by Brooks Products, Inc,or approved 3 equal. Concrete for test station slabs shall have specified compressive strength(28 4 day)of at least 3000 psi. 5 4. If the area is not paved,the test station shall be installed in a 24-inch x 24-inch x 6- 6 inch square concrete pad. 7 5. Install a marker sign adjacent to all flush-mounted test stations. 8 F. Shunt 9 1. Monitoring shunt shall be a 0.01 ohm Type RS shunt as manufactured by 10 Holloway, or approved equal. 11 2. There shall be at least 1 shunt in each Magnesium Anode test station. 12 G. Test Lead Wire 13 1. Test station lead wires shall be#12 AWG stranded copper cable with type TW, 14 THW or THHN insulation,black in color. 15 H. Permanent Reference Electrode 16 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double 17 membrane ceramic cell in a geomembrane package,as manufactured by Corrpro 18 Companies, Inc., or approved equal. 19 2. The permanent reference electrode shall be equipped with No. 14 AWG stranded 20 copper wire with blue HMWPE insulation of suitable length to attach to the 21 terminal board of the test station. 22 I. Marker Sign 23 1. Provide marker sign in accordance with Section 33 05 26. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3- EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 INSTALLATION 31 A. Installation of Sacrificial Anodes 32 1. Placement 33 a. Each anode shall be installed vertically in a 12-inch diameter by 10 foot deep 34 hole or by trench maintaining the same spacing as shown on the Drawings. 35 b. Centerline of the anode shall be at a minimum of 10 feet from the centerline of 36 the pipe. 37 c. Anodes shall be installed within the pipeline right-of-way. 38 2. Augured Hole 39 a. The anode hole diameter shall easily accommodate the anode. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.I-Page 63 of 144 330412-7 MAGNESIUM ANODE CATHODIC PROTECTION Page 7 of 10 1 3. Backfilling AWN 2 a. After the hole is augured,the packaged anode shall be lowered into the hole and 3 the soil shall be firmly tamped around the package so that it is in intimate 4 contact with the package. 5 b. Pour a minimum of 5 gallons of water into the anode hole. 6 c. Backfill the remainder of the anode hole. 7 4. Anode Lead Wire 8 a. Lead wires from the anodes shall be run underground at a minimum depth of 24 9 inches. 10 b. Each anode lead wire shall be connected to an anode header cable as indicated 11 on the Drawings. 12 5. Handling 13 a. Anodes shall be handled in a manner that will avoid damaging anode materials 14 and wire connections. 15 B. Installation of Permanent Anode 16 1. Location 17 a. Install 1 permanent copper sulfate reference electrode at each anode ground 18 bed. 19 b. The permanent reference electrode shall be six inches below the bottom of the 20 pipe trench . 21 c. Prepare and install the permanent reference electrode in strict accordance with 22 the manufacturer's recommendations. 23 2. Placement 24 a. Place the permanent reference electrode in the same ditch with the water line 25 and carefully covered with the same soil as the pipeline backfill. 26 3. Lead Wire 27 a. Protect the permanent reference electrode lead wire during backfill operations 28 and route to the test station along with the water line test leads and anode ground 29 bed cables. 30 C. Installation of Wire and Cable 31 1. Depth 32 a. All underground wire and cable shall be installed at a minimum of 24 inches 33 below final grade with a minimum separation of 6 inches from other 34 underground structures. 35 2. Anode Header Cable 36 a. Each anode lead wire shall be connected to a#10 AWG/HMWPE header cable 37 which shall be routed into a flush-to-grade test station. 38 3. Anode Lead Wire to Header Cable Connection 39 a. Each anode lead wire to header cable connection shall be made using a copper 40 compression connector. 41 b. Each connection shall be taped using rubber tape, vinyl tape and coated with 42 Scotchkote electrical coating as shown on the Drawings. 43 4. Anode-to-Pipeline Connection 44 a. Connect each group of anodes to the pipeline through a test station as shown on 45 the Drawings. 46 b. A 0.01 ohm shunt shall be used to connect the anode header cable to the 47 pipeline as shown on the Drawings. CITY OF FORT WORTH Northside If 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 64 of 144 330412-8 MAGNESIUM ANODE CATHODIC PROTECTION Page 8 of 10 1 5. A 3-inch wide,yellow,non-detectable warning tape labeled"Cathodic Protection 2 Cable Buried Below"shall be buried at a depth of 18 inches below the surface and 3 along the length of all Cathodic Protection cable trenches. 4 D. Test Lead Wire Attachment 5 1. Test lead cables shall be attached to the pipe by thermite welding. 6 2. The pipe to which the wires are to be attached shall be clean and dry. 7 3. A grinding wheel shall be used to remove all coating,mill scale, oxide, grease and 8 dirt from the pipe over an area approximately 3 inches square. 9 a. The surface shall be cleaned to bright metal. 10 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of 11 insulation removed from each end,exposing clean,oxide-free copper for welding. 12 5. Charges and Molds 13 a. Weld charges and mold size shall be as specified by the manufacturer for the 14 specific surface configuration. 15 b. Care shall be taken during installation to be sure correct charges are used. 16 c. Welding charges and molds shall be the product of a manufacturer regularly 17 engaged in the production of such materials. 18 6. Using the proper size thermite weld mold as recommended by the manufacturer,the 19 wire shall be placed between the graphite mold and the prepared metal surface. 20 7. The metal disk shall be placed in the bottom of the mold. 21 8. The cap from the weld charge container shall be removed and the contents poured 22 into the mold. 23 9. Squeeze the bottom of the weld charge container to spread ignition powder over the 24 charge. 25 10. Close the mold cover and ignite the starting powder with a flint gun. The mold 26 should be held firmly in place until all of the charge has burned and the weld has 27 cooled slightly. 28 11. Remove the thermite weld mold and gently strike the weld with a hammer to 29 remove the weld slag. 30 12. Pull on the wire to assure a secure connection. 31 13. If the weld is not secure or the wire breaks,repeat the procedure. 32 14. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape,or 33 approved equal. 34 E. Flush-to-Grade Anode Test Stations 35 1. Flush-to-grade anode test stations shall be installed as shown on the Drawings. 36 2. Test stations shall be installed in a 24-inch x 24-inch x 6-inch square concrete pad. 37 3. Sufficient slack shall be coiled beneath the test station to allow for soil settlement 38 and to prevent damage to the leads during backfilling. 39 a. Additional slack shall be left to allow for withdrawal of the terminal board a 40 minimum of 12 inches above the top of the concrete pad for test purposes. 41 F. Post Installation Backfilling of Cables 42 1. General 43 a. During the backfilling operation,cables shall be protected to prevent damage to 44 the wire insulation and conductor integrity. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2 -Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01304 Revised December 20,2012 Addendum No.1-Page 65 of 144 330412-9 MAGNESIUM ANODE CATHODIC PROTECTION Page 9 of 10 1 3.5 REPAIR 2 A. Cut wires shall be spliced by using a copper compression connector. 3 1. The connection shall be completely sealed against moisture penetration by the use 4 of rubber tape,vinyl tape and Scotchkote electrical coating. 5 B. Damaged or missing test station components shall be replaced by equal components. 6 3.6 RE-INSTALLATION [NOT USED] 7 3.7 FIELD QUALITY CONTROL 8 A. Field Tests and Inspections 9 1. All components of the Cathodic Protection System shall be visually inspected by 10 the City prior to commissioning of the system. 11 3.8 SYSTEM STARTUP 12 A. General 13 1. The Cathodic Protection System shall be inspected,energized and adjusted 14 (commissioned)as soon as possible after the Cathodic Protection equipment has 15 been installed. 16 B. Equipment 17 1. All Cathodic Protection testing instruments shall be in proper working order and 18 calibrated according to factory specifications. 19 C. Commissioning 20 1. The commissioning of the Cathodic Protection System shall be performed by, or 21 under the direct supervision of,the Corrosion Engineering Firm qualified to verify 22 compliance with this Specification and with the referenced corrosion control 23 standards set forth by NACE International. 24 D. Method 25 1. Measure native state structure-to-soil potentials along the water line using the 26 permanent reference electrodes at each anode test station and a portable reference 27 electrode at all other test stations and at above grade pipeline appurtenances. 28 2. Energize the Cathodic Protection System by connecting each Magnesium Anode 29 groundbed to the pipeline lead in the test station junction box by means of a 0.01 30 ohm shunt. 31 3. Record each anode groundbed current using the shunt. 32 4. Allow sufficient time for the pipeline to polarize. 33 5. Adjust, if necessary,the Cathodic Protection current output in each anode test 34 station to satisfy the 100-mV polarization shift criterion or the-850 millivolts-CSE 35 polarized potential criterion as established by NACE International standards. 36 6. Record all final current outputs measured at each test station. 37 7. Verify that all electrical isolation devices are operating properly including flange 38 isolators and casing spacers. 39 8. Verify that interference does not exist with foreign structures. 40 9. Perform joint tests with owners of the foreign structures (if any)and mitigate any 41 interference detected. CITY OF FORT WORTH Northside 1I 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.I-Page 66 of 144 33 04 12-10 MAGNESIUM ANODE CATHODIC PROTECTION Page 10 of 10 1 10. If necessary, install resistance bonds to mitigate interference. 2 11. Interference testing coordination with the owners of foreign structures is the 3 responsibility of the Cathodic Protection tester. 4 E. Verification and Responsibilities 5 1. Contractor shall correct, at his expense, any deficiencies in materials or installation 6 procedures discovered during the post-installation inspection. 7 3.9 ADJUSTING [NOT USED] 8 3.10 CLEANING [NOT USED] 9 3.11 CLOSEOUT ACTIVITIES [NOT USED] 10 3.12 PROTECTION [NOT USED] 11 3.13 MAINTENANCE [NOT USED] 12 3.14 ATTACHMENTS [NOT USED] 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 14 CITY OF FORT WORTH Northside H 48-Inch Water Trai:smission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 67 of 144 33 11 10-1 DUCTILE IRON PIPE Page 1 of 13 1 SECTION 33 11 10 DUCTILE IRON PIPE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.9 A. 1. d. 10 2. Modified 2.2 B. 4. 11 3. Modified 2.2.B.6.b.9 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 —General Requirements 16 3. Section 33 0131 —Closed Circuit Television(CCTV)Inspection 17 4. Section 33 04 10—Joint Bonding and Electrical Isolation 18 5. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 19 6. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 20 7. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 21 8. Section 33 1105—Bolts,Nuts,and Gaskets 22 9. Section 33 11 11 —Ductile Iron Fittings 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Ductile Iron Pipe 26 a. Measurement 27 1) Measured horizontally along the surface from center line to center line of 28 the fitting,manhole, or appurtenance 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under"Measurement"will be paid for at the unit 32 price bid per linear foot for"DIP"installed for: 33 a) Various sizes 34 b) Various types of backfill 35 c) Various linings 36 d) Various Depths,for miscellaneous sewer projects only 37 e) Various restraints 38 f) Various uses 39 c. The price bid shall include: CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. 1-Page 68 of 144 33 11 10-2 DUCTILE IRON PIPE Page 2 of 13 1 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 2 Drawings 3 2) Mobilization 4 3) Polyethylene encasement 5 4) Lining 6 5) Pavement removal 7 6) Excavation 8 7) Hauling 9 8) Disposal of excess material 10 9) Furnishing,placement and compaction of embedment 11 10) Furnishing, placement and compaction of backfill 12 11) Trench water stops 13 12) Thrust restraint,if required in Contract Documents 14 13) Bolts and nuts 15 14) Gaskets 16 15) Clean-up 17 16) Cleaning 18 17) Disinfection 19 18) Testing 20 1.3 REFERENCES 21 A. Definitions 22 1. Gland or Follower Gland 23 a. Non-restrained,mechanical joint fitting 24 2. Retainer Gland 25 a. Mechanically restrained mechanical joint fitting 26 B. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification,unless a date is specifically cited. 30 2. American Association of State Highway and Transportation Officials(AASHTO). 31 3. American Society of Mechanical Engineers(ASME): 32 a. B 16.1,Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 33 4. ASTM International(ASTM): 34 a. A 193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 35 High Temperature or High Pressure Service and Other Special Purpose 36 Applications 37 b. A 194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 38 Pressure or High Temperature Service,or Both 39 c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 40 d. A307, Standard Specification for Carbon Steel Bolts and Studs,60,000 psi 41 Tensile Strength. 42 e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 43 Water or Other Liquids. 44 f. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. 45 g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 46 Steel. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2--Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number. 02304 Revised December 20,2012 Addendum No.1-Page 69 of 144 33 11 10-3 DUCTILE IRON PIPE Page 3 of 13 1 5. American Water Works Association(AWWA): 2 a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines— 3 Enamel and Tape—Hot Applied. 4 b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. 5 c. M41,Ductile-Iron Pipe and Fittings. 6 6. American Water Works Association/American National Standards Institute 7 (AW WA/ANSI): 8 a. C 104/A21.4,Cement—Mortar Lining for Ductile-Iron Pipe and Fittings. 9 b. C 105/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. 10 c. CI I I/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 11 d. C 115/A21.15,Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 12 Threaded Flanges. 13 e. C 150/A21.50,Thickness Design of Ductile-Iron Pipe. 14 f. C 151/A21.51,Ductile-Iron Pipe,Centrifugally Cast, for Water. 15 g. C600, Installation of Ductile-Iron Water Mains and their Appurtenances 16 7. NSF International (NSF): 17 a. 61,Drinking Water System Components—Health Effects. 18 8. Society for Protective Coatings(SSPC): 19 a. PA 2,Measurement of Dry Coating Thickness with Magnetic Gages. 20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1.5 SUBMITTALS 22 A. Submittals shall be in accordance with Section 0133 00. 23 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 24 specials. 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 26 A. Product Data 27 1. Interior lining 28 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 29 C 104/A21.4,including: 30 1) Material 31 2) Application recommendations 32 3) Field touch-up procedures 33 2. Thrust Restraint 34 a. Retainer glands,thrust harnesses or any other means 35 3. Gaskets 36 a. If hydrocarbon or other special gaskets are required 37 B. Shop Drawings—Furnish for Ductile Iron Pipe used in the water distribution system or 38 for a wastewater force main for 24-inch and greater diameters,including: 39 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 40 Texas including: 41 a. Working pressure 42 b. Surge pressure 43 c. Deflection CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. I-Page 70 of 144 33 ll 10-4 DUCTILE IRON PIPE Page 4 of 13 1 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 2 Professional Engineer in Texas, to verify the restraint lengths shown in the 3 Drawings. 4 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 5 Professional Engineer in Texas including: 6 a. Pipe class 7 b. Joints type 8 c. Fittings 9 d. Stationing 10 e. Transitions 11 f. Joint deflection 12 C. Certificates 13 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 14 Section, each run of pipe furnished has met Specifications,all inspections have 15 been made,and that all tests have been performed in accordance with 16 AWWA/ANSI C151/A21.51. 17 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Qualifications 22 1. Manufacturers 23 a. Finished pipe shall be the product of 1 manufacturer. 24 1) Change orders, specials, and field changes may be provided by a different 25 manufacturer upon City approval. 26 b. Pipe manufacturing operations(pipe,lining,and coatings) shall be performed 27 under the control of the manufacturer. 28 c. Ductile Iron Pipe 29 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 30 a) Perform quality control tests and maintain results as outlined within 31 standard to assure compliance. 32 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 33 of at least 10 seconds. 34 d. Approved manufacturers include American Ductile Iron Pipe Co., Griffin Pipe 35 Products,US Pipe,and McWane Pipe Co. No other Suppliers will be allowed. 36 B. Preconstruction Testing 37 1. The City may, at its own cost, subject random lengths of pipe for testing by an 38 independent laboratory for compliance with this Specification. 39 a. The compliance test shall be performed in the United States. 40 b. Any visible defects or failure to meet the quality standards herein will be 41 grounds for rejecting the entire order. 42 1.10 DELIVERY,STORAGE,AND HANDLING 43 A. Storage and Handling Requirements CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,20I2 Addendum No. 1-Page 71 of 144 33 11 10-5 DUCTILE IRON PIPE Page 5 of 13 1 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 2 stated in AWWA M41. 3 2. Secure and maintain a location to store the material in accordance with Section 01 4 6600. 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART2 - PRODUCTS 8 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 9 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 10 A. Manufacturers 11 1. Only the manufacturers as listed in the City's Standard Products List will be 12 considered as shown in Section 01 60 00. 13 a. The manufacturer must comply with this Specification and related Sections. 14 2. Any product that is not listed on the Standard Products List is considered a 15 substitution and shall be submitted in accordance with Section 012 5 00. 16 B. Pipe 17 1. Pipe shall be in accordance with AWWA/ANSI C I 1 I/A21.11, AWWA/ANSI 18 C150/A21.15,and AWWA/ANSI C151/A21.51. 19 2. All pipe shall meet the requirements of NSF 61. 20 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or 21 closure pieces and necessary to comply with the Drawings. 22 4. As a minimum the following pressures classes apply. The Drawings may specify a 23 higher pressure class or the pressure and deflection design criteria may also require 24 a higher pressure class,but in no case should they be less than the following: 25 Diameter Min Pressure Class (inches) (psi) 3 through 12 350 14 through 20 250 24 200 30 thr-augh 64 4-58 36 250 30& 42 through 150 64 26 27 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI 28 C151/A21.51. Minimum pipe markings shall be as follows: 29 a. "DI"or"Ductile"shall be clearly labeled on each pipe 30 b. Weight,pressure class and nominal thickness of each pipe 31 c. Year and country pipe was cast 32 d. Manufacturer's mark CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 72 of 144 33 11 10-6 DUCTILE IRON PIPE Page 6 of 13 1 6. Pressure and Deflection Design 2 a. Pipe design shall be based on trench conditions and design pressure class 3 specified in the Drawings. 4 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 5 C150/A21.50,AWWA/ANSI C151/A21.51, and AWWA M41 for trench 6 construction,using the following parameters: 7 1) Unit Weight of Fill(w)= 130 pcf 8 2) Live Load=AASHTO HS 20 9 3) Trench Depth= 12 feet minimum,or as indicated in Drawings 10 4) Bedding Conditions=Type 4 11 5) Working Pressure(PW)= 150 psi 12 6) Surge Allowance(P.)= 100 psi 13 7) Design Internal Pressure(Pi)=PW+P,or 2:1 safety factor of the actual 14 working pressure plus the actual surge pressure, whichever is greater. 15 a) Test Pressure= 16 (1) No less than 1.25 minimum times the stated working pressure (187 17 psi minimum)of the pipeline measured at the highest elevation 18 along the test section. 19 (2) No less than 1.5 times the stated working pressure(225 psi 20 minimum)at the lowest elevation of the test section. 21 8) Maximum Calculated Deflection(Dx)=3 percent 22 9) Restrained Joint Safety Factor(Sf)= 15 pereent 200 percent 23 c. Trench depths shall be verified after existing utilities are located. 24 1) Vertical alignment changes required because of existing utility or other 25 conflicts shall be accommodated by an appropriate change in pipe design 26 depth. 27 2) In no case shall pipe be installed deeper than its design allows. 28 7. Provisions for Thrust 29 a. Thrust at bends,tees,plugs or other fittings shall be mechanically restrained 30 joints when required by the Drawings. 31 b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means 32 through casing and for a sufficient distance each side of casing. 33 c. No thrust restraint contribution shall be allowed for the restrained length of 34 pipe within the casing. 35 d. Restrained joints,when required, shall be used for a sufficient distance from 36 each side of the bend,tee,plug,valve or other fitting to resist thrust which will 37 be developed at the design pressure of the pipe. For the purpose of thrust,the 38 following shall apply: 39 1) Valves shall be calculated as dead ends. 40 2) Design pressure shall be greater than the working pressure of the pipe or 41 the internal pressure(Pi)whichever is greater. 42 3) Restrained joints shall consist of approved mechanical restrained or push- 43 on restrained joints as listed in the City's Standard Products List as shown 44 in Section 01 60 00. 45 e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 46 resist thrust in accordance with the Drawings,AWWA M41,and the following: 47 1) The weight of earth(We) shall be calculated as the Weight of the projected 48 soil prism above the pipe, for unsaturated soil conditions. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2--Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 73 of 144 33 11 10-7 DUCTILE IRON PIPE Page 7 of 13 1 2) Soil density= 130 pcf(maximum value to be used),for unsaturated soil 2 conditions 3 3) If indicated on the Drawings and the Geotechnical Borings that ground 4 water is expected,account for reduced soil density. 5 8. Joints 6 a. General—Comply with AWWA/ANSI C111/A21.11. 7 b. Push-On Joints 8 c. Mechanical Joints 9 d. Push-On Restrained Joints 10 1) Restraining Push-on joints by means of a special gasket 11 a) Only those products that are listed in Section 01 60 00 12 b) The working pressure rating of the restrained gasket must exceed the 13 test pressure of the pipe line to be installed. 14 c) Approved for use of restraining Ductile Iron Pipe in casing with a 15 carrier pipe of 4-inches to 12-inches 16 d) Otherwise only approved if specially listed on the Drawings 17 2) Push-on Restrained Joint bell and spigot 18 a) Only those products list in the standard products list will be allowed for 19 the size listed in the standard products list per Section 01 60 00. 20 b) Pressure rating shall exceed the working and test pressure of the pipe 21 line. 22 e. Flanged Joints—AWWA/ANSI C115/A21.15,ASME B16.1,Class 125 23 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 24 g. Field fabricated flanges are prohibited. 25 9. Gaskets 26 a. Provide Gaskets in accordance with Section 33 11 05. 27 10. Isolation Flanges 28 a. Flanges required by the drawings to be Isolation Flanges shall conform to 29 Section 33 04 10. 30 11. Bolts and Nuts 31 a. Mechanical Joints 32 1) Provide bolts and nuts in accordance with Section 33 11 05. 33 b. Flanged Ends 34 1) Meet requirements ofAWWA C115. 35 a) Provide bolts and nuts in accordance with Section 33 1105. 36 12. Flange Coatings 37 a. Connections to Steel Flanges 38 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 39 Tape System in accordance with Section 33 11 05. 40 13. Ductile Iron Pipe Exterior Coatings 41 a. All ductile iron shall have an asphaltic coating,minimum of 1 mil thick, on the 42 pipe exterior,unless otherwise specified in the Contract Documents. 43 14. Polyethylene Encasement 44 a. All buried Ductile Iron Pipe shall be polyethylene encased. 45 b. Only manufacturers listed in the City's Standard Products List as shown in 46 Section 01 60 00 will be considered acceptable. 47 c. Use only virgin polyethylene material. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. I-Page 74 of 144 33 11 10-8 DUCTILE IRON PIPE Page 8 of 13 I d. Encasement for buried pipe shall be 8 mil linear low density(LLD) 2 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 3 cross-laminated(HDCL)polyethylene encasement conforming to 4 AWWA/ANSI C105/A21.5 and ASTM A674. 5 e. Marking: At a minimum of every 2 feet along its length,the mark the 6 polyethylene film with the following information: 7 1) Manufacturer's name or trademark 8 2) Year of manufacturer 9 3) AWWA/ANSI C105/A21.5 10 4) Minimum film thickness and material type 11 5) Applicable range of nominal diameter sizes 12 6) Warning—Corrosion Protection—Repair Any Damage 13 f. Special Markings/Colors 14 1) Reclaimed Water,perform one of the following: 15 a) Label polyethylene encasement with"RECLAIMED WATER", 16 b) Provide purple polyethylene in accordance with the American Public 17 Works Association Uniform Color Code;or 18 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 19 2) Wastewater,perform one of the following: 20 a) Label polyethylene encasement with"WASTEWATER"; 21 b) Provide green polyethylene in accordance with the American Public 22 Works Association Uniform Color Code;or 23 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 24 g. Minimum widths 25 Polyethylene Tube and Sheet Sizes for Push-On Joint Pipe Nominal Pipe Diameter Min. Width—Flat Tube Min. Width—Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2--Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. 1-Page 75 of 144 33 11 10-9 DUCTILE IRON PIPE Page 9 of 13 1 15. Ductile Iron Pipe Interior Lining 2 a. Cement Mortar Lining 3 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 4 accordance with AWWA/ANSI C104/A21.04 and be acceptable according 5 to NSF 61. 6 b. Ceramic Epoxy or Epoxy Linings 7 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 8 Ceramic Epoxy or Epoxy lining as designated in the City's Standard 9 Products List as shown in Section 0160 00. 10 2) Apply lining at a minimum of 40 mils DFT. 11 3) Due to the tolerances involved,the gasket area and spigot end up to 6 12 inches back from the end of the spigot end must be coated with 6 mils 13 nominal, 10 mils maximum using a Joint Compound as supplied by the 14 manufacturer. 15 a) Apply the joint compound by brush to ensure coverage. 16 b) Care should betaken that the joint compound is smooth without excess 17 buildup in the gasket seat or on the spigot ends. 18 c) Coat the gasket seat and spigot ends after the application of the lining. 19 4) Surface preparation shall be in accordance with the manufacturer's 20 recommendations. 21 5) Check thickness using a magnetic film thickness gauge in accordance with 22 the method outlined in SSPC PA 2. 23 6) Test the interior lining of all pipe barrels for pinholes with a non- 24 destructive 2,500 volt test. .. 25 a) Repair any defects prior to shipment. 26 7) Mark each fitting with the date of application of the lining system along 27 with its numerical sequence of application on that date and records 28 maintained by the applicator of his work. 29 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 30 cut, coat the exposed surface with the touch-up material as recommended 31 by the manufacturer. 32 a) The touch-up material and the lining shall be of the same manufacturer. 33 2.3 ACCESSORIES [NOT USED] 34 2.4 SOURCE QUALITY CONTROL [NOT USED] 35 PART 3- EXECUTION 36 3.1 INSTALLERS [NOT USED] 37 3.2 EXAMINATION [NOT USED] 38 3.3 PREPARATION [NOT USED] 39 3.4 INSTALLATION 40 A. General CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. l-Page 76 of 144 33 11 10-10 DUCTILE IRON PIPE Page 10 of 13 .0001, 1 1. Install pipe,fittings, specials and appurtenances as specified herein,as specified in 2 AWWA C600,AWWA M41 and in accordance with the pipe manufacturer's 3 recommendations. 4 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 5 3. Lay pipe to the lines and grades as indicated in the Drawings. 6 4. Excavate and backfill trenches in accordance with Section 33 05 10. 7 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 8 6. For installation of carrier pipe within casing, see Section 33 05 24. 9 B. Pipe Handling 10 1. Haul and distribute pipe and fittings at the project site. 11 2. Handle piping with care to avoid damage. 12 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 13 lowering into the trench. 14 b. Do not handle the pipe in such a way that will damage the interior lining. 15 c. Use only nylon ropes,slings or other lifting devices that will not damage the 16 surface of the pipe for handling the pipe. 17 3. At the close of each operating day: 18 a. Keep the pipe clean and free of debris, dirt, animals and trash—during and after 19 the laying operation. 20 b. Effectively seal the open end of the pipe using a Basketed night cap. 21 C. Joint Making 22 1. Mechanical Joints 23 a. Bolt the follower ring into compression against the gasket with the bolts 24 tightened down evenly then cross torqued in accordance with AWWA C600. 25 b. Overstressing of bolts to compensate for poor installation practice will not be 26 permitted. 27 2. Push-on Joints 28 a. Install Push-on joints as defined in AWWA/ANSI C 111/A21.11. 29 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 30 c. Place the gasket in the bell in the position prescribed by the manufacturer. 31 d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 32 gasket and the outside of the spigot prior to entering the spigot into the bell. 33 e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to 34 conform to AWWA C600. 35 3. Flanged Joints 36 a. Use erection bolts and drift pins to make flanged connections. 37 1) Do not use undue force or restraint on the ends of the fittings. 38 2) Apply even and uniform pressure to the gasket. 39 b. The fitting must be free to move in any direction while bolting. 40 1) Install flange bolts with all bolt heads faced in one direction. 41 4. Joint Deflection 42 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 43 and grades and shown in the Drawings. 44 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. 1-Page 77 of 144 33 11 10-11 DUCTILE IRON PIPE Page 11 of 13 1 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 2 C600. 3 d. The manufacturer's recommendation may be used with the approval of the 4 Engineer. 5 D. Polyethylene Encasement Installation 6 1. Preparation 7 a. Remove all lumps of clay,mud,cinders,etc., on pipe surface prior to 8 installation of polyethylene encasement. 9 1) Prevent soil or embedment material from becoming trapped between pipe 10 and polyethylene. 11 b. Fit polyethylene film to contour of pipe to affect a snug,but not tight encase 12 with minimum space between polyethylene and pipe. 13 1) Provide sufficient slack in contouring to prevent stretching polyethylene 14 where it bridges irregular surfaces such as bell-spigot interfaces,bolted 15 joints or fittings and to prevent damage to polyethylene due to backfilling 16 operations. 17 2) Secure overlaps and ends with adhesive tape and hold. 18 c. For installations below water table and/or in areas subject to tidal actions, seal 19 both ends of polyethylene tube with adhesive tape at joint overlap. 20 2. Tubular Type(Method A) 21 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 22 b. Slip tube around pipe,centering it to provide 1-foot overlap on each adjacent 23 pipe section and bunching it accordion-fashion lengthwise until it clears pipe 24 ends. 25 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 26 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 27 e. After assembling pipe joint,make overlap of polyethylene tube,pull bunched 28 polyethylene from preceding length of pipe, slip it over end of the new length 29 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 30 f. Secure overlap in place. 31 g. Take up slack width at top of pipe to make a snug,but not tight, fit along barrel 32 of pipe, securing fold at quarter points. 33 h. Repair cuts,tears,punctures or other damage to polyethylene. 34 i. Proceed with installation of next pipe in same manner. 35 3. Tubular Type(Method B) 36 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 37 b. Slip tube around pipe,centering it to provide 6 inches of bare pipe at each end. 38 c. Take up slack width at top of pipe to make a snug,but not tight, fit along barrel 39 of pipe, securing fold at quarter points; secure ends. 40 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 41 proceeding pipe section,bunching it accordion-fashion lengthwise. 42 e. After completing joint,pull 3-foot length of polyethylene over joint, 43 overlapping polyethylene previously installed on each adjacent section of pipe 44 by at least 1 foot;make each end snug and secure. 45 4. Sheet Type 46 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 47 section. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01304 Revised December 20,2012 Addendum No.1-Page 78 of 144 33 11 10-12 DUCTILE IRON PIPE Page 12 of 13 1 b. Center length to provide 1-foot overlap on each adjacent pipe section,bunching 2 it until it clears the pipe ends. 3 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 4 quadrant of pipe. 5 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 6 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 7 of pipe. 8 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 9 g. After completing joint,make overlap and secure ends. 10 h. Repair cuts,tears, punctures or other damage to polyethylene. 11 i. Proceed with installation of next section of pipe in same manner. 12 5. Pipe-Shaped Appurtenances 13 a. Cover bends,reducers, offsets and other pipe-shaped appurtenances with 14 polyethylene in same manner as pipe and fittings. 15 6. Odd-Shaped Appurtenances 16 a. When it is not practical to wrap valves,tees,crosses,and other odd-shaped 17 pieces in tube,wrap with flat sheet or split length polyethylene tube by passing 18 sheet under appurtenances and bringing it up around body. 19 b. Make seams by bringing edges together, folding over twice and taping down. 20 c. Tape polyethylene securely in place at the valve stem and at any other 21 penetrations. 22 7. Repairs 23 a. Repair any cuts,tears,punctures or damage to polyethylene with adhesive tape 24 or with short length of polyethylene sheet or cut open tube,wrapped around 25 fitting to cover damaged area and secured in place. 26 8. Openings in Encasement 27 a. Provide openings for branches, service taps,blow-offs,air valves and similar 28 appurtenances by making an X-shaped cut in polyethylene and temporarily 29 folding back film. 30 b. After appurtenance is installed,tape slack securely to appurtenance and repair 31 cut, as well as other damaged area in polyethylene with tape. 32 c. Service taps may also be made directly through polyethylene,with any 33 resulting damaged areas being repaired as described above. 34 9. Junctions between Wrapped and Unwrapped Pipe: 35 a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, 36 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 37 b. Secure end with circumferential turns of tape. 38 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 39 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 40 3.5 REPAIR/RESTORATION 41 A. Patching 42 1. Excessive field-patching is not permitted of lining or coating. 43 2. Patching of lining or coating will be allowed where area to be repaired does not 44 exceed 100 square inches and has no dimensions greater than 12 inches. 45 3. In general,there shall not be more than 1 patch on either the lining or the coating of 46 any 1 joint of pipe. CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. 1-Page 79 of 144 33 11 10-13 DUCTILE IRON PIPE Page 13 of 13 1 4. Wherever necessary to patch the pipe: 2 a. Make patch with cement mortar as previously specified for interior joints. 3 b. Do not install patched pipe until the patch has been properly and adequately 4 cured and approved for laying by the City. 5 5. Promptly remove rejected pipe from the site. 6 3.6 RE-INSTALLATION [NOT USED] 7 3.7 FIELD [OR] SITE QUALITY CONTROL 8 A. Potable Water Mains 9 1. Cleaning,disinfection,hydrostatic testing and bacteriological testing of water mains 10 a. Clean,flush,pig,disinfect,hydrostatic test and bacteriological test the water 11 main as specified in Section 33 04 40. 12 B. Wastewater Lines 13 1. Closed Circuit Television(CCTV)Inspection 14 a. Provide a Post-CCTV Inspection in accordance with Section 33 01 31. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.l.b.—Updated Payment types 12/20/2012 D.Johnson 1.3—Added definitions of gland types for clarity 2.2.B.9, 10, 11 and 12—Added reference to Section 33 1105 and removed material specification for bolts,nuts and gaskets 24 CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.i-Page 80 of 144 331113-1 CONCRE'rE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 1 of 19 1 SECTION 33 11 13 2 CONCRETE PRESSURE PIPE, BAR-WRAPPED, STEEL CYLINDER TYPE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type(Concrete Pressure 7 Pipe)24-inch through 72-inch for potable water applications in conformance with 8 AWWA C303 and AWWA M9 Concrete Pressure Pipe. 9 B. Deviations from this City of Fort Worth Standard Specification. Additions are 10 underlined and deletions are strike-thru. 11 1. 1.1 A. 1. 12 2. 1.3 A.7. 13 3. 1.3 A. 9. 14 4. 1.6 B. 4. 15 5. 1.6 B. 5 16 6. 1.6 C. 17 7. 1.9 A. 1. a. 18 8. 1.9 A. 1. c. 19 9. 1.9 A. 1. e. 20 10. 1.9 A. 1. f. 21 11. 1.9 C. 2. a. 22 12. 1.10 A.4. d. iv. 23 13. 2.2 A. 3. 24 14. 2.2 A.4. 25 15. 2.2 B. 7. a. 1)c) 26 16. 2.2 B. 10. a. 27 17. 2.2 B. 17. 28 18. 2.2 C. 1.e. 8) 29 19. 2.2 C. 1. e. 12) 30 20. 2.2 C. 1. e. 13) 31 21. 2.2 C. 1. e. 14) 32 22. 2.2 C. 1. g. 33 23. 2.2 C.2. c.1 34 24. 2.2 C.2. c. 1. b 35 25. 2.2 C. 2. c. 1. c 36 26. 2.2 C. 2. c. 1. d 37 27. 2.2 C. 2. c. 1. E 38 28. 2.2 C. 5. CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2-Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 81 of 144 33 1 113-2 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 2 of 19 "" 1 29. 2.2 C. 7. 2 30. 3.4 B. 3. 3 31. 3.4 C. 1.e. 1) 4 32. 3.4 C. 2. a. 6) 5 33. 3.4 C.4. a. 6 34. 3.7 A.2. 7 8 C. Related Specification Sections include,but are not necessarily limited to: 9 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 10 Contract 11 2. Division 1 —General Requirements 12 3. Section 33 0131 —Closed Circuit Television(CCTV)Inspection 13 4. Section 33 04 10—Joint Bonding and Electrical Isolation 14 5. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 15 6. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 16 7. Section 33 1105—Bolts,Nuts, and Gaskets 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Concrete Pressure Pipe 20 a. Measurement 21 1) Measured horizontally along the surface from center line to centerline of 22 the fitting or appurtenance 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under"Measurement'shall be paid for at the unit 26 price bid per linear foot for"Concrete AWWA C303 Pipe"installed for: 27 a) Various sizes 28 b) Various types of backfill 29 c. The price bid shall include: 30 1) Furnishing and installing Concrete Pressure Pipe with joints as specified by 31 the Drawings 32 2) Mobilization 33 3) Coating 34 4) Lining 35 5) Pavement removal 36 6) Excavation 37 7) Hauling 38 8) Disposal of excess material 39 9) Furnishing,placement,and compaction of embedment 40 10) Trench water stops 41 11) Joint restraint 42 12) Bolts and nuts 43 13) Welding 44 14) Gaskets,if allowed 45 15) Furnishing,placement,and compaction of backfill CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Port I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 82 of 144 33 11 13-3 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 3 of 19 1 16) Clean-up 2 17) Cleaning 3 18) Disinfection 4 19) Testing 5 2. Concrete Pressure Pipe Fittings 6 a. Measurement 7 1) Measurement for this Item shall be by lump sum. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 shall be paid for at the lump sum price bid for"C303 Fittings"installed for: 11 a) Various sizes 12 b) Various types of backfill 13 c. The price bid shall include: 14 1) Furnishing and installing Concrete Pressure Pipe Fittings as specified by 15 the Drawings 16 2) Mobilization 17 3) Coating 18 4) Lining 19 5) Pavement removal 20 6) Excavation 21 7) Hauling 22 8) Disposal of excess material 23 9) Furnishing,placement,and compaction of embedment 24 10) Trench water stops 25 11) Joint restraint 26 12) Bolts and nuts 27 13) Welding 28 14) Gaskets, if allowed 29 15) Furnishing,placement,and compaction of backfill 30 16) Clean-up 31 17) Cleaning 32 18) Disinfection 33 19) Testing 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 Specification,unless a date is specifically cited. 39 2. American Society of Mechanical Engineers(ASME): 40 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings(Classes 25, 125 and 250). 41 3. American Society of Testing and Materials(ASTM): 42 a. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 43 b. A307, Standard Specification for Carbon Steel Bolts and Studs,60,000 PSI 44 Tensile Strength. 45 c. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. 46 d. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 47 Steel. 48 e. C33, Standard Specification for Concrete Aggregates. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Parr I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 83 of 144 33 11 13-4 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 4 of 19 1 f. C144, Standard Specification for Aggregate for Masonry Mortar. 2 g. C150, Specification for Portland Cement. 3 h. C293, Standard Test Method for Flexural Strength of Concrete(Using Simple 4 Beam with Center-Point Loading). 5 i. C497,Methods of Testing Concrete Pipe. 6 j. C882, Standard Test Method for Bond Strength of Epoxy-Resin Systems Used 7 With Concrete By Slant Shear. 8 k. C1090, Standard Test Method for Measuring Changes in Height of Cylindrical 9 Specimens of Hydraulic-Cement Grout. 10 1. E165, Standard Practice for Liquid Penetrant Examination for General Industry. 11 4. American Welding Society(AWS): 12 a. D1.1, Structural Welding Code-Steel. 13 5. American Water Works Association(AWWA): 14 a. C206, Field Welding of Steel Water Pipe. 15 b. C207, Steel Pipe Flanges for Waterworks Service-Sizes 4 IN through 144 IN. 16 c. C303, Concrete Pressure Pipe,Bar-Wrapped, Steel-Cylinder Type. 17 d. M9, Concrete Pressure Pipe. 18 6. American Water Works Association/American National Standards Institute 19 (AWWA/ANSI): 20 a. C111/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 21 Fittings. 22 23 8. National Sanitation Foundation(NSF): 24 a. NSF 61,Drinking Water System Components-Health Effects 25 9. American Concrete Pressure Pipe Association(ACPPA) 26 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 27 1.5 SUBMITTALS 28 A. Submittals shall be in accordance with Section 0133 00. 29 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 30 specials. 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Product Data 33 1. Exterior Coating 34 a. Material data 35 b. Application recommendations 36 c. Field touch-up procedures 37 2. Joint Wrappers 38 a. Material data 39 b. Installation recommendations 40 3. Flexible Joint Couplings 41 a. Manufacturer 42 b. Model 43 4. Mixes 44 a. Mortar for interior joints and patches CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. 1-Page 84 of 144 33 11 13-5 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 5 of 19 1 b. Bonding agents for patches 2 5. Gaskets(if applicable) 3 B. Shop Drawings—Furnish for Concrete Pressure Pipe used in the potable water systems 4 including: 5 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 6 Texas including: 7 a. Internal pressure 8 1) Working Pressure 9 2) Test Pressure 10 3) Surge pressure 11 b. External pressure 12 1) Deflection 13 2) Buckling 14 c. Special physical loading such as supports or joint design 15 d. Thermal expansion and/or contraction, if applicable for the proposed 16 installation 17 2. Thrust restraint calculations for all fittings and valves including the restraint length 18 sealed by a Licensed Professional Engineer in Texas. 19 3. Fabrication and lay drawings showing a schematic location with profile and a 20 tabulated layout schedule that is sealed by a Licensed Professional Engineer in 21 Texas and includes: 22 a. Pipe class 23 b. Joint types 24 c. Fittings 25 d. Thrust Restraint 26 e. Stationing(in accordance with the Drawings) 27 f. Transitions 28 g. Joint deflection 29 h. Outlet locations for welding, ventilation,and access 30 i. Welding requirements 31 4. Pipe within Casing 32 a. Provide drawings detailing how pipe is restrained to prevent floating within the 33 casing and built up mortar rings used for supports. 34 5. Contractor's proposed field welding procedure in accordance with AWWA C 206 35 and AWS D1.1 36 C. Certificates and Test Reports 37 a. Submittals for certificates and testing reports shall be as outlined in Article 1.9 38 of this Section. 39 b. Certified test reports for factory welds of fittings from an independent certified 40 welding inspector not,employed bathe pipe manufacturer. 41 c. Certified test reports for field welds from an independent certified welding 42 inspector,not employed by pipe manufacturer. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 85 of 144 33 11 13-6 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 6 of 19 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. Qualifications 5 1. Manufacturers 6 a. Shall be American Concrete Pressure Pipe Association(ACPPA)Quality 7 Program certified, I.S.O. 9001 Quality Certification Program certified, or equal, 8 for Concrete Pressure Pipe and accessory manufacturing. 9 b. Pipe manufacturing operations(pipe,lining,and coatings) shall be perforlxled 10 under the control of the manufacturer. 11 c. Pipe shall be the product of 1 manufacturer which has had not less than 5 years 12 successful experience manufacturing AWWA C303 pipe within the United 13 States of the particular type and size indicated. 14 1) This experience record will be thoroughly investigated by the Engineer, and 15 acceptance will be at the sole discretion of the Engineer and City. 16 2) Pipe manufacturing operations(pipe,fittings, lining, and coating) shall be 17 performed at 1 location,unless otherwise approved by the Engineer. 18 d. Pipe shall be manufactured in accordance with the latest revisions of 19 AWWA C303. 20 e. All pipe and fittings shall not be shipped over salt waterways or via rail. 21 f Approved manufacturers include US Pipe. No other Suppliers will be allowed. 22 B. Certifications 23 1. Prior to shipment of the pipe,the Pipe Manufacturer shall submit the following: 24 a. A Certificate of Adequacy of Design stating that the pipe to be furnished 25 complies with AWWA C303 and these Specifications 26 b. Copies of results of factory hydrostatic tests shall be provided to the Engineer 27 c. Mill certificates, including chemical and physical test results for each heat of 28 steel 29 1) The manufacturer shall perform the tests described in AWWA C303, for all 30 pipe,fittings,and specials,except that the absorption test detailed in this 31 Specification shall supersede the requirements of the applicable portion of 32 AWWA C303. 33 d. Certified test reports for welder certification for factory and field welds in 34 accordance with AWWA C303, Section 5 35 e. Certified test reports for cement mortar tests 36 f. Certified test reports for steel cylinder tests 37 C. Hydrostatic Pressure Testing 38 1. Hydrostatic pressure testing shall meet or exceed the requirements of AWWA C303 39 Section 4.6—Fabrication. 40 a. Each pipe cylinder,with rings welded to its ends, shall be hydrostatically tested 41 prior to application of lining or coating. 42 b. The internal test pressure shall be that which results in a fiber stress equal to 75 43 percent of the minimum yield strength of the steel used. 44 c. Each pipe cylinder tested shall be completely watertight under maximum test 45 pressure. 46 d. Test pressure shall be held for sufficient time to observe the weld seams. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. l-Page 86 of 144 33 11 13-7 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 7 of 19 1 e. Pipe manufacturer shall maintain a recording of the pressure gauge report and 2 provide to the Engineer. 3 2. Fittings shall be fabricated from hydrostatically tested pipe or fabricated of welded 4 steel sheets or plates. 5 a. Fittings shall be tested in accordance with AWWA C3O3. All welds on fittings 6 shall be tested by hydrostatic test, ultrasonic test,air test, or magnetic particle 7 test. Air test shall be made by applying air to the weld at 10 pounds per square 8 inch pressure and checking for leaks around and through welds with soap 9 solution. In addition, 5 percent of welds on fittings shall be checked with x-ray 10 or ultrasonic testing by an independent certified welding inspector paid for by 11 the Pipe Manufacturer. 12 3. Factory Testing 13 a. Cement Mortar Coating-Absorption Test 14 1) A water absorption test shall be performed on samples of cured mortar 15 coating taken from each working shift. 16 a) The mortar coating samples shall have been cured in the same manner 17 as the pipe. 18 b) A test value shall consist of the average of a minimum of 3 samples 19 taken from the same working shift. 20 c) The test method shall be in accordance with ASTM C497, Method A. 21 d) The average absorption value for any test shall not exceed 9 percent 22 and no individual sample shall have an absorption exceeding 11 23 percent. 24 e) Tests for each working shift shall be performed on a daily basis until 25 conformance to the absorption requirements has been established by 10 26 consecutive passing test results, at which time testing may be 27 performed on a weekly basis for each working shift. 28 (1) Daily testing shall be resumed for each working shift with failing 29 absorption test results and shall be maintained until conformance to 30 the absorption requirements is re-established by 10 consecutive 31 passing test results. 32 D. Cement Mortar Lining 33 1. Shop-applied cement mortar linings shall be tested in accordance with AWWA 34 C3O3. 35 E. City Testing and Inspection 36 1. The City reserves the option to have an independent testing laboratory,at the City's 37 expense, inspect pipe and fittings at the pipe manufacturer's plant. 38 a. The City's testing laboratory and Engineer shall have free access to the 39 manufacturer's plant. 40 b. The pipe manufacturer shall notify the City, in writing,at least 2 weeks prior to 41 pipe fabrication as to start of fabrication and fabricating schedule. The City will 42 then advise the manufacturer as to City's decision regarding tests to be 43 performed by an independent testing laboratory. 44 c. In the event the City elects to retain an independent testing laboratory to make 45 material tests and weld tests,it is the intent that the tests be limited to 1 spot 46 testing of each category unless the tests do not show compliance with the 47 standard. CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 87 of 144 33 11 13-8 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 8 of 19 1 1) If these tests do not show compliance,the City reserves the right to have ` 2 the laboratory make additional tests and observations. 3 2. The inspection and testing by the independent testing laboratory anticipates that 4 production of pipe shall be done over a normal period of time and without"slow 5 downs" or other abnormal delays. 6 a. In the event that an abnormal production time is required, and the City is 7 required to pay excessive costs for inspection,then the Contractor shall be 8 required to reimburse the City for such costs over and above those which would 9 have been incurred under a normal schedule of production as determined by the 10 Engineer. 11 F. Manufacturer's Technician for Pipe Installation 12 1. Pipe Manufacturer's Representative 13 a. During the construction period,the pipe manufacturer shall furnish the services 14 of a factory trained,qualified,job experienced technician to advise and instruct, 15 as necessary, in pipe laying and pipe jointing. 16 1) The technician shall assist and advise the Contractor in his pipe laying 17 operations and shall instruct construction personnel in proper joint assembly 18 and joint inspection procedures. 19 2) The technician is not required to be on-site full time;however,the 20 technician shall be regularly on-site during the first 2 weeks of pipe laying 21 and thereafter as requested by the Engineer, City or Contractor. 22 1.10 DELIVERY,STORAGE,AND HANDLING 23 A. Packing 24 1. Prepare pipe for shipment to: 25 a. Afford maximum protection from normal hazards of transportation 26 b. Allow pipe to reach project site in an undamaged condition 27 2. Pipe damaged in shipment shall not be delivered to the project site unless such 28 damaged pipe is properly repaired. 29 3. After the completed pipe and fittings have been removed from the final cure at 30 the manufacturing plant: 31 a. Protect pipe lining from drying by means of plastic end covers banded to the 32 pipe ends. 33 b. Maintain covers over the pipe ends at all times until ready to be installed. 34 c. Moisture shall be maintained inside the pipe by periodic addition of water as 35 necessary. 36 4. Pipes shall be carefully supported during shipment and storage. 37 a. Pipe, fittings and specials shall be separated so that they do not bear against 38 each other and the whole load shall be securely fastened to prevent 39 movement in transit. 40 b. Ship pipe on padded bunks with tie-down straps approximately over stulling. 41 c. Store pipe on padded skids, sand or dirt berms,tires or other suitable means 42 to protect the pipe from damage. 43 d. Each end and each length of pipe, fitting or special(42-inches and larger) 44 and the middle of each pipe joint shall be internally supported and braced 45 with stulls to maintain a true circular shape. 46 i. Internal stulls shall consist of timber or steel firmly wedged and secured 47 so that stulls remain in place during storage, shipment and installation. CITY OF FORT WORTH Northside 1I 48-Inch Water Transmission Main,Phase 2- Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 88 of 144 33 11 13-9 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 9 of 19 1 ii. Pipe shall be rotated so that one stull remains vertical during storage, 2 shipment and installation. 3 iii. At a minimum, stulls shall be placed at each end,each quarter point and 4 center. 5 iv. Stulls shall not be removed until pipe is backfilled. 6 B. Delivery, Handling,and Storage 7 1. Once the first shipment of pipe has been delivered to the site,the Engineer and 8 the Contractor shall inspect the pipe's interior coating for excessive cracking. 9 a. If excessive cracking is found, exceeding the allowance in AWWA C303, 10 modify shipping procedures to reduce or eliminate cracking. 11 2. Deliver,handle and store pipe in accordance with the manufacturer's 12 recommendations to protect coating systems. 13 C. Marking for Identification 14 1. For each joint of pipe and each fitting,plainly mark on 1 end: 15 a. Class for which it is designated 16 b. Date of manufacturer 17 c. Identification number 18 d. Top centerlines shall be marked on all specials. 19 D. Point of Delivery 20 1. The Contractor is responsible for securing and maintaining a location to store the 21 material in accordance with Section 0166 00. 22 23 1.11 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER-FURNISHED [NOT USED] 26 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed in the City's Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 01 25 00. 33 3. Mortar lining shall be centrifugally cast to leave a smooth lining. All rough spots 34 shall be ground down with a rubbing stone or other approved method. 35 4. Mortar coating shall be dense,hard, with no cracks larger than hairline (0.010 36 inches). 37 B. Materials 38 1. General 39 a. Pipe shall be manufactured in accordance with the latest revisions of 40 AWWA C303,AWWA M9,as well as the special requirements of this 41 Specification. 42 b. All pipe shall meet the requirements of NSF 61. 43 2. Cement CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,20I2 Addendum No. 1-Page 89 of 144 33 11 13-10 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 10 of 19 1 a. Cement for use in concrete and mortar shall be Type I or II Portland Cement. 2 3. Aggregates 3 a. Aggregates for concrete lining and coating shall conform to ASTM C33. 4 4. Sand 5 a. Sand used for inside and outside joints shall be of silica base,conforming to 6 ASTM C 144. 7 5. Special Coating(Mortar Rings) 8 a. Pipe to be installed in casing shall have 2 built-up mortar rings,each 9 approximately 2 feet long and slightly higher than the pipe bell,to prevent the 10 pipe from being supported by the pipe bell. 11 b. Built-up mortar rings are to be applied at the quarter points of the pipe section. 12 6. Bushings, Couplings and Plugs 13 a. Where outlets or taps are threaded, furnish and install brass reducing bushings 14 in larger steel half couplings for the outlet size indicated. 15 b. Threaded plugs shall be brass. 16 7. Mixes 17 a. Cement Mortar 18 1) Cement mortar used for pouring joints shall consist of: 19 a) 1 part Portland Cement 20 b) 2 parts clean, fine,sharp silica sand 21 c) Mixed withon table water 22 d) No manufactured sand shall be permitted. 23 e) Exterior joint mortar shall be mixed to the consistency of thick cream. 24 f) Interior joint mortar shall be mixed with as little water as possible so 25 that the mortar is very stiff,but workable. 26 g) Cement shall be ASTM C 150,Type I or Type Il. 27 h) Sand shall conform to ASTM C 144. 28 2) Cement mortar used for patching shall be mixed as per cement mortar for 29 inside joints. 30 8. Joint Wrappers 31 a. Joint wrappers shall be manufactured by Mar-Mac Manufacturing Company,or 32 approved equal. 33 b. For pipe within casing,Flex Protex joint filler, or approved equal,maybe used 34 for pipes that can be welded from the interior. 35 9. Flexible Joint Couplings 36 a. Flexible Joint Couplings shall be Dresser Style 38, Smith-Blair Style 411 or 37 approved equal. 38 10. Pipe Ends 39 a. The standard pipe end shall include Carnegie steel joint ring and a continuous 40 solid rubber ring gasket as per AWWA M9. 41 11. Gaskets 42 1) Flange in accordance with AWWA C207. 43 2) Provide Gaskets in accordance with Section 33 1105. 44 12. Bolts and Nuts 45 a. Flanged Ends 46 1) Flange in accordance with AWWA C207. 47 2) Provide bolts and nuts in accordance with Section 33 11 05. CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. 1-Page 90 of 144 33 11 13-11 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page l 1 of 19 ° 1 13. Isolation Flanges 2 a. Flanges required by the drawings to be Isolation Flanges shall conform to 3 Section 33 04 10. 4 14. Flange Coatings 5 a. Flange Coatings in accordance with Section 33 11 05. 6 15. Threaded Outlets 7 a. Where outlets or taps are threaded,Threaded with CC Threads and furnish and 8 install brass bushings for the outlet size indicated. 9 16. Weld Lead Outlets(if applicable) 10 a. Use of threaded outlets for access for weld leads is permitted. 11 b. Additional outlet configurations shall be approved by the Engineer. 12 c. Outlets shall be welded after use. 13 17. Snap Rings 14 a. Snap rings shall be manufactured by 14anson Forterra,or approved equal. 15 C. Performance/Design Criteria 16 1. Pipe Design 17 a. Pipe shall be designed,manufactured and tested in accordance with the latest 18 revisions of AWWA C303,AWWA M9,as well as the special requirements of 19 this Specification. 20 b. Sizes and pressure classes(working pressure) shall be as specified in the 21 Drawings. 22 c. For the purposes of pipe design, working pressure plus transient pressure shall 23 be as indicated below. 24 d. Pipe design shall be based on trench conditions and design pressure class 25 specified in the Drawings. 26 e. Pipe shall be designed according to the methods indicated in AWWA C303 and 27 AWWA M9 for trench construction,using the following parameters: 28 1) Unit Weight of Fill (w)= 130 pounds per cubic foot 29 2) Live Load=AASHTO H-20 truck for unpaved conditions 30 3) Live Load=Cooper E-80 loading for railroad crossings 31 4) Trench Depth=As indicated on Drawings 32 5) Coefficient K,;=0.150 33 6) Trench Width(Bd)as indicated on Drawings 34 7) Bedding Conditions=as indicated on Drawings 35 8) Pressure Class= 150 psi min. working pressure,unless higher classes are 36 shown on drawings 37 9) Surge Allowance= 100 psi minimum 38 a) where: Total Pressure(including surge)= 150 psi+- 100 psi=250 psi. 39 10) Deflection Lag Factor= 1.0 40 11) Soil Reaction Modulus(E')< 1,000 for gravel embedment 41 12) Soil Reaction Modulus(E')<4,000 for CSLM embedment 42 13) Maximum calculated deflection,Dy=Dx=1% 43 14) Coefficient k=0.09 44 15) Maximum steel stress level at working pressure equal 18,000 psi. 45 f. Trench depths indicated on Drawings shall be verified after existing utilities are 46 located. CITY OF FORT WORTH Northside M 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. I-Page 91 of 144 33 11 13-12 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 12 of 19 1 1) Vertical alignment changes required because of existing utility or other 2 conflicts shall be accommodated by an appropriate change in pipe design 3 depth. 4 2) In no case shall pipe be installed deeper than its design allows. 5 g. Where the pipe requires additional external support to achieve the specified 6 maximum deflection the Contractor and pipe supplier will be required to furnish 7 alternate methods for12ipe embedment.No additional compensation will be 8 made to the Contractor by the Owner where this method is required. 9 2. Provisions for Thrust 10 a. Thrust at bends,tees or other fittings shall be resisted by restrained joints or 11 snap rings. 12 1) Thrust at bends adjacent to casing shall be restrained by welding joints 13 through the casing and a sufficient distance each side of the casing. 14 2) No thrust restraint contribution shall be allowed for pipe in casing unless 15 the annular space in the casing is filled with grout. 16 3) The distance for thrust restraint shown on the Drawings is the minimum 17 restraint and does not relieve the manufacturer from calculating the restraint 18 needs as specified herein. 19 a) In no case shall the restrained distance be less than indicated on the 20 Drawings. 21 b. Restrained joints shall be used a sufficient distance from each side of the bend, 22 tee,plug or other fitting to resist thrust which develops at the design pressure of 23 the pipe. 24 1) The distance for thrust restraint shown on the Drawings is the minimum 25 restraint and does not relieve the manufacturer from calculating the restraint 26 needs as specified herein. 27 a) In no case shall the restrained distance be less than indicated on the 28 Drawings. 29 2) Restrained joints shall consist of welded joints or snap rings. 30 3) In areas where restrained joints are used for thrust restraint,the pipe shall 31 have adequate cylinder thickness to transmit the thrust forces. 32 c. Thrust restraint design 33 1) The length of pipe with restrained joints to resist thrust forces shall be 34 verified by the pipe manufacturer in accordance with AWWA M9 and TRDP 35rp ogram and the following: 36 a) The Weight of Earth(We)shall be calculated as the weight of the 37 projected soil prism above the pipe. 38 (1) Soil Density= 130 pounds per cubic foot(maximum value to be 39 used for unsaturated soil). 40 b) use soil We V IV 41 c) friction factor=0-43 0.35 in CSLM embedment or 0.25 in crushed rock 42 embedment. 43 d) thrust design pressure equal working pressure plus surge pressure 44 e) assume only few six feet of cover over the pipe in all cases. 45 d. Thrust collars will only be permitted for temporary plugs. 46 1) Thrust collars may not be used for any other application,unless approved in 47 writing by the Engineer. 48 3. Inside Diameter CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 92 of 144 33 11 13-13 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 13 of 19 1 a. The inside diameter, of the cement mortar lining shall be the nominal diameter 2 specified, unless otherwise indicated on the Drawings. 3 4. Joint Bonds, Insulated Connections and Flange Gaskets 4 a. Joint Bonds, Insulated Connection and Flange Gaskets shall be in accordance 5 with Section 33 04 10. 6 5. Bend Fittings 7 a. All bend fittings shall be long radius or 2.5 x diameter to permit passage of 8 pipeline pigs. 9 6. Fittings with Flanges 10 1) Flanged joints shall be provided at connections to valves and where 11 indicated on the Drawings. 12 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral 13 welds ground flush to accommodate the type of flanges provided. 14 3) Pipe flanges and welding of flanges to Concrete Pressure Pipe shall 15 conform to the requirements of AWWA C207 and AWWA C206. 16 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent 17 pipe class. 18 5) Flanges shall match the fittings or appurtenances which are to be attached. 19 6) Flanges shall be Class E with 275 psi working pressure in accordance with 20 AWWA C207 and in accordance with ASME B 16.1 Class 125 for areas 21 designated with a 225 psi test pressure. 22 7. Pipe fittings and specials shall be designed such that the maximum stress in the pipe 23 due to thrust loading will not exceed 18,000 psi. Bend fittings over 15 degrees, 24 pipe with outlets 24-inch inches and larger,main line tees,and wyes shall have the 25 following minimum thickness: 26 1)36-inch diameter and smaller=0.25-inches 27 2)37-inch to 60-inch diameter=0.375-inches 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3- EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMINATION [NOT USED] 33 3.3 PREPARATION [NOT USED] 34 3.4 INSTALLATION 35 A. General 36 1. Install Concrete Pressure Pipe, fittings, specials and appurtenances as required for 37 the proper functioning of the completed pipe line. 38 2. Install pipe, fittings, specials and appurtenances as specified herein,as specified in 39 AWWA M9, and in accordance with the pipe manufacturer's recommendations. 40 3. Lay pipe to the lines and grades show on the Drawings. CITY OF FORT WORTH Northside Il 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 93 of 144 33 11 13-14 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 14 of 19 1 4. Excavate,embed and backfill trenches in accordance with Section 33 05 10. 2 5. At the close of each operating day: 3 a. Keep the pipe clean and free of debris,dirt,animals and trash—during and after 4 the laying operation. 5 b. Effectively seal the open end of the pipe using a gasketed night cap. 6 6. If pipe is placed in casing,restrain pipe from floating as required in Article 1.6.13.4. 7 B. Pipe Handling 8 1. Haul and distribute pipe fittings at the project site and handle piping with care to 9 avoid damage. 10 2. Before lowering into the trench and inspect each joint of pipe and reject or repair 11 any damaged pipe. 12 3. Pipe shall be handled at all times with a minimum of 1 wide non-abrasive sling, 13 belts or other equipment designed to prevent damage to the coating or lining. 14 Chains will not be allowed. 15 4. The equipment shall be kept in such repair that its continued use is not injurious to 16 the coating. 17 5. The spacing of pipe supports required to handle the pipe shall be adequate to 18 prevent cracking or damage to the lining or coating. 19 C. Pipe Jointing 20 1. General 21 a. Thoroughly clean the bell and spigot rings before laying each joint of pipe by 22 brushing and wiping. 23 b. If any damage to the protective coating on the metal has occurred,repair the 24 damage before laying the pipe. 25 c. Lubricate the gasket and the inside surface of the bell with an approved 26 lubricant(flax soap)which will facilitate the telescoping of the joint. 27 d. Tightly fit together sections of pipe and exercise care to secure true alignment 28 and grade. 29 e. When a joint of pipe is being laid,place the gasket on the spigot ring and enter 30 the spigot end of the pipe into the bell of the adjoining pipe and force into 31 position. 32 1) The inside joint space between ends of the pipe sections shall have an 33 opening within the tolerances as recommended by the pipe manufacturer. Use 34 joint spacers at all locations to prevent over-stabbing joints. 35 f. No "blocking up" of pipe or joints will be permitted, and if the pipe is not 36 uniformly supported or the joint not made up properly,remove the joint and 37 properly prepare the trench. 38 g. After joining, check the position of the gasket with a feeler gauge. 39 1) If the gasket is out of position, disassemble the joint and repeat the joint 40 laying procedure. 41 h. For interior welded joints, complete backfilling before welding. 42 i. For exterior field-welded joints,provide adequate working room under and 43 beside the pipe. 44 2. Exterior Joints 45 a. Make the exterior joint by placing a joint wrapper around the pipe and secure in 46 place with 2 metal straps. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2 Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.I-Page 94 of 144 331113-15 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 15 of 19 1 1) The wrapper shall be 9 inches wide for pipe 36-inches and larger,and 7 2 inches wide for smaller pipe,hemmed on each side. 3 2) The wrapper shall be fiberglass reinforced or burlap cloth, with lengths 4 encircling the pipe, leaving enough opening between ends to allow the mortar 5 to be poured inside the wrapper into the joint. 6 3) Fill the joint with mortar from 1 side in 1 continuous operation until it has 7 flowed entirely around the pipe. 8 4) During the filling of the joint, pat or manipulate the sides of the wrapper to 9 settle the mortar and expel any entrapped air. 10 5) Leave wrappers in place undisturbed until the mortar has set-up. 11 6) Do not embed or backfill over pipe for a minimum of two hours to allow 12 mortar to set up. At the start of the project,excavate two Joints of pipe to 13 verify mortar does not have shrinkage cracks. 14 3. Interior Joints 15 a. Upon completion of backfilling of the pipe trench, fill the inside joint recess 16 with a stiff cement mortar/high-strength grout. 17 b. Prior to placing of mortar/grout,clean out dirt or trash which has collected in 18 the joint and moisten the concrete surfaces of the joint space by spraying or 19 brushing with a wet brush. 20 c. Ram or pack the stiff mortar/grout into the joint space and take extreme care to 21 insure that no voids remain in the joint space. 22 d. After the joint has been filled, level the surfaces of the joint mortar/grout with 23 the interior surfaces of the pipe with a steel trowel so that the surface is smooth. 24 e. Interior joints of pipe smaller than 21-inches shall have the bottom of the bell 25 buttered with grout,prior to inserting the spigot, such that when the spigot is 26 pushed into position it will extrude surplus grout from the joint. 27 1) The surplus grout shall be struck off flush with the inside of the pipe by 28 pulling a filled burlap bag or an inflated ball through the pipe with a rope. 29 4. Welded Joints 30 a. Weld joints in accordance with the AWWA M9 and AWWA C206. 31 1) Contractor shall provide adequate ventilation for welders and for the City to 32 observe welds. 33 2) Unless otherwise specified on the Drawings, welds shall be full circle fillet 34 welds. 35 b. Adequate provisions for reducing temperature stresses shall be the 36 responsibility of the Contractor. 37 c. Before welding: 38 1) Thoroughly clean pipe ends. 39 2) Weld pipe by machine or by the manual shielded electric arc process. 40 d. Welding shall be performed so as not to damage lining or coating. 41 e. Furnish labor, equipment, tools and supplies, including shielded type welding 42 rod. 43 1) Protect welding rod from any deterioration prior to its use. 44 2) If any portion of a box or carton is damaged, reject the entire box or carton. 45 f. In all hand welding: 46 1) The metal shall be deposited in successive layers. 47 2) Not more than 1/8 inch of metal shall be deposited in each pass. CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2--Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.I-Page 95 of 144 33 11 13-16 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 16 of 19 1 3) Each pass except the final 1,whether in butt or fillet welds, shall be 2 thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, 3 slag or flux before the succeeding bead is applied. 4 4) Each pass shall be thoroughly fused into the plates at each side of the 5 welding groove or fillet and shall not be permitted to pile up in the center of 6 the weld. 7 5) Undercutting along the side shall not be permitted. 8 g. Welds shall be free from pin holes,non-metallic inclusions,air pockets, 9 undercutting and/or any other defects. 10 h. If the ends of the pipe are laminated, split or damaged to the extent that 11 satisfactory welding contact cannot be obtained,remove the pipe from the line. 12 i. Furnish each welder employed with a steel stencil for marking the welds so that 13 the work of each welder may be identified. 14 1) Have each welder stencil the pipe adjacent to the weld with the stencil 15 assigned to him. 16 a) In the event any welder leaves the job, his stencil shall be voided and 17 not duplicated if another welder is employed. 18 j. Welders 19 1) Each welder employed by the Contractor shall be required to satisfactorily 20 pass a welding test in accordance with AWWA C2O6 before being allowed to 21 weld on the line. 22 2) After each welder has qualified in the preliminary tests referred to above, 23 inspections shall be made of joints in the line. 24 a) The inspection will be done by a Certified Welding Inspector retained 25 by the City. , 26 3) Any welder making defective welds shall not be allowed to continue to 27 weld. 28 k. Weld Testing 29 1) Dye penetrant tests in accordance with ASTM E165,or magnetic particle 30 test in accordance with AWWA C206 and set forth in AWS D.1.1., shall be 31 performed by the Contractor under the supervision and inspection of the 32 City's Representative or an independent testing laboratory, on all full welded 33 joints. 34 a) Welds that are defective will be replaced or repaired,whichever is 35 deemed necessary by the Engineer, at the Contractor's expense. 36 b) If the Contractor disagrees with the Engineer's interpretation of welding 37 tests,test sections may be cut from the joint for physical testing. The 38 Contractor shall bear the expense of repairing the joint,regardless of 39 the results of physical testing. 40 (1) The procedure for repairing the joint shall be approved by the 41 Engineer before proceeding. 42 5. Protection of Exposed Metal 43 a. Protect exposed ferrous metal by a minimum of 1 inch coating of cement 44 mortar as previously specified for inside joints,unless otherwise specified in the 45 Drawings. 46 b. Exposed large flat surfaces such as flanges,bolts, caulked joints, threaded 47 outlets, closures,etc., shall have coating reinforced with galvanized wire mesh. 48 c. Thoroughly clean and wet the surface receiving a cement mortar coating with 49 water just prior to placing the cement mortar coating. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 96 of 144 33 11 13-17 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 17 of 19 1 d. After placing,take care to prevent cement mortar from drying out too rapidly 2 by covering with damp earth or burlap. 3 e. Cement mortar coating shall not be applied during freezing weather. 4 6. Patching 5 a. Excessive field-patching of lining or coating shall not be permitted. 6 b. Patching of lining or coating will be allowed where area to be repaired does not 7 exceed 100 square inches and has no dimensions greater than 12 inches. 8 c. In general,there shall not be more than 1 patch on either the lining or the 9 coating of any 1 joint of pipe. 10 d. Wherever necessary to patch the pipe,make patch with cement mortar as 11 previously specified for interior joints. 12 e. Do not install patched pipe until the patch has been properly and adequately 13 cured and approved for laying by the City. 14 £ Promptly remove rejected pipe from the site. 15 3.5 REPAIR/RESTORATION [NOT USED] 16 3.6 RE-INSTALLATION [NOT USED] 17 3.7 FIELD QUALITY CONTROL 18 A. Field[OR] Site Tests and Inspections 19 1. Cleaning and Testing 20 a. Cleaning, disinfection,hydrostatic testing and bacteriological testing of water 21 mains 22 1) Clean, flush,pig, disinfect,hydrostatic test and bacteriological test the 23 water main as specified in Section 33 04 40. 24 2. Deflection Testing 25 a. Prior to hydrostatic testing,the Ci, 's inspector and Contractor shall perform 26 deflection testing at a minimum rate of 2 measurement for every pipe joint. 27 b. Ci1y may reject any areas not meeting the deflection requirements of this 28 Specification. 29 c. The Contractor shall complete internal welding of joints,welding inspections 30 and grout of the inside joints prior to measuring deflection. The welding 31 inspections shall be done by an independent CWI as described in Section 0145 32 23 "Testing and Inspection Services". 33 d. Deflection measurements shall be made by the City's inspector and Contractor. 34 1) Welds that are defective will be replaced or repaired, whichever is deemed 35 necessarby the Engineer,at the Contractor's expense. 36 2) Method for taking measurements shall be agreed to by the Owner and 37 Engineer in writing prior to installing the first joint of pipe. 38 3) Measurements shall be recorded by the Contractor. 39 4) The deflection measurements shall be made no sooner than 5 days and no 40 later than 30 days after backfilling operations are complete. 41 e. Deflection shall be determined with vertical measurements taken at the 42 locations indicated below.Locations where vertical measurements are taken 43 shall be clearly marked on the interior of the pipe. 44 1) For pipe joints 36 feet in length or less, vertical measurements shall be 45 taken at two locations, 1/4-distance from each pipe end. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2 Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. 1-Page 97 of 144 33 11 13-18 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 18 of 19 1 2) For pipe ioints longer than 36 feet vertical measurements shall betaken at 2 3 locations including 1/4-distance from each pipe end and at the pipe 3 midpoint. 4 f. Correction of Pipe Not Complying with Deflection Requirements 5 1) If the average joint deflection of a single joint or angle measurement 6 fails to meet specifications,the entire joint shall be reworked in accordance 7 with the manufacturer's recommendations and as directed by the Owner at 8 no additional cost to the Owner.This may include uncovering the pipe,re- 9 compaction of the pipe bedding,and repair of the coating. It is the 10 Contractor's responsibility to continuously measure and calculate pipe 11 deflection to verify it meets specification. 12 2) All costs associated with measuring for pipe deflection and any repairs or 13 rework associated with meeting these requirements shall be borne by the 14 Contractor. 15 g. Pipe Deflection Reports 16 1) A monthly report shall be submitted as Record Data showing allowable 17 deflection and 1.5 times allowable deflection and the deflection 18 measurements and calculated average deflection for each location measured 19 per joint for each joint of pipe 20 2) It is the responsibility of the Contractor to verify that the nominal pipe 21 diameter meets specifications at all measured locations. Contractor shall 22 coordinate pipe replacement with the pipe manufacturer for any_pipe not 23 meetingthe he specified internal diameter. 24 h. Average allowable pipe deflection shall not exceed 1.0%. In no case shall 25 individual measurements exceed 1.5%or D2/4,000,whichever controls where D 26 =pipe inside nominal diameter. These measurements include the allowable 27 tolerance for lining thickness variation. Additionally flat spots or pipe with 28 damaged lining shall be repaired. 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 END OF SECTION 37 CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 1--Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01304 Revised December 20,2012 Addendum No.1-Page 98 of 144 33 11 13-19 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 19 of 19 Revision Log DATE NAME SUMMARY OF CHANGE 1.10.A.4.d.—Size revision for stull requirement 12/20/2012 D.Johnson 2.2.13.10, 11, 12 and 13—Added reference to Sections 33 11 05 and 33 04 10; removed material specifications for bolts,nuts and gaskets 1 CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. 1-Page 99 of 144 33 11 14-1 BURIED STEEL PIPE AND FITTINGS Pagel of 33 l 1 SECTION 33 11 14 2 BURIED STEEL PIPE AND FITTINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Buried Steel Pipe 24-inches and larger for potable water applications.The allowed 7 coating system for Unit I is polyurethane. Cement mortar coatingis allowed 8 for the 36-inch water line(Unit II)and the only coating system permitted for this 9 line. 10 2. 11 B. Deviations from this City of Fort Worth Standard Specification. Additions are 12 underlined and deletions are strike-thru. 13 1. 1.1 A. 14 2. 1.3 A. 2. 15 3. 1.3 A.4. a. 16 4. 1.3 A.4. n. 17 5. 1.3 A.4. o. 18 6. 1.3 A. 5. a. ■, 19 7. 1.3 A. 6. 20 8. 1.3 A. 7.j. 21 9. 1.3 A. 7.k. 22 10. 1.3 A. 13. e. 23 11. 1.3 A. 13. f 24 12. 1.3 A. 14. 25 13. 1.6 A. 1. a. 26 14. 1.6 B. 3. 1. 27 15. 1.6 B.4. 28 16. 1.6 C. 1.h. 29 17. 1.6 C. 1. i. 30 18. 1.9 A. 1.a. 31 19. 1.9 A. 1. d. 32 20. 1.9 A. 1. f. 33 21. 1.9 A. 1. g. 34 22. 1.9 A. 1.h. 35 23. 1.9 A. 1. i. 36 24. 1.10 A. 3. d. 37 25. 1.10 A.4.d. 4) 38 26. 1.10 B. 1. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 1-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01304 Revised December 20,2012 Addendum No.I-Page 100 of 144 33 11 14-2 BURIED STEEL PIPE AND FITTINGS Page 2 of 33 1 27. 2.2 B. 2. 2 28. 2.2 B. 2. a. 1) 3 29. 2.2 B. 2. a. 1)d. 4 30. 2.2 B. 2. a. 1)f. 5 31. 2.2 B. 2. a. 1)g. 6 32. 2.2 B. 2. a. 1)h. 7 33. 2.2 B. 2. a. 1)k. 8 34. 2.2 B. 2. a. 1)1. 9 35. 2.2 B. 2. a. 1)m. 10 36. 2.2 B. 2.a. 1)n. 11 37. 2.2 B. 2.b. 1) 12 38. 2.2 B. 3. 13 39. 2.2 B. 3.b 14 40. 2.2 B. 3.b.1) 15 41. 2.2 B. 3.b.3) 16 42. 2.2 B. 3.b.4) 17 43. 2.2 B. 3.b.5) 18 44. 2.2 B. 4. 1) 19 45. 2.2 B. 7. e. 20 46. 2.2 B. 8. b. 21 47. 2.2 B. 10. c 22 48. 2.2 B. 11.a. 1) 23 49. 2.2 B. 11.a.4) 24 50. 2.2 B. 12. b. 25 51. 2.2 B. 12. c. 26 52. 2.2 B. 12. d. 27 53. 2.2 B. 13. 28 54. 2.2 C. 1. b. 29 55. 2.2 C. 1. e. 30 56. 2.2 C. 2. d. 31 57. 2.2 C.4. a. 32 58. 2.2 C. 4. c. 2) 33 59. 2.2 C. 4. e. 34 60. 2.2 C. 6. b. 35 61. 2.2 C. 8. a. 36 62. 2.2 C. 9. c. 37 63. 2.2 C. 9. d. 1) 38 64. 2.2 C. 10 39 65. 2.2 C. 10.b. 40 66. 2.2 C. 11. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 101 of 144 33 11 14-3 BURIED STEEL PIPE AND FITTINGS Page 3 of 33 1 67. 2.2 C. 12. 2 68. 2.4 B. 1. 3 69. 2.4 B. 2.b. 1) 4 70. 2.4 B. 2.b.2) 5 71. 2.4 D.2. c. 6 72. 2.4 D. 3. 7 73. 3.4 A. 1. 8 74. 3.4 A. 5. 9 75. 3.4 B.2. 10 76. 3.4 C. 3. 11 77. 3.4 D. 1. d. 12 78. 3.4 D. 2. a. 3) 13 79. 3.4 E. 6. 14 80. 3.4 F.2. 15 81. 3.4 G. 1. a. 4) 16 82. 3.4 G. 1. c. 17 83. 3.4 G. 1. d. 18 84. 3.4 G. 2. 19 85. 3.5 A. 1. 20 86. 3.5 C. 21 87. 3.7 A. 3. 22 C. Related Specification Sections include,but are not necessarily limited to: 23 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the 24 Contract 25 2. Division 1 -General Requirements 26 3. Section 33 0131 -Closed Circuit Television(CCTV) Inspection 27 4. Section 33 04 10-Joint Bonding and Electrical Isolation 28 5. Section 33 04 40-Cleaning and Acceptance Testing of Water Mains 29 6. Section 33 05 10-Utility Trench Excavation, Embedment, and Backfill 30 7. Section 33 1105-Bolts,Nuts,and Gaskets 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Buried Steel Pipe 34 a. Measurement 35 1) Measured horizontally along the surface from center line to center line of 36 the fitting or appurtenance 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement"will be paid for at the unit 40 price bid per linear foot of"Steel AWWA C200 Pipe"installed for: 41 a) Various sizes 42 b) Various type of backfill CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2-Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 102 of 144 33 11 14-4 BURIED STEEL PIPE AND FITTINGS Page 4 of 33 1 c. The price bid shall include: 2 1) Furnishing and installing Buried Steel Pipe with joints as specified by the 3 Drawings 4 2) Mobilization 5 3) Coating 6 4) Lining 7 5) Pavement removal 8 6) Excavation 9 7) Hauling 10 8) Disposal of excess material 11 9) Furnishing,placement and compaction of embedment 12 10) Thrust restraint 13 11) Bolts and nuts 14 12) Welding 15 13) Gaskets 16 14) Furnishing,placement and compaction of backfill 17 15) Trench water stops 18 16) Clean-up 19 17) Cleaning 20 18) Disinfection 21 19) Testing 22 2. Buried Steel Pipe Fittings 23 a. Measurement 24 1) Measurement for this Item shall be by lump sum. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement'will be paid for at the 28 lump sum price bid for"Steel Fittings". 29 c. The price bid shall include: 30 1) Furnishing and installing Buried Steel Pipe with joints as specified by the 31 Drawings 32 2) Mobilization 33 3) Coating 34 4) Lining 35 5) Pavement removal 36 6) Excavation 37 7) Hauling 38 8) Disposal of excess material 39 9) Furnishing,placement and compaction of embedment 40 10) Thrust restraint 41 11) Bolts and nuts 42 12) Welding 43 13) Gaskets 44 14) Furnishing,placement and compaction of backfill 45 15) Trench water stops 46 16) Clean-up 47 17) Cleaning 48 18) Disinfection 49 19) Testing CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Para I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.I-Page 103 of 144 3311 14-5 BURIED STEEL PIPE AND FITTINGS Page 5 of 33 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification,unless a date is specifically cited. 6 2. American A r-ehiteet ".^l Association of State Highway and 7 Transportation Officials(AASHTO). 8 3. American Society of Mechanical Engineers(ASME): 9 a. B 16.1,Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250). 10 4. ANSI International(ASTM): 11 a. A307, Standard Specification for Carbon Steel Bolts and Studs,60,000 PD1 PSI 12 Tensile Strength. 13 b. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. 14 c. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 15 Steel. 16 d. C33, Standard Specifications for Concrete Aggregates. 17 e. C 144, Standard Specification for Aggregate for Masonry Mortar. 18 f. C 150, Standard Specification for Portland Cement. 19 g. C216, Standard Specification for Facing Brick(Solid Masonry Units Made 20 from Clay or Shale). 21 h. D 16, Standard Terminology for Paint, Related Coatings, Materials,and 22 Applications. 23 i. D242, Standard Specification for Mineral Filler for Bituminous Paving 24 Mixtures. 25 j. DD522, Standard Test Methods for Mandrel Bend Test of Attached Organic 26 Coatings. 27 k. D2240, Standard Test Method for Rubber Property-Durometer Hardness. 28 1. D4541, Standard Test Method for Pull-Off Strength of Coatings Using Portable 29 Adhesion Testers. 30 in. E165, Standard Practice for Liquid Penetrant Examination for General Industry. 31 n. ASTM E 709 Practice for Magnetic Particle 32 o. ASTM E 1444 Guide for Magnetic Particle Examination 33 5. American Welding Society(AWS) 34 a. DI.1, Structure Welding Code-Steel. 35 . 36 7. American Water Works Association(AWWA): 37 a. C200,Steel Water Pipe-6 Inches and Larger. 38 b. C205, Cement Mortar Protective Lining and Coating for Steel Water Pipe 4 In 39 and Larger Shop-Applied. 40 c. C206, Field Welding of Steel Water Pipe. 41 d. C207, Steel Pipe Flanges for Waterworks Service-Sizes 4 IN through 144 IN 42 e. C208, Dimensions for Fabricated Steel Water Pipe Fittings. 43 f. C210, Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel 44 Water Pipelines. 45 g. C216,Heat Shrinkable Cross-Linked Polyolefin Coatings for the Exterior of 46 Special Sections, Connections,and Fittings for Steel Water Pipelines 47 h. C222,Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe 48 and Fittings CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.I-Page 104 of 144 33 11 14-6 BURIED STEEL PIPE AND FITTINGS Page 6 of 33 1 i. M 11, Steel Pipe-A Guide for Design and Installation. 2 j. C217, Petrolatum and Petroleum Wax Tape Coating for the Exterior of Special 3 Sections, Connections,and Fittings for Steel Water Pipelines 4 k. C604, Installation of Steel Water Pipe 5 8. American Water Works Association/American National Standards Institute 6 (AW WA/ANSI): 7 a. C111/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 8 Fittings. 9 9. International Organization for Standardization(ISO). 10 10. NACE International(MACE): 11 a. SP0188, Discontinuity(Holiday)Testing of New Protective Coatings on 12 Conductive Substrates. 13 11. NSF International (NSF): 14 a. 61,Drinking Water System Components-Health Effects. 15 12. Spray Polyurethane Foam Alliance(SPFA). 16 13. Society for Protective Coatings(SSPC)/National Associate of Corrosion Engineers 17 (NACE) 18 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 19 b. SP 1, Solvent Cleaning. 20 c. SP 2, Hand Tool Cleaning. 21 d. SP 3, Power Tool Cleaning. 22 e. SP 10/NACE No. 2,Near-White Blast Cleaning. 23 f. SP 5 White Metal Abrasive Blast 24 14. Seeie,�,f Pr-eteratiya n ss iate of C,,..,es on Eagi ee_ 25 �cenr n+rnr�� 26 a. SP Il INIne. 2,Near- White Blast Clean' 27 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 28 1.5 SUBMITTALS 29 A. Submittals shall be in accordance with Section 0133 00. 30 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 31 specials. 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 33 A. Product Data 34 1. Exterior Coating 35 a. Material data per 2.2 B. 2 or 2.2 13.3. 36 b. Application recommendations 37 c. Field touch-up procedures 38 2. Heat Shrink Sleeves, if applicable 39 a. Material data 40 b. Installation recommendations 41 3. Joint Wrappers, if applicable 42 a. Material data 43 b. Installation recommendations 44 4. Mixes CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. 1-Page 105 of 144 33 11 14-7 BURIED STEEL PIPE AND FITTINGS Page 7 of 33 1 a. Mortar for interior joints and patches 2 b. Bonding agents for patches 3 5. Gaskets 4 B. Shop Drawings 5 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 6 Texas including: 7 a. Internal pressure 8 1) Maximum design pressure 9 2) Surge pressure 10 b. External pressure 11 1) Deflection 12 2) Buckling 13 3) Extreme loading conditions 14 c. Special physical loading such as supports or joint design 15 d. Thermal expansion and/or contraction 16 2. Thrust restraint calculations for all fittings and valves including the restraint length 17 sealed by a Licensed Professional Engineer in Texas to verify the restraint lengths 18 shown in the Drawings. 19 3. Fabrication and lay drawings showing a schematic location with profile and a 20 tabulated layout schedule that is sealed by a Licensed Professional Engineer in 21 Texas and includes: 22 a. Pipe class 23 b. Joint types 24 c. Fittings 25 d. Outlets 26 e. Thrust Restraint 27 f. Stationing(in accordance with the Drawings) 28 g. Transitions 29 h. Joint deflection 30 i. Interior lining 31 j. Outlet locations for welding, ventilation,and access 32 k. Welding requirements and provisions for thermal stress control 33 1. Contractor's proposed field welding procedure in accordance with AWWA 34 C206 and AWS D 1.1. 35 4. Polyurethane coating and heat shrink sleeve catalog sheets and technical 36 information. 37 C. Certificates and Test Reports 38 1. Prior to shipment of the pipe,the pipe manufacturer shall submit the following: 39 a. A Certificate of Adequacy of Design stating that the pipe to be furnished 40 complies with AWWA C200,AWWA C205, AWWA C210,AWWA C222 41 and these Specifications. 42 b. Copies of results of factory hydrostatic tests shall be provided to the Engineer. 43 c. Mill certificates, including chemical and physical test results for each heat of 44 steel. 45 d. A Certified Test Report from the polyurethane coating manufacturer indicating 46 that the coatings were applied in accordance with manufacturer's requirements 47 and in accordance with this Specification. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. 1-Page 106 of 144 33 11 14-8 BURIED STEEL PIPE AND FITTINGS Page 8 of 33 I e. Certified test reports for welder certification for factory and field welds in 2 accordance with AWWA C200, Section 4.11. 3 f. Certified test reports for cement mortar tests. 4 g. Certified test reports for steel cylinder tests. 5 h. Certified test reports for factory welds of fittings from an independent certified 6 welding inspector,not gn llooyed by the pipe manufacturer. 7 i. Certified test report for field welds from an independent certified welding 8 inspector,not employed by the pipe manufacturer. 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. Qualifications 13 1. Manufacturers 14 a. Shall be certified under S.P.F.A.or I.S.O. 9001 quality certification program 15 for steel pipe and accessory manufacturing 16 b. Finished pipe shall be the product of 1 manufacturer. 17 c. Pipe manufacturing operations(pipe, lining and coatings) shall be performed 18 under the control of the manufacturer. 19 d. The pipe manufacturer shall not have less than 5 years successful experience 20 manufacturing pipe includingthe lining and coating,within the United States to 21 AWWA standards of the particular type and size indicated or demonstrate an 22 experience record that is satisfactory to the Engineer and City. 23 1) This experience record will be thoroughly investigated by the Engineer,and 24 acceptance will be at the sole discretion of the Engineer and City. 25 2) Pipe manufacturing operations(pipe,fittings, lining,coating) shall be 26 performed at 1 location,unless otherwise approved by the Engineer. 27 e. Manufacture pipe in accordance with the latest revisions of AWWA C200, 28 AWWA C205,AWWA C210 and AWWA C222. 29 f. All pipe shall be new and not supplied from inventory. 30 g. All pipe and fittings shall not be shipped over salt waterways. 31 h. All mortar coated steel pipe and fittings shall not be shipped via rail. 32 i. Approved manufacturers include US Pipe,Northwest Pipe,and American 33 SpiralWeld Pipe. No other Suppliers will be allowed. 34 1.10 DELIVERY,STORAGE,AND HANDLING 35 A. Packing 36 1. Prepare pipe for shipment to: 37 a. Afford maximum protection from normal hazard of transportation 38 b. Allow pipe to reach project site in an undamaged condition 39 2. Pipe damaged in shipment shall not be delivered to the project site unless such 40 damaged pipe is properly repaired. 41 3. After the completed pipe and fittings have been removed from the final cure at the 42 manufacturing plant: 43 a. Protect pipe lining from drying by means of plastic end covers banded to the 44 pipe ends. 45 b. Maintain covers over the pipe ends at all times until ready to be installed. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 107 of 144 33 11 14-9 BURIED STEEL PIPE AND FITTINGS Page 9 of 33 1 c. Moisture shall be maintained inside the pipe by periodic addition of water,as 2 necessary. 3 d. Mortar coating shall be intermittently prayed with water per AWWA C205. 4 4. Pipes shall be carefully supported during shipment and storage. 5 a. Pipe, fittings and specials shall be separated so that they do not bear against 6 each other and the whole load shall be securely fastened to prevent movement 7 in transit. 8 b. Ship pipe on padded bunks with tie-down straps approximately over stulling. 9 c. Store pipe on padded skids,sand or dirt berms,tires or other suitable means to 10 protect the pipe from damage. 11 d. Each end of each length of pipe,fitting or special and the middle of each pipe 12 joint shall be internally supported and braced with stulls to maintain a true 13 circular shape. 14 1) Internal stulls shall consist of timber or steel firmly wedged and secured so 15 that stulls remain in place during storage, shipment and installation. 16 2) Pipe shall be rotated so that 1 Stull remains vertical during storage, 17 shipment and installation. 18 3) At a minimum, stulls shall be placed at each end and center. 19 a) Additional stulls may be required depending upon the length of the 20 joints and pipe design. 21 4) Stulls shall not be removed until backfill operations are complete. 22 Qty's 23 seAisfaetien that mfneval of sWls will fiet advefsely affeet pipe installation. 24 B. Delivery,Handling, and Storage 25 1. Once the first shipment of pipe has been delivered to the site,the Engineer and the 26 Contractor shall inspect the pipe's interior coating and exterior coating if applicable 27 for excessive cracking. 28 2. If excessive cracking is found,the Contractor shall modify shipping procedures to 29 reduce or eliminate cracking. 30 3. Deliver, handle and store pipe in accordance with the manufacturer's 31 recommendations to protect coating systems. 32 4. Secure and maintain a location to store the material in accordance with Section 01 33 6600. 34 1.11 FIELD CONDITIONS [NOT USED] 35 1.12 WARRANTY [NOT USED] 36 PART 2 - PRODUCTS 37 2.1 OWNER-FURNISHED [NOT USED] 38 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 39 A. Manufacturers 40 1. Only the manufacturers as listed by the City's Standard Products List will be 41 considered as shown in Section 01 60 00. 42 a. The manufacturer must comply with this Specification and related Sections. tea, '4 CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. I-Page 108 of 144 3311 14-10 BURIED STEEL PIPE AND FITTINGS Page 10 of 33 1 2. Any product that is not listed on the Standard Products List is considered a 2 substitution and shall be submitted in accordance with Section 01 25 00. 3 B. Materials 4 1. General 5 a. Pipe shall be manufactured in accordance with the latest revisions of AWWA 6 C200,AWWA C205,AWWA C210 and AWWA C222. 7 b. All pipe lining material in contact with potable water shall meet the 8 requirements of NSF 61. 9 2. Exterior Polyurethane Coating(Unit 1 —48-Inch Pipe) 10 a. For Pipe: 11 I) Polyurethane Coating shall be factory applied and meet the requirements of 12 AWWA C222. Use a Coating Standard ASTM D16,Type V system which 13 is a 100 percent solids,2-component polyurethane(or 2-package 14 polyisocyanate,polyol-cured urethane)coating. Polyurethane shall meet 15 the minimum laboratory testing standards: 16 a) Components shall have balanced viscosities in their liquid state and 17 shall not require agitation during use. 18 b) Conversion to Solids by Volume: 97 percent t 3 percent 19 c) Temperature Resistance: Minus 40 degrees F and plus 150 degrees F 20 d) Minimum Adhesion for Qualification Testing: 4300 3,000 psi, when 21 applied to steel pipe which has been blasted to comply with SSPC SP 22 10N n GE Ne. 2 SP 5,per ASTM D4541 with DeFlsko PosiTector and 23 20 mm dollies,scored to substrate. 24 (1) Cure Time: For handling in 2-3 minutes at 120 degrees F and full 25 cure within 7 days at 70 degrees F 26 e) Maximum Specific Gravities 27 (1) Polyisocyanate resin, 1.20 28 (2) Polyol resin, 1.15 29 f) Minimum Impact Resistance: 88 125 inch-pounds using 4—iii 30 Eliaffietff Steel ball per ASTM G14 31 g) Minimum Tensile Strength: 2800 psi 4,000 psi per ASTM D412 32 h) Hardness: Minimum Durometer hardness of 63 70 on the Shore D 33 scale in accordance with ASTM D2240 34 i) Flexibility Resistance 35 (1) ASTM D522 using 1-inch mandrel 36 (2) Allow coating to cure for 7 days. 37 (3) Perform testing on test coupons held for 15 minutes at temperature 38 extremes specified above. 39 j) Dry Film Thickness: 35 mils 40 k) Coating shall be a self priming,plural component, 100 percent solids, 41 non-extended polyurethane,suitable for burial or immersion and shall 42 be: 43 (1) Gaffopipe 11 Offmi as mnnufaeWfed by Madison Chemi 44 indus .-ies ine. 45 (2) Durashield 210 as manufactured by LifeLast,Inc., or 46 (3) Protec II, as manufactured by 1TW—Futura Coatings,Inc. 47 (4) Chemtane 2265,Chemline,Inc., St. Louis,Missouri 48 (5) Carboline,Polygard 777, St. Louis Missouri CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2--Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. 1-Page 109 of 144 33 11 14-11 BURIED STEEL PIPE AND FITTINGS Page 11 of 33 1 1) Water absorption: 270 maximum using the long term immersion 2 method and sample of 1 mm maximum thickness per ASTM D570 3 m) Permeance: 0.20 inch pond when method of water procedure BW(App 4 X 1)per ASTM E96 is used. 5 n) Cathodic Disbodment: 12 mm maximum with a potential of—3.00 6 volts for 30 days tests,per ASTM 95. 7 2) The coating manufacturer shall have a minimum of 5 years experience in 8 the production of this type coating. 9 b. For Specials,Fittings,Repair and Connections 10 1) Provide shop-applied and field-applied coating as follows: 11 , as 12 , 13 b) Durashield 210, Durashield 310, or Durashield 310 JARS as 14 manufactured by LifeLast,Inc.,or 15 c) Protec Il, as 16 manufactured by ITW—Futura Coatings. 17 d) Chemtane 2265, Chemline,Inc., St. Louis,Missouri 18 e) Carboline,Polygard 777, St. Louis,Missouri 19 fl Properties specified above. 20 g) Mix and apply polyurethane coatings in accordance with the coating 21 manufacturer's recommendations. 22 3. Cement Mortar Coatings (Unit Il—36-Inch Pipe)and Linings 23 a. Cement mortar linings shall be shop-applied(plant-spun). Lining shall bg fully 24 cured before coating is applied. 25 b. Shop-applied cement mortar coatings and linings shall conform to the 26 requirements of AWWA C205 with the following modifications: 27 1) Sand used for cement mortar shall be silica sand ASTM C33 and shall not 28 leach in water. 29 2) Curing of the coatings and linings shall conform to the requirements of 30 AWWA C205. 31 3) Cement mortar linings and coating shall be dense and smooth without 32 bumps, blisters,ridges or spalling,to the satisfaction of the Engineer. 33 Lining and coating shall be in intimate contact with steel cylinder and shall 34 not have a drumming sound when tapped. 35 4) Mortar coating reinforcing shall be electrically continuous with the steel 36 cylinder and shall be spiral wire per AWWA C205,applied under tension. 37 5) Cement mortar coating shall be a minimum of 1"thick nominal. 38 4. Gaskets 39 1) Flangeag skets in accordance with AWWA C207. 0-ring gaskets in 40 accordance with AWWA C-200 41 2) Provide Gaskets in accordance with Section 33 1105. 42 5. Bolts and Nuts 43 a. Flanged Ends 44 1) Flange in accordance with AWWA C207. 45 2) Provide bolts and nuts in accordance with Section 33 1105. 46 6. Flange Coatings 47 a. Flange Coatings in accordance with Section 33 1105. 48 7. Steel shall: 49 a. Meet the requirements of AWWA C200 CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 1—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01304 Revised December 20,2012 Addendum No.1-Page 110 of 144 33 11 14-12 BURIED STEEL PIPE AND FITTINGS Page 12 of 33 1010, 1 b. Be of continuous casting 2 c. Be homogeneous 3 d. Be suitable for field welding 4 e. Be fully kilned killed 5 f. Be fine austenitic grain size 6 8. Bend Fittings 7 a. Fabricate all fittings from hydrostatically tested pipe. 8 b. All bend fittings shall be long radius to permit easy passage of pipeline pigs. 9 All bend fittings shall have a minimum radius of 2.5 times the diameter. 10 9. Threaded Outlets 11 a. Where outlets or taps are threaded,Threaded with CC Threads and furnish and 12 install brass bushings for the outlet size indicated. 13 10. Weld Lead Outlets 14 a. Use of threaded outlets for access for weld leads is permitted. 15 b. Additional outlet configurations shall be approved by the Engineer. 16 c. Outlets shall be welded after use,and covered with a heat shrink sleeve 17 (polyurethane coating pipe)or mortar coating for mortar coated steel pipe. 18 11. Mixes 19 a. Mortar for Joints 20 1) Mortar shall be 1 part cement to-2 3 parts sand. 21 2) Cement shall be ASTM C150,Type I or I1. 22 3) Sand shall be of sharp silica base. 23 a) Sand shall conform.to ASTM C144. 24 4) Interior joint mortar shall be mixed with as little water as possible so that 25 the mortar is very stiff,but workable. Exterior joint mortar shall be mixed 26 to the consistency of thick cream. 27 5) Water for cement mortar shall be from a potable water source. 28 6) Mortar for patching shall be as per interior joints. 29 b. Bonding Agent 30 1) Bonding Agent for Cement Mortar Lining must meet NSF 61, if cement 31 lining is in contact with potable water. 32 2) Bonding agent for cement mortar lining patching shall be: 33 a) Probond Epoxy Bonding Agent ET-150,parts A and B 34 b) Sikadur 32 Hi-Mod,or 35 c) Approved equal 36 12. Heat Shrink Sleeves for Polyurethane Coated Steel Pipe 37 a. Primer: Provide as recommended by the sleeve manufacturer. 38 b. Filler Mastic: Provide mastic filler as recommended by the heat shrink sleeve 39 manufacturer for all locations which have 1/8"or larger change in outside 40 diameter. 41 1) Size and type shall be as recommended by the sleeve manufacturer for type 42 of pipe and joint. Filler material shall have a melting point of 500°F or 43 higher. Filler shall be Canusa SG79 or Raychem covalence 939 filler. 44 c. Joint Coating: Cross-linked polyolefin wrap or sleeve with a mastic sealant, 85 45 mils total thickness, suitable for pipeline operating temperature, sleeve material 46 recovery as recommended by the manufacturer. 47 1) Standard recovery sleeve shall be used for welded or bell and spigot joints. 48 High recovery sleeves shall be provided for bell and spigot flange and 49 coupling style joints with a minimum of 50 percent recovery. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. 1-Page 111 of 144 33 11 14-13 BURIED STEEL PIPE AND FITTINGS Page 13 of 33 1 2) Sleeve length shall provide a minimum of 3 inches overlap onto intact pipe 2 coating on each side of the joint. Sleeve shall be a minimum of 17 inches 3 wide. 4 3) Width to take into consideration shrinkage of the sleeve due to installation 5 and joint profile 6 d. Heat shrink sleeves shall meet AWWA C216,as manufactured by: 7 1) Canusa CPS: Aqua-Shield AOW—WAB System 8 2) Rayehem 9 3) Appfeved ectal 10 4) Berry CPG—Covalence: Water Wrap-WAB 11 e. Provide heat shrink sleeve suitable to interior joint welding without damage to 12 heat shrink sleeve. 13 13. Special Coatings in Tunnels and Casings: Pipe to be laid in casing or tunnel shall 14 have a mortar coating over the polyurethane coating or mortar coating. The coating 15 shall have at least two mortar bands at a minimum of two inches thick,and thick 16 enough to be larger outside diameter than the bell including the heat shrink sleeve. 17 The mortar coating is to allow the pipe to be installed by skidding on rails. The 18 Manufacturer shall design the mortar bands and reinforcement sufficiently to 19 prevent damage to the coating from the installation process. 20 C. Performance/Design Criteria 21 1. Pipe Design 22 a. Steel pipe shall be designed,manufactured and tested in conformance with 23 AWWA C200,AWWA M11 and these Specifications. 24 b. Sizes and pressure classes(working pressure) shall be as shown below, unless 25 otherwise indicated on the drawings. 26 c. For the purpose of pipe design,the transient pressure plus working pressure 27 shall be as indicated below. 28 d. Fittings, specials and connections shall be designed for the same pressures as 29 the adjacent pipe. 30 e. Pipe design shall be based on trench conditions and the design pressure in 31 accordance with AWWA M11;using the following parameters: 32 1) Unit Weight of Fill(W)= 130 pounds per cubic foot 33 2) Live Load 34 a) =AASHTO HS 20,at all locations except at railroads 35 b) =Cooper E80, at Railroads 36 3) Trench Depth=As indicated in the Drawings 37 4) Deflection Lag Factor(Di)= 1.0 38 5) Coefficient(K)=0.10 39 6) Maximum Calculated Deflection: 40 a) Dx=3 2 percent(for polyurethane coated pipe) 41 b) Dx=3 1 percent(for cement mortar coated pipe) 42 7) Soil Reaction Modulus(E')< 1,000 for gravel embedment 43 8) Soil Reaction Modulus(E')<4,000 for CSLM embedment 44 9) Working Pressure= 150 psi 45 a) Test Pressure= 46 (1) No less than 1.25 minimum times the stated working pressure(187 47 psi minimum)of the pipeline measured at the highest elevation 48 along the test section. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 112 of 144 33 11 14-14 BURIED STEEL PIPE AND FITTINGS Page 14 of 33 1 (2) No less than 1.5 times the stated working pressure(225 psi 2 minimum) at the lowest elevation of the test section. 3 10) Surge Allowance= 100 psi,minimum 4 a) Where Total Pressure(including surge)= 150 psi+ 100 psi=250 psi 5 f. Fittings and specials shall be: 6 1) Designed in accordance with AWWA C208 and AWWA MI I except that 7 crotch plates shall be used for outlet reinforcement for all Pressure 8 Diameter Values, PDV,greater than 6,000. 9 g. Where the pipe requires additional external support to achieve the specified 10 maximum deflection,the Contractor and pipe supplier will be required to 11 furnish alternate methods for pipe embedment. 12 1) No additional compensation will be made to the Contractor by the Owner 13 where this method is required. 14 h. Trench depths indicated shall be verified after existing utilities are located. 15 1) Vertical alignment changes required because of existing utility or other 16 conflicts shall be accommodated by an appropriate change in pipe design 17 depth. 18 2) In no case shall pipe be installed deeper than its design allows. 19 i. Field fabrication or cutting is not allowed, unless otherwise approved by the 20 City. 21 2. Provisions for Thrust 22 a. Thrust at bends,tees or other fittings shall be resisted by restrained joints. 23 1) Thrust at bends adjacent to casing shall be restrained by welding joints 24 through the casing and a sufficient distance each side of the casing. 25 2) The distance for thrust restraint shown on the Drawings is the minimum 26 restraint and does not relieve the manufacturer from calculating the restraint 27 needs as specified herein. 28 a) In no case shall the restrained distance be less than indicated on the 29 Drawings. 30 b. Restrained joints shall be used a sufficient distance from each side of the bend, 31 tee,plug or other fitting to resist thrust which develops at the design pressure of 32 the pipe. 33 c. Restrained joints shall consist of welded joints. 34 d. The length of pipe designed with restrained joints to resist thrust shall be 35 verified by the pipe manufacturer in accordance with AWWA MI I and the 36 following: 37 1) The weight of the earth(We) shall be calculated as the weight of the 38 projected soil prism above the pipe, for unsaturated soil conditions 39 2) Soil Density=x&130 pounds per cubic foot(maximum value to be used), 40 for unsaturated soil conditions. Use a maximum of six feet of cover over 41 the pipe in all cases. 42 3) Coefficient of Friction=0-.2-S 0.20(maximum value to be used for 43 polyurethane coated steel pipe). 0.25 (maximum value to be used for 44 mortar coated steel pipe). 45 4) If indicated on the Drawings and the Geotechnical Borings that ground 46 water is expected,account for reduced soil density. 47 5) For horizontal bends,the length of pipe to be restrained shall be calculated 48 as follows: 49 50 L= PA(1—cosA) CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2--Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 113 of 144 33 11 14-15 BURIED STEEL PIPE AND FITTINGS Page 15 of 33 1 f(2We+Wp+WW) 2 3 Where: 4 A=Deflection angle 5 L=Length of pipe to be restrained on each side 6 P=internal pressure=working pressure plus surge allowance 7 A=Cross sectional area of pipe steel cylinder I.D. 8 We=Weight of prism of soil over the pipe 9 Wp=Weight of pipe 10 WW=Weight of water 11 f=Coefficient of friction between pipe and soil 12 3. Inside Diameter 13 a. The inside diameter,including the cement-mortar lining, shall be a minimum of 14 the nominal diameter of the pipe specified,unless otherwise indicated on the 15 Drawings. 16 4. Wall Thickness 17 a. The minimum pipe wall steel thickness shall be as designed,but not less than 18 0-.24 0.1875 inches or pipe D/230 X240,whichever is greater for pipe and 19 fittings,with no minus tolerance,where D is the nominal inside pipe diameter. 20 b. Where indicated on the Drawings,pipe and fittings shall have thicker steel pipe 21 wall. 22 c. The minimum steel wall thickness shall also be such that the fiber stress shall 23 not exceed: 24 1) 50 percent of the minimum yield strength of the steel for working pressure 25 and 26 2) 75 percent of the minimum yield strength of the steel at the maximum 27 pressure(including transient pressure), nor the following,at the specified 28 working pressure: 29 Maximum Stress at Pipe Type Working Pressure Polyurethane Coated Steel 23,000 psi Mortar Coated Steel �'40:p USED-1 8 000 psi 30 31 d. Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel 32 thickness of 0.375 inches or pipe D/144,whichever is greater,where D is the 33 nominal pipe diameter. 34 e. Pipe,fittings and specials shall be designed such that the maximum stresses in 35 the pipe due to thrust loading will not exceed 18,000 psi. Bend fittings over 15 36 degrees,pipe with outlets 24-inches and larger,main line tees,and woes shall 37 have the following minimum thickness: 38 1) 36-inch diameter and smaller=0.25-inches 39 2) 37-inch to 60-inch diameter=0.375-inches 40 5. Seams 41 a. Except for mill-type pipe,the piping shall be made from steel plates rolled into 42 cylinders or sections thereof with the longitudinal and girth seams butt welded 43 or shall be spirally formed and butt welded. 44 1) There shall be not more than 2 longitudinal seams. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 114 of 144 33 11 14-16 BURIED STEEL PIPE AND FITTINGS Page 16 of 33 1 2) Girth seams shall be butt welded and shall not be spaced closer than 6 feet 2 except in specials and fittings. 3 6. Joint Length 4 a. Maximum joint length shall not exceed 50 feet. 5 b. Maximum joint length of steel pipe installed in casing shall meet the pr-eject 6 rem not exceed 25 feet. 7 c. Manufactured random segments of pipe will not be permitted for straight runs 8 of pipe. 9 1) Closing piece segments,however, shall be acceptable. 10 7. Joint Bonds, Insulated Connections and Flange Gaskets 11 a. Joint Bonds, Insulated Connection,and Flange Gaskets shall be in accordance 12 with Section 33 04 10. 13 8. Bend Fittings 14 a. All bend fittings shall be long radius(minimum of 2.5 times the pipe ID)to 15 permit passage of pipeline pigs. 16 9. Pipe Ends 17 a. Pipe ends shall be: 18 1) Lap welded slip joints 19 2) Butt strap joint 20 3) Flanged joint 21 4) Flexible coupled joint 22 5) Roll groove gasket joint 23 b. Pipe ends shall be welded or harnessed where indicated and as necessary to 24 resist thrust forces. 25 1) Thrust at bends adjacent to casing shall be restrained by welding joints 26 through the casing and a sufficient distance each side of the casing. 27 c. Rubber Gasket Joint 28 1) Rubber gasketed joints(O-ring or Carnegie Joints)will only be allowed for 29 pipe sizes 54.48-inch diameter and smaller. 30 2) Joints shall conform to AWWA C200 standard. 31 3) The joints shall consist of- 32 £32 a) Bell 33 (1) Flared bell end formed and sized by forcing the pipe or a plug die 34 or by expanding on segmental dies. 35 b) Spigot 36 (1) Rolled spigot or carnegie shaped steel j oint ring in accordance with 37 AWWA C200 and as shown as Item F or H in Figure 8-1 of the 38 AWWA M11. 39 4) The welded area of bell and spigot pipe ends shall be checked after forming 40 by the dye penetrant or magnetic particle method. 41 5) The difference in diameter between the interior diameter(I.D.)of the bell 42 and the outer diameter(O.D.)of the spigot shoulder at point of full 43 engagement with an allowable deflection shall be no more than 0.04 inches 44 as measured on the circumference with a diameter tape. 45 6) The gasket shall have sufficient volume to approximately fill the area of the 46 groove and shall conform to AWWA C200. 47 7) The joint shall be suitable for the specified test and/or surge pressure and 48 deflection. tow CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page It 5 of 144 33 11 14-17 BURIED STEEL PIPE AND FITTINGS Page 17 of 33 1 8) Joints shall be of clearances such that water tightness shall be provided 2 under all operating and test conditions with a pipe diameter deflection of 3 five percent based open the supplied pipe eeating. 4 9) Joints shall be electrically continuous. 5 d. Lap Welded Slip Joint 6 1) Lap welded slip joint shall be provided in all locations for pipe larger than 7 24 48-inches and where joints are welded for thrust restraint. 8 2) Lap welded slip joints may be welded from the inside or outside. 9 3) Ends of pipe, fittings and specials for field welded joints shall be prepared 10 with 1 end expanded in order to receive a plain end making a bell and plain I 1 end type of joint. 12 a) Clearance between the surfaces of lap joints shall not exceed 1/8 inch at 13 any point around the periphery. 14 4) In addition to the provisions for a minimum lap of 1'/Z inches as specified in 15 AWWA C2O0,the depth of bell shall be such as to provide for a minimum 16 distance of 1 inch between the weld and the nearest tangent of the bell 17 radius when welds are to be located on the inside of the pipe. 18 e. Fittings with Flanges 19 1) Flanged joints shall be provided at connections to valves and where 20 indicated on the Drawings. 21 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral 22 welds ground flush to accommodate the type of flanges provided. 23 3) Pipe flanges and welding of flanges to steel pipe shall conform to the 24 requirements of AWWA C207 and AWWA C2O6. 25 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent 26 pipe class. 27 5) Flanges shall match the fittings or appurtenances which are to be attached. 28 6) Flanges shall be Class E with 275 psi working pressure in accordance with 29 AWWA C207 and drilled in accordance with ASME B 16.1 Class 125 for 30 areas designated with a 225 test pressure. 31 7) When Isolation Flanges are required by the Drawings,Drillings shall 32 accommodate the required spacing for mylar sleeves according to Section 33 3304 10. 34 f. Flexible Couplings 35 1) Flexible couplings shall be provided where specified on the Drawings. 36 2) Ends to be joined by flexible couplings shall be: 37 a) Plain end type,prepared as stipulated in AWWA C2OO. 38 b) Welds on ends to be joined by couplings shall be ground flush to 39 permit slipping the coupling in at least 1 direction to clear the pipe 40 joint. 41 c) Harness bolts and lugs shall comply with AWWA M11. 42 g. Butt Strap Closure Joints 43 1) Where necessary to make closure to pipe previously laid,closure joints 44 shall be installed using butt strap joints in accordance with AWWA C2O6 45 and applicable provisions of this Specification. 46 10. Polyurethane Coating(Unit I—48-Inch Pipe) 47 a. Applicator Qualifications 48 1) Equipment shall be certified by the coating manufacturer to meet the 49 requirements for: 50 a) Material mixing CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. 1-Page 116 of 144 33 11 14-18 BURIED STEEL PIPE AND FITTINGS Page 18 of 33 1 b) Temperature control 2 c) Application rate 3 d) Ratio control for multi-part coatings 4 2) Equipment not meeting the written requirements of the coating 5 manufacturer shall be rejected for coating application until repairs or 6 replacement of the equipment is made to the satisfaction of the City. 7 3) Personnel responsible for the application of the coating system shall: 8 a) Provide certification of attendance at the coating manufacturer's 9 training class within the last 3 years 10 b) Be present during all coating application work and shall have 11 responsibility for controlling all aspects of the coating application 12 b. Surface Preparation 13 1) Remove visible oil,grease,dirt and contamination in accordance with 14 SSPC SP 1. 15 2) Remove surface imperfections such as metal slivers,burrs, weld splatter, 16 gouges or delamination in the metal by filing or grinding prior to abrasive 17 surface preparation. 18 3) In cold weather or when moisture collects on the pipe and the temperature 19 of the pipe is less than 4-5 60 degrees F,preheat pipe to a temperature 20 between 4-5 Wand 90 degrees F and 5 degrees F above dew point. 21 4) Clean pipe by abrasive blasting with a mixture of steel grit and shot to 22 produce the surface preparation cleanliness as required by coating 23 manufacturer and as specified. 24 a) Recycled abrasive shall be cleaned of debris and spent abrasive in an 25 air wash separator. 26 5) Blast media mixture and gradation shall be adequate to achieve a sharp 27 angular surface profile as required by coating manufacturer and to the 28 minimum depth specified. 29 6) Protect prepared pipe from humidity,moisture and rain. 30 7) Keep pipe clean,dry and free of flash rust. 31 a) Remove all flash rust,imperfections or contamination on cleaned pipe 32 surface by reblasting prior to primer application. 33 8) Complete priming and coating of pipe in a continuous operation the same 34 day as surface preparation. 35 9) Abrasive blast exterior surfaces in accordance with SSPC SP 1 WNAGE GE No 36 -2 5;to a neap-white metal blast cleaning with a minimum 3.0 mil angular 37 profile in bare steel. 38 c. Equipment 39 1) 2-component,heated airless spray unit in accordance with coating 40 manufacturer's recommendation 41 d. Temperature 42 1) Minimum 5 degrees F above dew point temperature 43 a) The temperature of the surface shall not be less than 60 degrees F 44 during application. 45 e. Humidity 46 1) Heating of pipe surfaces may be required to meet requirements of this 47 Section if rclative humidity exceeds 80 percent. 48 f. Resin 49 1) Do not thin or mix resins; use as received. ell 50 2) Store resins at a temperature recommended by the coating manufacturer. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. I-Page I l7 of 144 33 11 14-19 BURIED STEEL PIPE AND FITTINGS Page 19 of 33 1 g. Application 2 1) Applicator shall be certified by the coating manufacturer and conform to 3 coating manufacturer's recommendations. 4 a) Thinning is not permitted. 5 2) Apply directly to pipe to achieve a total dry film thickness(DFT)of 35 6 mils. 7 3) Multiple-pass, 1 coat application process is permitted provided maximum 8 allowable recoat time specified by coating manufacturer is not exceeded. 9 4) Provide cutbacks in accordance with coating manufacturer's 10 recommendations as appropriate for the type of joint and heat shrink sleeve 11 to be used. 12 h. Recoating 13 1) Recoat only when coating has cured less than maximum time specified by 14 coating manufacturer. 15 2) When coating has cured for more than recoat time,brush-blast or 16 thoroughly sand the surface. 17 3) Blow-off cleaning using clean, dry, high pressure compressed air. 18 i. Curing 19 1) Do not handle pipe until coating has been allowed to cure,per 20 manufacturer's recommendations. 21 11. Joint Wrappers for Mortar Coated Steel Pipe(Unit II—36-Inch Pipe) 22 a. Joint wrappers shall be similar to those manufactured by Mar-Mac 23 Manufacturing Company. 24 12. Joint Primer for Holdback 25 a. Provide primer coating of coating and lining holdback area per manufacturer's ' 26 recommendation that is suitable for field welding. 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL 29 A. Marking for Identification 30 1. For each joint of pipe and each fitting,plainly mark on 1 end: 31 a. Class for which it is designated 32 b. Date of manufacturer 33 c. Identification number 34 d. Top centerlines shall be marked on all specials 35 B. Factory Testing 36 1. Cement Mortar Lining and Coatin>;-Shop-applied cement mortar linings and 37 coatings shall be tested in accordance with AWWA C205. 38 2. Polyurethane Coating-The polyurethane coating shall be tested in accordance with 39 AWWA C222. 40 a. Thickness: Test thickness of coating in accordance with SSPC PA 2. 41 1) Test coating system applied to the pipe for holidays according to the 42 procedures outlined in NACE SPO 188 using a high voltage spark tester 43 (operating at 100 volts per mil), for the dry film thickness(DFT)specified 44 of 35 mil. 45 b. Adhesion Testing P CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. I-Page 118 of 144 3311 14-20 BURIED STEEL PIPE AND FITTINGS Page 20 of 33 1 1) Polyurethane coatings or linings shall have an adhesion to steel of 44, W 2 1,750 pounds per square inch,minimum. 3 2) Test polyurethane coating adhesion to steel substrates using pneumatic pull 4 off equipment, sueh as RATE TE*'oriel 108 w Delfesko Positest, in 5 accordance with ASTM D4541 and AWWA C222,except as modified in 6 this Section, 20 mm doll. size. 7 3) Adhesion testing records shall include: 8 a) Pipe identification 9 b) Surface tested(interior or exterior) 10 c) Surface temperature 11 d) Coating thickness 12 e) Tensile force applied 13 f) Mode of failure 14 g) Percentage of substrate failure relative of dolly surface 15 4) Glue dollies for adhesion testing to the coating surface and allowed to cure 16 for a minimum of 12 hours. 17 a) Because of high cohesive strength, score polyurethane coatings around 18 the dolly prior to conducting the adhesion test. 19 5) Failure shall be by adhesive and cohesive failure only. 20 a) Adhesive failure is defined as separation of the coating from the steel 21 substrate. 22 b) Cohesive failure is defined as failure within the coating,resulting in 23 coating remaining both on the steel substrate and dolly. 24 6) Retest partial adhesion and glue failure if the substrate failure is less than 25 50 percent relative of the dolly surface area and the applied tension was less 26 than the specified adhesion. 27 7) Glue failures in excess of the minimum required tensile adhesion are 28 accepted as meeting the specified adhesion requirements. 29 8) Conduct,accept and reject adhesion tests on polyurethane pipe coating and 30 lining independently(where applicable). 31 9) Frequency of adhesion testing in accordance with AWWA C222. 32 10) Randomly select repair patches on the polyurethane coating for adhesion 33 testing in a manner as described herein and at the discretion of the coating 34 inspector conducting the adhesion tests. 35 a) Adhesion of repairs shall be as specified by the coating manufacturer 36 for the type of repair. 37 C. Manufacturer's Technician for Pipe Installation 38 1. Pipe Manufacturer's Representative 39 a. If required by the Engineer or requested by the Contractor during construction, 40 the pipe manufacturer shall furnish the services of a factory trained,qualified, 41 job experienced technician to advise and instruct as necessary in pipe laying 42 and pipe jointing. 43 1) The technician shall assist and advise the Contractor in his pipe laying 44 operations and shall instruct construction personnel in proper joint 45 assembly and joint inspection procedures. 46 2) The technician is not required to be on-site full time; however,the 47 technician shall be regularly on-site during the first 2 weeks of pipe laying 48 and thereafter as requested by the Engineer,City or Contractor. rte` 49 2. Polyurethane Coating Manufacturer's Representative CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2--Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. 1-Page 119 of 144 33 11 14-21 BURIED STEEL PIPE AND FITTINGS Page 21 of 33 1 a. The pipe manufacturer shall provide services of polyurethane coating 2 manufacturer's representative and a representative from the heat shrink joint 3 manufacturer for a period of not less than 3 days at beginning of actual pipe 4 laying operations to advise Contractor and City regarding installation, including 5 but not limited to: 6 1) Handling and storage 7 2) Cleaning and inspecting 8 3) Coating repairs 9 4) Field applied coating 10 5) Heat shrink installation procedures 11 6) General construction methods and how they may affect pipe coating 12 b. Representative shall be required to return if, in the opinion of the Engineer,the 13 polyurethane coating or the Contractor's construction methods do not comply 14 with Contract Specifications. 15 1) Cost for the manufacturer's representatives to return to the site shall be at 16 no additional cost to the City. 17 D. Hydrostatic Pressure Testing 18 1. Perform hydrostatic pressure testing in accordance with AWWA C2OO. 19 2. Hydrostatically test each joint of pipe prior to application of lining or coating. 20 a. The internal test pressure shall be that which results in a fiber stress equal to 75 21 percent of the minimum yield strength of the steel used. 22 b. Each joint of pipe tested shall be completely watertight under maximum test 23 pressure. 24 c. Test pressure shall be held for sufficient time to obscrve the weld seams,but 25 not less than two minutes. 26 d. Maintain a recording pressure gauge,reference number of pipe tested,etc. 27 1) The pipe shall be numbered in order that this information can be recorded. 28 3-. Fittings shall be fabricated from hydrostatically tested pipe. All welds on fittings 29 shall be tested by hydrostatic test,ultrasonic test,air test,or magnetic particle test. 30 Air test shall be made by applying air to the welds at 10 pounds per square inch 31 pressure and checking for leaks around and through welds with a soap solution. In 32 addition, 5 percent of welds on fittings shall be checked with x-ray or ultrasonic 33 testing by an independent certified welding inspector paid for b the he Pipe 34 Manufacturer. Test fittings b)- 35 a. 14ydFestatie test 36 b. Magnetie pai4iele test 37 e. i ltfasetli. 38 d. Radiography 39 e. Dye pefletmt test 40 E. City Testing and Inspection 41 1. Pipe may be subject to inspection at the manufacturer's facility by an independent 42 testing laboratory,which laboratory shall be selected and retained by the City. 43 a. Representatives of the City,City's laboratory, or the Engineer shall have access 44 to the work whenever it is in preparation or progress. 45 b. Pipe manufacturer shall provide proper facilities for access and for inspection. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2--Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 120 of 144 3311 14-22 BURIED STEEL PIPE AND FITTINGS Page 22 of 33 1 c. Pipe manufacturer shall notify the City in writing,a minimum of 2 weeks prior 2 to the pipe fabrication so that the City may advise the manufacturer as to the 3 City's decision regarding tests to be performed by an independent testing 4 laboratory. 5 d. Material,fabricated parts and pipe,which are discovered to be defective, or 6 which do not conform to the requirements of this Specification shall be subject 7 to rejection at any time prior to City's final acceptance of the product. 8 2. The inspection and testing by the independent testing laboratory anticipates that 9 production of pipe shall be done over a normal period of time and without "slow 10 downs" or other abnormal delays. I 1 a. The pipe manufacturer shall coordinate their manufacturing schedule with the 12 Contractor and advise the Contractor of any changes in the schedule. 13 PART 3- EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 INSTALLATION 18 A. General 19 1. Install steel pipe,fittings, specials and appurtenances as specified herein, as 20 specified in AWWA C604 and AWWA M11, in accordance with the pipe 21 manufacturer's recommendations and as required for the proper functioning of the 22 completed pipe line. 23 2. Lay pipe to the lines and grades as indicated in the Drawings. 24 3. Excavate, embed and backfill trenches in accordance with Section 33 05 10. 25 4. For installation of carrier pipe within casing, see Section 33 05 24. 26 5. Inspect and test each joint for holidays(polyurethane coated pipe onlYJ just prior to 27 pipe being lowered into the ditch. 28 a. All damaged areas and holidays are to be repaired before the pipe is lowered 29 into the trench. 30 6. Place and consolidate embedment and backfill prior to removing pipe stulls. 31 7. Maximum allowable pipe deflection is limited to: 32 a. 2 percent for mortar coated steel pipe 33 b. 3 percent for polyurethane coated steel pipe 34 8. Install bonds at all pipe joints,except for welded joints or insulated joints. 35 B. Pipe Handling 36 1. Haul and distribute pipe and fittings at the project site. 37 2. Handle pipe with care to avoid damage. 38 a. Pipe shall be handled at all times with cuff eient a minimum of two non- 39 abrasive slings, belts or other equipment designed to prevent damage to the 40 coating or lining. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 121 of 144 33 11 14-23 BURIED STEEL PIPE AND FITTINGS Page 23 of 33 1 b. The spacing of pipe supports required to handle the pipe shall be adequate to 2 prevent cracking or damage to the lining or coating for joints over forty feet,a 3 spreader bar shall be used. 4 c. Inspect each joint of pipe and reject or repair any damaged pipe prior to 5 lowering into the trench. 6 d. The equipment shall be kept in such repair that its continued use is not injurious 7 to the coating. 8 e. Do not lay pipe in wet conditions. 9 3. At the close of each operating day: 10 a. Keep the pipe clean and free of debris,dirt, animals and trash—during and after 11 the laying operation. 12 b. Effectively seal the open end of the pipe using a gasketed night cap. 13 C. Line Up at Bends 14 1. Line up pipe for joining so as to prevent damage thereto. 15 a. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign 16 matter,rust and scale before placing spigot into bell. 17 2. Where abrupt changes in grade and direction occur,employ special shop fabricated 18 fittings for the purpose. 19 a. Field cutting the ends of the steel pipe to accomplish angular changes in grade 20 or direction of the line shall not be permitted. 21 3. Over-stabbed joints shall not be acceptable. A joint shall be considered over- 22 stabbed if the stabbed section is greater than the manufacturer's recommendation. 23 All over-stabbed joints shall be re-stabbed,butt strapped,or welded. 24 D. Pipe Laying 25 1. Rubber Gasket Joints 26 a. Join rubber gasket joints in accordance with the manufacturer's 27 recommendations. 28 b. Clean bell and spigot of foreign material. 29 c. Lubricate gaskets and bell and relieve gasket tension around the perimeter of 30 the pipe. 31 d. Engage spigot as far as possible in bell. Use joint spacers to prevent over- 32 stabbing the ball. 33 e. Joint deflection or pull shall not exceed the manufacturer's recommendation. 34 f. Check gasket with feeler gauge all around the pipe. 35 g. In areas of petroleum hydrocarbon soil contamination, install special Neoprene 36 gaskets or approved equal. 37 2. Welded Joints 38 a. Weld joints in accordance with AWWA C206. 39 1) Contractor shall provide adequate ventilation for welders and for City's 40 representative to observe welds. 41 2) Welds shall be full circle fillet welds,unless otherwise specified. 42 3) Welding shall be completed after application of field applied joint coating 43 if weld after backfill is used. 44 b. Adequate provisions for reducing temperature stresses shall be the 45 responsibility of the Contractor. 46 c. After the pipe has been joined and properly aligned and prior to the start of the 47 welding procedure: CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2- Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. 1-Page 122 of 144 33 11 14-24 BURIED STEEL PIPE AND FITTINGS Page 24 of 33 1 1) The spigot and bell shall be made essentially concentric by shimming or 2 tacking to obtain clearance tolerance around the periphery of the joint. 3 2) In no case shall the clearance tolerance be permitted to accumulate. 4 d. Before welding: 5 1) Thoroughly clean pipe ends. 6 2) Weld pipe by machine or by the manual shielded electric arc process. 7 3) Welding shall be performed so as not to damage lining or coating. 8 4) Cover the polyurethane coating as necessary to protect from weld splatter. 9 e. Furnish labor, equipment,tools and supplies, including shielded type welding 10 rod. 11 1) Protect welding rod from any deterioration prior to its use. 12 2) If any portion of a box or carton is damaged,reject the entire box or carton. 13 f. Hand Welding 14 1) The metal shall be deposited in successive layers. 15 2) Not more than 1/8 inch of metal shall be deposited in each pass. 16 3) Each pass except the final 1,whether in butt or fillet welds, shall be 17 thoroughly bobbed or peened to relieve shrinkage stresses and to remove 18 dirt, slag or flux before the succeeding bead is applied. 19 4) Each pass shall be thoroughly fused into the plates at each side of the 20 welding groove or fillet and shall not be permitted to pile up in the center of 21 the weld. 22 5) Undercutting along the side shall not be permitted. 23 g. Welds shall be free from pin holes,non-metallic inclusions,air pockets, 24 undercutting and/or any other defects. ell, 25 h. If the ends of the pipe are laminated, split or damaged to the extent that 26 satisfactory welding contact cannot be obtained,remove the pipe from the line. 27 i. Furnish each welder employed with a steel stencil for marking the welds, so 28 that the work of each welder may be identified. 29 j. Have each welder stencil the pipe adjacent to the weld with the stencil assigned 30 to him. 31 1) In the event any welder leaves the job, his stencil shall be voided and not 32 duplicated if another welder is employed. 33 k. Welders 34 1) Use only competent, skilled and qualified workmen. 35 a) Each welder employed by the Contractor shall be required to 36 satisfactorily pass a welding test in accordance with AWWA C2O6 37 before being allowed to weld on the line. 38 b) After each welder has qualified in the preliminary tests referred to 39 above, inspections shall be made of joints in the line. 40 c) Any welder making defective welds shall not be allowed to continue to 41 weld. 42 E. Interior Joint Grouting 43 1. Upon completion of backfilling of the pipe trench, clean out dirt or trash which has 44 collected in the joint and moisten the concrete surfaces of the joint space by 45 spraying or brushing with a wet brush. 46 2. Fill the inside of the joint recess with a stiff cement mortar. 47 3. Where the mortar joint opening is 1 inch or wider, such as where trimmed spigots 48 are required, apply a bonding agent to mortar and steel surface prior to placing joint 49 mortar. CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 123 of 144 33 11 14-25 BURIED STEEL PIPE AND FITTINGS Page 25 of 33 1 4. Ram or pack the stiff mortar into the joint space and take extreme care to ensure 2 that no voids remain in the joint space. 3 5. After the joint has been filled, level the surfaces of the joint mortar with the interior 4 surfaces of the pipe with a steel trowel so that the surface is smooth. 5 6. Interior joints of pipe 24-inch and shall have the bell buttered with mortar, 6 prior to inserting the spigot,such that when the spigot is pushed into position it will 7 extrude surplus mortar from the joint. 8 a. The surplus mortar shall be struck off flush with the inside of the pipe by 9 pulling a filled burlap bag or inflated ball through the pipe with a rope. 10 F. Exterior Joint Protection 11 1. Heat Shrink Sleeves 12 a. General 13 1) Buried pipe joints shall be field coated after pipe assembly in accordance 14 with AWWA C216,using Heat Shrink Sleeves. 15 2) Width of heat shrink sleeve shall be sufficient to overlap the polyurethane 16 coating by a minimum of 3 inches. 17 3) Overlapping of 2 or more heat shrink sleeves to achieve the necessary 18 width will not be permitted. 19 b. Installation 20 1) Clean pipe surface and adjacent coating of all mud, oil,grease,rust and 21 other foreign contaminates with a wire brush in accordance with 22 SSPC SP 2,or SSPC SP 3. Remove oil or grease contamination by solvent 23 wiping the pipe and adjacent coating in accordance with SSPC SP 1. 24 a) Clean the full circumference of the pipe and a minimum of 6 inches + 25 onto the existing coating. 26 2) Remove all loose or damaged pipe coating at joint and either repair the 27 coating as specified herein or increase the length of the joint coating,where 28 reasonable and practical. 29 3) Complete joint bonding of non-welded pipe joints before application of 30 joint coating. 31 4) Joint bonds shall be low profile bonds and all gaps and crevices around the 32 bonds shall be filled with mastic sealant. 33 5) Store sleeves in shipping box until use is required. 34 a) Keep dry and sheltered from exposure to direct sunlight. 35 b) Store off the ground or concrete floors and maintain at a temperature 36 between 60 degrees F and 100 degrees F as recommended by the sleeve 37 manufacturer. 38 6) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve 39 application. 40 7) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as 41 recommended by the sleeve manufacturer. 42 a) Monitor pipe temperature using a surface temperature gauge, infrared 43 thermometer or color changing crayons. 44 b) Protect preheated pipe from rain, snow, frost or moisture with tenting 45 or shields and do not permit the joint to cool. 46 8) Prime joint with specified primer and fill all cracks, crevices and gaps with 47 mastic filler in accordance with the manufacturer's recommendations for 48 the full circumference of the pipe. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.I-Page 124 of 144 3311 14-26 BURIED STEEL PIPE AND FITTINGS Page 26 of 33 1 9) Apply heat shrink sleeve when it is at a minimum temperature or 60 2 degrees F and while maintaining the pipe temperature above the preheat 3 temperature specified. 4 10) Apply sleeve in accordance with the manufacturer's instructions and center 5 the sleeve over the joint to provide a minimum of 3-inch overlay onto the 6 existing pipe coating. 7 11) Apply heat to the sleeve using either propane fire infrared heaters or wrap 8 around heaters. 9 a) Hold flame a minimum of 6 inches from the sleeve surface. 10 b) Periodically roll the coating on the pipe surface. 11 c) Heat from the center of the sleeve to the outer edge until properly 12 seated,then begin in the opposite direction. 13 d) Monitor sleeve for color change, where appropriate,or with appropriate 14 temperature gauges. 15 e) Take care not to excessively heat the parent coating. 16 12) Completed joint sleeve shall be fully bonded to the pipe and existing 17 coating surface,without voids,mastic beading shall be visible along the full 18 circumference of the sleeve,and there shall be no wrinkling or excessive 19 burns on the sleeves. 20 a) Sleeves which do not meet these requirements shall be removed and the 21 joint recoated as directed by the Engineer. 22 b) Minor repairs may be repaired using heat shrink sleeve repair kits. 23 13) Allow the sleeve to cool before moving, handling or backfilling. In hot 24 climates, provide shading from direct sunlight. 25 a) Water quenching will be allowed only when permitted by the sleeve 26 manufacturer. 27 2. Cement Mortar Coating(Unit I136-Inch Pipe): 28 a. Cement mortar coating shall be applied to the joints of cement mortar coated 29 steel Pipe in accordance with AWWA C205. 30 b. Joint Diapers: 31 a) Make the exterior joint by placing a joint wrapper around the pipe and 32 secure in place with 2 metal straps. 33 b) The wrapper shall be 9 inches wide for pipe 36-inches and lamer,and 7 34 inches wide for smaller pipe, hemmed on each side. 35 c) The wrapper shall be fiberglass reinforced or burlap cloth,with lengths 36 encircling the pipe, leaving enough opening between ends to allow the 37 mortar to be poured inside the wrapper into the joint. 38 d) Fill the joint with mortar from 1 side in 1 continuous operation until it 39 has flowed entirely around the pipe. 40 e) During the filling of the joint,pat or manipulate the sides of the 41 wrapper to settle the mortar and eel any entrapped air. 42 f) Leave wrappers in place undisturbed until the mortar has set-up. 43 g) Do not embed or backfill over pipe for a minimum of two hours to 44 allow mortar to set up. At the start of the project,excavate two joints of 45 pipe to verify mortar does not have shrinkage cracks. 46 G. Protective Welded Joints Coating System—Weld After Backfill 47 1. General 48 a. Application of protective coating at the pipe joints will be as follows: CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 125 of 144 33 11 14-27 BURIED STEEL PIPE AND FITTINGS Page 27 of 33 1 1) Apply a 3 layer joint coating system consisting of a factory applied 35 mil 2 polyurethane coating 3 2) A field applied 60 mil by 6 inch wide strip of CANUSA HCO Wrapid Tape 4 heat resistant tape at the location of the welding 5 3) A field applied 110 mil(full recovered thickness)by 18 inch wide 6 CANUSA AquaWrap high shrink heat shrinkable joint sleeve 7 4) In lieu of the CANUSA sleeve,contractor may use a single sleeve Berry 8 CPG-Covalence: Water wrap WAB. 9 5) After the heat shrinkable joint sleeve is installed,backfill the trench and 10 then weld the joint. 11 b. The Contractor is responsible for his operations so that they do not damage the 12 factory applied coating system. 13 c. When applying the 34ayef joint coating system for post welding the joints,the 14 Contractor must show that his operation will not damage the joint coating 15 system to the Engineer's satisfaction. 16 d. The Contractor will be required to fully uncover a maximum of 10 joints, 17 selected at random by the Engineer or City to visually inspect and test the joint 18 after welding. Any damage must be repaired. 19 1) If the Contractor's welding procedure damages the 3 !aye joint coating 20 system,the Contractor,at the direction of the Engineer,will be required to 21 modify his welding procedure. 22 2. Joint Coating(3 Layer-) 23 a. Apply 3Laye Joint Coating System before Welding the Joint 24 b. Pipe Manufacturing and Heat Tape 25 1) A 35 mil thickness polyurethane coating shall be applied over entire length 26 of pipe. 27 2) The Contractor shall field apply 60 mil thick by 6 inch wide strip of 28 CANUSA HCO Wrapid Tape heat resistant tape to the exterior bell end of 29 the pipe,centered on the location of the welding,over a 35 mil factory 30 applied polyurethane coating. 31 c. Surface Preparation and Installation for Heat Shrinkable Joint Sleeve 32 1) Clean pipe surface and adjacent coating of all mud,oil,grease,rust and 33 other foreign contaminates with a wire brush in accordance with 34 SSPC SP 2,or SSPC SP 3. Remove oil or grease contamination by solvent 35 wiping the pipe and adjacent coating in accordance with SSPC SP 1. 36 a) Clean the full circumference of the pipe and a minimum of 6 inches 37 onto the existing coating. 38 2) Remove all loose or damaged pipe coating at joint and either repair the 39 coating as specified herein or increase the length of the joint coating,where 40 reasonable and practical. 41 3) Complete joint bonding of pipe joints before application of joint coating. 42 a) Joint bonds shall be low profile bonds and all gaps and crevices around 43 the bonds shall be filled with mastic sealant. 44 4) Store sleeves in shipping box until use is required. 45 a) Keep dry and sheltered from exposure to direct sunlight. 46 b) Store off the ground or concrete floors and maintain at a temperature 47 between 60 degrees F and 100 degrees F as recommended by the sleeve 48 manufacturer. 49 5) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve 50 application. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. 1-Page 126 of 144 33 11 14-28 BURIED STEEL PIPE AND FITTINGS Page 28 of 33 1 6) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as 2 recommended by the sleeve manufacturer. 3 a) Monitor pipe temperature using a surface temperature gauge, infrared 4 thermometer or color changing crayons. 5 b) Protect preheated pipe from rain, snow, frost or moisture with tenting 6 or shields and do not permit the joint to cool. 7 7) Prime joint with specified primer and fill all cracks,crevices,and gaps with 8 mastic filler in accordance with the manufacturer's recommendations for 9 the full circumference of the pipe. 10 8) Apply heat shrink sleeve when it is at a minimum temperature or 60 11 degrees F and while maintaining the pipe temperature above the preheat 12 temperature specified. 13 a) Apply sleeve in accordance with the manufacturer's instructions and 14 center the sleeve over the joint to provide a minimum of 3-inch overlay 15 onto the existing pipe coating. 16 9) Apply heat to the sleeve using either propane fire infrared heaters or wrap 17 around heaters. 18 a) Hold flame a minimum of 6 inches from the sleeve surface. 19 b) Periodically roll the coating on the pipe surface. 20 c) Heat from the center of the sleeve to the outer edge until properly 21 seated,then begin in the opposite direction. 22 d) Take care not to excessively heat the parent coating. 23 e) Monitor sleeve for color change,where appropriate, or with appropriate 24 temperature gauges. 25 10) Completed joint sleeve shall be fully bonded to the pipe and existing 26 coating surface,without voids,mastic beading shall be visible along the full 27 circumference of the sleeve,and there shall be no wrinkling or excessive 28 burns on the sleeves. 29 a) Sleeves which do not meet these requirements shall be removed and the 30 joint recoated as directed by the Engineer. 31 b) Minor repairs may be repaired using heat shrink sleeve repair kits. 32 11) Allow the sleeve to cool before moving,handling or backfilling. 33 a) In hot climates,provide shading from direct sunlight. 34 b) Water quenching will be allowed only when permitted by the sleeve 35 manufacturer. 36 12) Holiday testing shall be performed using a high voltage holiday tester 37 (operating at 100 volts per mil)at each joint after field application of heat 38 shrinkable joint sleeve per SPO 188. 39 a) If any holidays or cuts are detected,the sleeve shall be repaired using 40 the heat shrink sleeve manufacturer's recommendation. 41 b) The damaged area shall be covered with a minimum of 50-mm overlap 42 around the damaged area. 43 H. Protection of Buried Metal 44 1. Coat buried ferrous metal such as bolts and flanges, which cannot be protected with 45 factory or field-applied polyurethane coatings or heat shrink sleeves,with 2 wraps 46 of wax tape and encase in flowable fill. 47 3.5 REPAIR 48 A. Repair and Field Touchup of Polyurethane Coating CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 127 of 144 33 Il 14-29 BURIED STEEL PIPE AND FITTINGS Page 29 of 33 1 1. For repair and field touch-up of polyurethane coating,apply: 2 a. Madison GP 11(9)T-quehop pelyuFethafie Coating 3 b. Lifelast Durasheild 210,310 or 310 JARS 4 c. ITW—Futura Coatings Protec 11,or 5 d. Chemtane 2265,Chemline, Inc. St. Louis,Missouri,or 6 e. Carboline,Polygard 777, St. Louis,Missouri,or 7 f. Coating manufacturer's recommendation 8 2. Holidays 9 a. Remove all traces of oil,grease,dust,dirt and other debris. 10 b. Roughen area to be patched by sanding with rough grade sandpaper(40 grit). 11 c. Apply a 35 mil coat of repair material described above. 12 d. Work repair material into scratched surface by brushing or rolling in 13 accordance with manufacturer's recommendations. 14 e. Retest for Holiday. 15 3. Field Cuts or Large Damage 16 a. If in the opinion of the City the polyurethane coating is excessively damaged, 17 the pipe segment will be rejected until the coating system is removed and 18 replaced so that the system is in a like-new condition. 19 b. Remove burrs from field cut ends or handling damage and smooth out edge of 20 polyurethane coating. 21 c. Remove all traces of oil,grease,dust,dirt and other debris. 22 d. Roughen area to be patched with rough grade sandpaper(40 grit). 23 e. Feather edges and include overlap of 2 inches of roughened polyurethane in 24 area to be patched. 25 f. Apply a 35 mil coat of repair material described above, in accordance with 26 manufacturer's recommendations. 27 g. Work repair material into scratched surface by brushing. 28 h. Feather edges of repair material into prepared surface. 29 i. Cover at least 1 inch of roughed area surrounding damage or adjacent to field 30 cut. 31 j. Test repairs for holidays. 32 B. Patch of Cement Mortar Lining 33 1. Repair cracks larger than 1/16 inch. 34 2. Pipes with disbonded linings will be rejected. 35 3. Excessive patching of lining shall not be permitted. 36 4. Repair in accordance with AWWA C205 and as follows: 37 a. Apply bonding agent to patch area. 38 b. Patching of lining shall be allowed where area to be repaired does not exceed 39 100 square inches and has no dimension greater than 12 inches. 40 c. In general,there shall be not more than 1 patch in the lining of any joint of 41 pipe. 42 5. Wherever necessary to patch the pipe,make the patch with the mortar indicated. 43 6. Do not install patched pipe until the patch has been properly and adequately cured, 44 unless approved by the City. 45 C. Patch of Mortar Coating(Unit 11—36-Inch Pipe): CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 128 of 144 33 11 14-30 BURIED STEEL PIPE AND FITTINGS Page 30 of 33 1 1. Have the Pipe Manufacturer repair any joint of pipe that has exterior coatingcracks 2 larger than 0.005 inch(a hairline)by using an approved method. If, in the opinion 3 of the Engineer or Owner,the pipe is not suitable for repair,reject,Mainly mark, 4 and remove the pipe from the project site. 5 2. Remove,replace or reject any disbonded coating.Apply bondinga eg nt to patch 6 area. Excessive field-patching of coating shall not be permitted. Patching will not 7 be allowed where area to be repaired exceed 100 square inches or 12 inches in 8 greatest dimension shall not be accepted.Adequately cure patches. 9 3.6 RE-INSTALLATION [NOT USEDI 10 3.7 FIELD QUALITY CONTROL 11 A. Field Tests and Inspections 12 1. Quality Control of Field Applied Polyurethane Coating 13 a. Surface Preparation 14 1) Visually inspect surface preparation to ensure cleanliness and dryness 15 requirements have been met. 16 2) Use Testex tape on at least 1 joint per day to ensure that adequate profile is 17 being achieved. 18 b. Visual 19 1) Visually inspect cured coating to ensure that the coating is completely 20 cured with no blisters,cracks,pinholes, missed areas,excessive roughness, 21 "sticky" or"gooey" areas. 22 2) Check to ensure that the coating completely covers the steel and existing 23 coating. 24 c. Thickness 25 1) Use a magnetic dry film thickness(DFT)gauge on cured coating to ensure 26 adequate thickness has been achieved according to SSPC PA 2. 27 a) If the thickness of the coating is below the minimum specified millage 28 anywhere along the length of the pipe,then adjustments must be made 29 to the spray system to correct the problem. 30 2) At a minimum,the thickness shall be measured for every 50 square feet of 31 sprayed area. 32 d. Adhesion 33 1) Perform the following procedure on a minimum of 1 joint per day: 34 a) Select area to test that has cured for at least 1 hour for fast setting 35 coatings. 36 b) Test and repair in accordance with AWWA C222 Dolly Pull-off Test. 37 e. Holiday Testing 38 1) Holiday testing shall be performed using a high voltage holiday tester at 39 each joint no sooner than 1 hour after field application of polyurethane 40 coating. 41 f. Inspection at Welding Joints 42 1) When applying the 3 layer joint coating system for post welding the joints, 43 the Contractor must show that his operation will not damage the joint 44 coating system to the Engineer's satisfaction. 45 2) The Contractor will be required to fully uncover a maximum of 10 joints, 46 selected at random by the Engineer or City to visually inspect and test the 47 joint after welding. 48 3) Any damage must be repaired. CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. 1-Page 129 of 144 33 11 14-31 BURIED STEEL PIPE AND FITTINGS Page 3I of 33 1 4) If the Contractor's welding procedure damages the 3 layer joint coating 2 system,the Contractor,at the direction of the Engineer,will be required to 3 modify his welding procedure. 4 2. Weld Testing 5 a. Dye penetrant tests in accordance with ASTM E 165,or magnetic particle test in 6 accordance with AWWA C206 and set forth in AWS D.1.L,shall be performed 7 by the Contractor under the supervision and inspection of the City's 8 Representative or an independent testing laboratory, on all full welded joints. 9 1) Welds that are defective will be replaced or repaired,whichever is deemed 10 necessary by the Engineer,at the Contractor's expense. 11 2) If the Contractor disagrees with the Engineer's interpretation of welding 12 tests,test sections may be cut from the joint for physical testing. The 13 Contractor shall bear the expense of repairing the joint,regardless of the 14 results of physical testing. 15 3) The procedure for repairing the joint shall be approved by the Engineer 16 before proceeding. 17 3. Deflection Testing 18 a. Prior to hydrostatic testing,the City's inspector shall perform deflection testing 19 at a minimum rate of 1 me o ent for-e e 2,500 linear-feet,.Fwate,.r:..o as 20 stated below. 21 b. City may reject any areas not meeting the deflection requirements of this 22 Specification. 23 c. The Contractor shall complete internal welding of joints,welding inspections 24 and grout of the inside joints prior to measuring deflection.The welding 25 inspections shall be done by an independent CWI. 26 d. Deflection measurements shall be made by the Contractor in the presence of the 27 Owner's representative. 28 1) Welds that are defective will be replaced or repaired,whichever is deemed 29 necessary by the Engineer,at the Contractor's ex ep nse. 30 2) Method for taking measurements shall be agreed to by the Owner and 31 Engineer in writing prior to installing the first joint of pipe. 32 3) Measurements shall be recorded by the Contractor. 33 4) The deflection measurements shall be made no sooner than 5 days and no 34 later than 30 days after backfilling operations are complete. 35 e. Deflection shall be determined with vertical measurements taken at the 36 locations indicated below. Locations where vertical measurements are taken 37 shall be clearly marked on the interior of the pipe. 38 1) For pipe joints 36 feet in length or less,vertical measurements shall be 39 taken at two locations, 1/4-distance from each pipe end. 40 2) For pipe joints longer than 36 feet,vertical measurements shall be taken at 41 3 locations including 1/4-distance from each pipe end and at the pine 42 midpoint. 43 f. Correction of Pipe Not Complying with Deflection Requirements CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2--Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.i-Page 130 of 144 33 11 14-32 BURIED STEEL PIPE AND FITTINGS Page 32 of 33 1 1) If the average joint deflection of a single joint or any single measurement 2 fails to meet specifications,the entire joint shall be reworked in accordance 3 with the manufacturer's recommendations and as directed by the Owner at 4 no additional cost to the Owner. This may include uncovering the pipe,re- 5 compaction of the pipe bedding,age nd repair of the coating. It is the 6 Contractor's responsibility to continuously measure and calculate pipe 7 deflection to verify it meets specification. 8 2) All costs associated with measuring for pipe deflection and any repairs or 9 rework associated with meeting these requirements shall be borne by the 10 Contractor. 11 g. Pipe Deflection Reports 12 1) A monthly report shall be submitted as Record Data showing allowable 13 deflection and 1.5 times allowable deflection and the deflection 14 measurements and calculated average deflection for each location measured 15 per joint for each joint of pipe 16 2) It is the responsibility of the Contractor to verify that the nominal12 17 diameter meets specifications at all measured locations. Contractor shall 18 coordinate pie replacement with the pipe manufacturer for any pipe not 19 meeting the specified internal diameter 20 h. Average allowable pipe deflection shall not exceed 2% for polyurethane coated 21 pipe and I% for mortar coated pipe. In no case shall individual measurements 22 exceed 3%for polyurethane coated pipe and 2%for mortar coated pipe. These 23 measurements include the allowable tolerance for lining thickness variation. 24 Additionally flat.spots or pipe with damaged lining shall be repaired. 25 4. Cleaning and Testing 26 a. Cleaning, disinfection,hydrostatic testing, and bacteriological testing of water 27 mains: 28 1) Clean, flush,pig,disinfect, hydrostatic test,and bacteriological test the 29 water main as specified in Section 33 04 40. 30 5. Closed Circuit Television(CCTV) Inspection 31 a. Provide a Post-CCTV Inspection for water lines 24-inch and larger in 32 accordance with Section 33 01 31. 33 3.8 SYSTEM STARTUP [NOT USED] 34 3.9 ADJUSTING [NOT USED] 35 3.10 CLEANING [NOT USED] 36 3.11 CLOSEOUT ACTIVITIES [NOT USED] 37 3.12 PROTECTION [NOT USED] 38 3.13 MAINTENANCE [NOT USED] 39 3.14 ATTACHMENTS [NOT USED] 40 END OF SECTION 41 CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No.1-Page 131 of 144 33 11 14-33 BURIED STEEL PIPE AND FITTINGS Page 33 of 33 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2•B.4,5,and 6—Added reference to Section 33 1105 and removed material specification for bolts,nuts,gaskets and flange coating 1 CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 Addendum No. I-Page 132 of 144 001113-1 INVII AION TO BIDDERS Page 1 42 �� 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of Northside II 48-Inch Water Transmission Line, Phase 2—Part 5 1, City Project Number 02304 will be received by the City of Fort Worth Purchasing Office: 6 7 City of Fort Worth 8 Purchasing Division 9 1000 Throckmorton Street 10 Fort Worth, Texas 76102 1 l until 1:30 P.M. CST, Thursday, December 15, 2016, and bids will be opened publicly and read 12 aloud at 2:00 PM CST in the Council Chambers. 13 14 GENERAL DESCRIPTION OF WORK 15 The major work will consist of the(approximate) following: 16 • 14,700 LF of 48" water line by open cut 17 • 1,700 LF of 72" casing pipe or tunnel liner plate 18 0 720 LF of 36"water line by open cut 19 • 2,000 LF of 8" sanitary sewer by open cut 20 21 PREQUALIFICATION 22 The improvements included in this project must be performed by a contractor who is pre- 23 qualified by the City at the time of bid opening. The procedures for qualification and pre- 24 qualification are outlined in the Section 00 21 13— INSTRUCTIONS TO BIDDERS. 25 26 DOCUMENT EXAMINATION AND PROCUREMENTS 27 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 28 of Fort Worth's Purchasing Division website at littp://www.fol-tworth,,_rov.org/L)LlI-Chasiii,,_�/and 29 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 30 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 31 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 32 Parties Form 1295 and the form must be submitted to the Project Manager before the 33 contract will be presented to the City Council. The form can be obtained at 34 httys://www.ethics.state.tx.us/tec/1295-info.htm . 35 36 Copies of the Bidding and Contract Documents may be purchased from Freese and Nichols, Inc., 37 4055 International Plaza, Suite 200, Fort Worth,TX 76109-4895. Phone number: (817) 735- 38 7300. Call a minimum of 24 hours in advance to schedule pickup. 39 40 The cost of Bidding and Contract Documents is: 41 Set of Contract Documents: $70 42 Full size drawings: $130 43 Half size drawings: $60 44 45 PREBID CONFERENCE 46 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 47 BIDDERS at the following location, date, and time: 48 DATE: December 6, 2016 CITY OF FORT WORTI I C'orthside 11 4,Y-Inch[Fater Trunsmissimr,Clain.Phase 2-Part I STANDARD CONSTRUCTION SPFCIFICA"I]ON DOCUMENT S CitY Project rCwnher:02304 Revised December 23,2015 00 11 13-2 INVITATION TO BIDDERS Page 2 of 2 1 TIME: 10:00 AM 2 LOCATION: 311 W. 10th Street 3 Fort Worth, TX 76102-6311 4 5 6 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 7 City reserves the right to waive irregularities and to accept or reject bids. 8 9 INQUIRIES 10 All inquiries relative to this procurement should be addressed to the following: I 1 Attn: Roberto Sauceda,P.E.,City of Fort Worth 12 Email: Robert.Sauceda@fortworthtexas.gov 13 Phone: (817)392-8195 14 AND/OR 15 Attn: Daniel Stoutenburg Jr.,P.E.,Freese and Nichols, Inc. 16 Email: dgs@freese.com 17 Phone: (817)735-7300 18 19 ADVERTISEMENT DATES 20 November 17, 2016 21 November 24, 2016 22 23 END OF SECTION AWN CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2-Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 23,2015 0021 13-1 INSTRUCTIONS TO BIDDERS Page I of 9 1 SECTION 00 21 13 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms 5 6 1.1.Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 7 00 -GENERAL CONDITIONS. 8 9 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 10 meanings indicated below which are applicable to both the singular and plural thereof. 11 12 1.2.1. Bidder: Any person, firm, partnership, company,association,or corporation acting 13 directly through a duly authorized representative, submitting a bid for performing 14 the work contemplated under the Contract Documents. 15 16 1.2.2. Nonresident Bidder: Any person, firm,partnership, company, association,or 17 corporation acting directly through a duly authorized representative, submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the State of Texas. 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 22 (on the basis of City's evaluation as hereinafter provided)makes an award. 23 24 2. Copies of Bidding Documents 25 26 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 27 resulting from the Bidders use of incomplete sets of Bidding Documents. 28 29 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 31 for any other use. 32 33 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 34 35 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 36 requiring prequalification at the time of bidding. Bids received from contractors who are 37 not prequalified(even if inadvertently opened) shall not be considered. Prequalification 38 requirement work types and documentation are as follows: 39 40 3.1.1. Paving—Requirements document located at; 41 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 42 %20Construction%2ODocuments/Contractor%2OPrequalification/TP W%2OPaving 43 %20Contractor%2OPrequalification%2OProgram/PREQUALIFICATION%20REQ 44 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 45 46 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; 47 https://projectpoint.buzzsaw.com/Fortworthgov/Resources/02%20- 48 %20Construction%2ODocuments/Contractor%2OPrequalification/TP W%2ORoadwa 49 y%20and%20Pedestrian%20Lighting%20Pregualification%20Pro rg_am?public CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01304 Revised August 21,2015 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.1.3. Water and Sanitary Sewer—Requirements document located at; 2 https://projecipoint.buzzsaw.com/fortworthgov/Resources/02%20- 3 %20Construction%2ODocuments/Contractor%2OPrequalification/Water%2Oand%2 4 OSanitM%2OSewer%2OContractor%2OPrequalification%2OProgram/WSS%20pre 5 qual%20requirements.doc?public 6 7 8 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 9 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 10 45 11,BIDDERS PREQUALIFICATIONS. 11 12 3.2.1. Submission of and/or questions related to prequalification should be addressed to 13 the City contact as provided in Paragraph 6.1. 14 15 16 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 17 bidder(s)for a project to submit such additional information as the City, in its sole 18 discretion may require,including but not limited to manpower and equipment records, 19 information about key personnel to be assigned to the project,and construction schedule, 20 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 21 deliver a quality product and successfully complete projects for the amount bid within 22 the stipulated time frame. Based upon the City's assessment of the submitted 23 information, a recommendation regarding the award of a contract will be made to the 24 City Council. Failure to submit the additional information, if requested,may be grounds 25 for rejecting the apparent low bidder as non-responsive. Affected contractors will be AN 26 notified in writing of a recommendation to the City Council. 27 28 3.4.In addition to prequalification, additional requirements for qualification may be required 29 within various sections of the Contract Documents. 30 31 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 32 33 4.1.Before submitting a Bid, each Bidder shall: 34 35 4.1.1. Examine and carefully study the Contract Documents and other related data 36 identified in the Bidding Documents(including"technical data"referred to in 37 Paragraph 4.2.below).No information given by City or any representative of the 38 City other than that contained in the Contract Documents and officially 39 promulgated addenda thereto, shall be binding upon the City. 40 41 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 42 site conditions that may affect cost,progress,performance or furnishing of the 43 Work. 44 45 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 46 progress,performance or furnishing of the Work. 47 CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised August 21,2015 0021 13-3 INS'iRt V FIONS TO BIDDERS Pace 3 of 9 1 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site (except Underground Facilities) that 4 have been identified in the Contract Documents as containing reliable "technical 5 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 8 9 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will fitrnish. All additional information and data 1 1 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents. No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 16 binding upon the City. 17 18 4.1.6. Perform independent research, investigations, tests, borings, and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. On request, City may provide 21 each Bidder access to the site to conduct such examinations, investigations, 22 explorations, tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must till all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations, tests and studies. 25 26 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work, time required for its completion, and obtain all information 28 required to make a proposal. Bidders shall rely exclusively and solely upon their 29 own estimates, investigation, research, tests, explorations, and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima-facie evidence that the 32 Bidder has made the investigation, examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents. The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 44 45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any, on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 CITY OF FORT WOR 1 1 I A'a111S le It 48-11702 11'ater Transmission,l/(1117, P2(1se? -Part i STANDARD CONSTRUCTION SPFCIFICAI ION DOCIIMFN"I'S CitiProject dumber.02304 Revised August 21,2015 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures(except Underground Facilities)which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents,but the "technical data"contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02.of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any"technical data"or 11 any other data, interpretations,opinions or information. 12 13 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 14 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means,methods,techniques, sequences or 17 procedures of construction(if any)that may be shown or indicated or expressly required 18 by the Contract Documents,(iii)that Bidder has given City written notice of all 19 conflicts,errors, ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 21 etc.,have not been resolved through the interpretations by City as described in 22 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4.The provisions of this Paragraph 4,inclusive,do not apply to Asbestos,Polychlorinated 27 biphenyls(PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work,Etc. 32 33 5.1.The lands upon which the Work is to be performed, rights-of-way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities, construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way, easements,and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 44 of-way,easements, and/or permits are not obtained,the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised August 21,2015 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 2 way,easements, and/or permits,and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the project that do not require permits 4 and/or easements. 5 6 6. Interpretations and Addenda 7 8 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 10 received after this day may not be responded to. Interpretations or clarifications 11 considered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 Only questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without legal effect. 15 16 Address questions to: 17 18 City of Fort Worth 19 1000 Throckmorton Street 20 Fort Worth,TX 76102 21 Attn: Roberto Sauceda, P.E., City of Fort Worth Water Department 22 Fax: (817)392-8195 23 Email: Robert.Sauceda@fortworthtexas.gov 24 Phone: (817) 392-2387 25 26 27 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 28 City. 29 30 6.3.Addenda or clarifications may be posted via Buzzsaw at 31 https://projectpoint.bzizzsaw.com/client/fortworthgov/Infrastructure%20Projects/02304 32 %20-%20Northside%2011%2048- 3 3 inch%20Water%20Transmission 01620Main 01620Phase%202/Bid%20Doeuments%20Pack 34 gge 35 36 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 37 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 38 Project. Bidders are encouraged to attend and participate in the conference. City will 39 transmit to all prospective Bidders of record such Addenda as City considers necessary 40 in response to questions arising at the conference. Oral statements may not be relied 41 upon and will not be binding or legally effective. 42 43 7. Bid Security 44 45 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 46 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 47 the requirements of Paragraphs 5.01 of the General Conditions. 48 CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised August 21,2015 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award " 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 4 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which,or the dates by which,Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or-Equal" Items 19 The Contract, if awarded,will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or"or-equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or"or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City,application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A.,6.05B. and 6.05C.of the General 26 Conditions and is supplemented in Section 0125 00 of the General Requirements. 27 28 11. Subcontractors,Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-2011 (as amended),the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts.A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no later than 2:00 P.M. CST,on the second business days after the bid 38 opening date.The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier,other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 1—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01304 Revised August 21,2015 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item,alternative, and unit 4 price item listed therein. In the case of optional alternatives,the words "No Bid," 5 "No Change," or"Not Applicable"may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals,for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals,the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner,whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to Purchasing Manager of the City,and shall be enclosed in an opaque sealed 46 envelope,marked with the City Project Number, Project title,the name and address of 47 Bidder,and accompanied by the Bid security and other required documents. If the Bid is sent 48 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 49 envelope with the notation "BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised August 21,2015 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 l 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 4 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 5 must be made in writing by an appropriate document duly executed in the manner 6 that a Bid must be executed and delivered to the place where Bids are to be submitted 7 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 8 are opened and publicly read aloud,the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City,be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates(if any)will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder,whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price,contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH Northside I148-Inch Water Transmission Main,Phase 2- Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised August 21,2015 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers, and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs,maintenance requirements, performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifications, and financial 12 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization, work of a value not less than 17 35%of the value embraced on the Contract, unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds, Certificates of Insurance,and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised August 21,2015 tN L I q-IVNaILT sass x I J,'JVd Z JSVHd'NIV",KOISSINSIIV2J,L 2131VA'i I-IONI-8t,11 EIGISHIMON �S �—q z w Wm z z m z z M�6 (D 3 z 0 0 0 0 0 0 z z p P g�z g g Z. Z t' T' z z 'z < 1. Z, N 0 0 z I w 0 W. z z 0x G ----- - < I I w I o 0�, z A w 'o w w z zo 0, -Z-Z ZO Z. Z, �oyy W. Z T w I zw z z w Z Z Z Z Z Z z L,Z 0 c w w g ;E 0 0 c 0 0 z E E E o 0 o 0 o 0 �; �o <z < < < 1..1 1 w..... < w I,lw .1 lw 1.1 �21 Z� 0 U;: ;; . . . . . ..... Z u m z z .w 7 < W, w .....z <-0 S S 5-zi'r W. plollp-oll zllo'- 9�§<. WO 0 Iz Z, Iz I > 11 z u 'w z 'w w z W, WO 1 1.Ua 2 --------$-- M > tv 25imim-505 ..... � i a � ® 11 e MHU i � lp � til y 0 hJ opg > o cn .. ... .. ... > Rd H z, " H.- z 1 n RE 2HA taEL feivKaaINI 8�87-x I LdVd Z--ISVHd'NIVW NOISSlINSNVN-L 2191W&HDNI-St,11:IGISHDiON FA - ------ WA 8 WZ z z 2�6 9 WW 0 ° IZ W zj, u p z' g z- -3 o z z- z<,- cx53 > < QU '.xm T. wppN �z o z 1 9 Iz o i� .�w� o. pOH ww z z T z, I lz < wwo ¢p pp z� o� z —,2u Z Woq L pCd�r 1 �zl Iz z2 00 2 I t 1 E 4z w�' z <- z < .1 T L w mo z .."'z <<- z -zz -moao -z 1.1 26�U <> <�t �a. -8 - 'y z'z =o.< 1.2 .-- dw , 1.-, -wz'�F' — �z w-2 <z.2- z, S�p -z z z, z- b Iz L n-.5 .1 z��o M. �z z. zOw QZ z -z -8 0 lz 2 o' t Z�Zti�n WO z� S z! 6��-z z wzpo ffi pl zI.iro .z gocmz o z z -.3 z > 1 5 < R m zo,' z �z 'z z�2 E 4, z 21= 5: z 16 16 z .1z, z z—wz� awo z�w -zscwi -z z, < ow U <aosWW > I oyzx c —o I zi�3m Nim <z�*-'5 E t -,f, �omz FO LLOw�Zcw� 3c G o z < I <z I zZw < < ,o2� �I—z— 6 o 25 COZ N�COO Ow TwpV < '�z 4 c z I z z z— id tO L� < .1 Po aWrvN < mac Ow O-zcO z 4� < T'. S z6 mz -E zz� E 12 P,, g 6. z6 2w-zo .xoo<�mw �c — < , z z z I zt <z A Oz. �z,., JE Z, S E5 Iz z' Iz z' < 'w ogC IS < z 1. , 2� 'z— o - I — 0, w z- z 21. o < I ILI —2 o I 'o w 2g lw z 'o < 1�21 �lw 2 w, Izq- E zx 8 s < z <. H8Z o U! z > , I JIQ\ .XVd Z:ISVHd'NfVW ROISSIllCSNMil � in w A 0 z the o I y Z py z Z C) <? > za O z ir R—� T--L cc N69 OOd oo KS ZQp0 ZpOz Art -z z I 1 z I I — 1-w -z d z.�o n,c �z g -,6N N l,nVA I Ln T lz- 9L 5L9 NIP 831�M t dC�id 01 133NNOO dol lm 94 OmI linvA ONV -d-M + lz �Z- L, I�M9 WtlA 3170 v V S ��U+ is Z LR9=A313 i C', 9B9 9L�13 -'9,/3dld ONISIO 04100 dOl X3 ---------- I 3106 M030, tJ3A IIJ) X2999 999=dOi Ca- 3N!l q I vis, OJI�!�31vm M2A 11A) S I NANn-A313 yLZ Q0 �sB�Nl OH llvlo� svDldA 4jo oiw OL 0 vis V15 a 0+0 N38 H li�JCM JlN]A 01113) 0 NMn=A313 3`£6+0'Ps dcli 3NII:a&IVM 91, Y3 01 1 3NN00 X) A+ 3AIVA,e I %W ONIdd �,z N a3 M 9l �N3� H 0 11 (ggL NJ) taiz]-� L EF-,,l z z 07021 ONr)ovq inn� I I'dVd Z ISVI-ld'NUVPZ I'WISSMS-NIVIdl IUIVA�HDtil-0 11 3(TISHI2ION 7- Y N A c < �a p z ? z z z 'A gp, LD g t 2 < Za < < Pu < Z z z < C U2 L) z z z000 Z, z Ocz zzco zoo z z ro W-7H- > > z -I Zz -IO F -6, d Ow Ig T- 4. > z P t� (NOIJVOOI CV Hld]O'Aa3A cl31j) 3NII'a'ivm 9i3INN05`0 -X�cl 3NII OiVIA .9t ONO3 9z*L ViS JdA Nlfflj,:�I dob.�l X3 62�LGIC VIS ZV96� dol A N3e.9Z llx,gla NI Z, N�S.9e LV,9�-L DAIa3A(113U) NMnl:A3i3 —Z ,-3",n x., AIVA KVO'S=IV'-I�� 17n:VA ONV 31 Mt' 90,c lv-l� > Z o. -C w -�i LL�- -di". ..aoi 9 3MI � �10�d ITMINOO 3NII 218100 iVM.9� NI`39 z 0040--ViT—IdA 7, E mz- r + 0 O 16! z ----------- 5 + 00 ow << 1. L '4� I i'dVd Z 3SVHd'.,llVlN NOISSINS.W-U,'d9lVM HDKI-St,11 goISHINON 4 Z z z u < z 0 1A A IAC wz w ecy > M� z ? < ` «a' fru Wn 0 E H� Ll mh <> C) z-9� NIIN 0-.V 0 LLJ Ldoz m z IT N4 Y, r -318VA 1p < z 'o FSM dLLR mO Z. apo 2 E NIM ;'l ? C.) Z) U Li w z W n Ui ao ---------------17-------- co o �1:1.as jW ow d) I z z 5 3 E N',S,,-) I S2I d Z-4SVHd'NIVIN NOIS SIWS,ZVd-L�MIVAHDNI-8t II u(i ISHLmON 4 ILE 4Y as 7 4444 � .cs LE w > zap q0 N mz wl 1. 2 vis w OoE ry matt ON 3 It I ILL 6 ——— ..............T IT € _ ' �3N Z :w LO C7 Y C zin 13 z� Z a Q U - - A a z b l �= 3 67w z _ - } Ua O �(-y m Ei - �Im- p id 31 _ .• r °I � wz � F z a y �a z � > - � r ^ � u �c z , G� c.. �c... pv 6 V0 7 ,ot - Z m vt �z J� - > o D �m xa a n �7 z Z a O � m W o0U - .O W oz� a oO a Ot 4z z° a zz F a_ wz m0 z m> n < � a= Zz 5 Ozz qz d U U-m � w O � �+O 4 W +, <0.° W Zp 4 ❑ter w \ r• dx � . r, p�VR �Ow7 Cw OC')Z z OWw 2a r N CI K LLr OCOs o o o W_ Q� Oaf ` Z t uUO. ;Z> zz 002 OF x w _ .n z. QUO aw UIQ '}U i s O N NL'13115 htlT MOW t v� m �a W3 voong WEIR MnEg a W91 < Z� Eat LL 0 Y- 0 Z -, jTnQ9R1Qyj, gy, Ron AMIDIAM" ak, go! 0 phAelik" WIR-16 1m cu 62yug"I gin-, 'A NEU; Hamm D SA=R 18 7E ;tm to- 9 -w Ely Voliw EIR, Muder 1z z.Wo °. -<,T' <w.,; , O'K' 80. 0 014 �;_Qf 1.i� ' SE zo 5' il.'0- E<z z'z.00 0, H'Pl, Elz pYm Z-01 .2E�.o w C 01 1. Z.Wo 6 0 0.� < Z 0 = 0. woZz� c .Z3 00> Ox H'�.0� H''S% 0 < ''z .W,- Z210 Yw < om� oil E22. up "S i 'I How pz K AMMINn HAS A-: oil —1_4 t t MAN- 1� I A \X y It Ric u w A ilk, in, its O J Z low,MASOMMERHO low, V, insY W d L ^p s H '� on, ' y_ a m U � O r H 6Q. Z � z }W' � a TIM 102 :4 Wn at; WOR INN Sh OWNMIA, m into: rle a �- 1 a Y mo o w o -� F° w a M a z ¢ z moi o w o gotMQmIng t~FqwiJo0tm- umgw.4Wz wV-wop�w0m>R0UOSips o' o1¢ oomwwz«� �rq�wU m'=a¢aw 4 >oU Zw F0owQ RZ >tt ¢M <0w omw OWS F > w 10 RE H8O yo all 11 10 21 Ows m Nil Ow Owaz JZOO Jgw Oa w ¢ 0 IZZ o � zo�YYww�=OYh °z 020 0Z---O -ZOwz�¢ US>Uw>q�u. W. -. _. O7wU OZ I Ji 1 IIC A f_311H 1 w � y C z 11 lift 11 y� j F H,l Ntfif NHA -�-- R \ � $x \ _ a t A, 003513 Conflict of Interest Affidavit Page 1 of 1 SECTION 00 3513 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as"you") to a City of Fort Worth (also referred to as "City") procurement.are required to complete Conflict of Interest Questionnaire(the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form)below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. http://www.ethics.state.bc.us/forms/CIQ.pdf httv://www.ethics.state.tx.us/forms/CIS.pdf ❑ CIQ Form is on file with City Secretary ID CIQ Form is being provided to the City Secretary ❑ CIS Form is on File with City Secretary Q CIS Form is being provided to the City Secretary BIDDER: S.J. Louis Construction of Texas, Ltd. By: Adam H. Lunsford 520 South 6th Avenue Signature: PO Box 834 Mansfield, Texas 76063 Title: Vice President END OF SECTION CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Rcviscd 20120327 a 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,by a vendor who Date Received 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. jJ Name of vendor who has a business relationship with local governmental entity. NIA 2 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 N/A you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the Information is being disclosed. NiA Name of Officer :41 Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CiO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? F] Yes Fx7 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 or a family member of the officer AND the taxable income is not received from the local governmental entity? F-1 Yes ® No 5 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownarship interest of one percent or more. NiA 6 Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts ❑ as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). N/A Y6 7 Adam H.Lunsfor Vice President December 15,2016 Signal of en ping business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.usl Docs/LG/htm/LCx176.htm.For easy reference,below are some of the sections cited on this form. Local Government Code S 176.001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,and reporting to,that agency. Local Government Code 6176.003(a)(2)(A)and(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor it: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the �.. vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Govemment Code§176.006(a)-and(a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity,or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity;or (B) submits to the local governmental entity an application,response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer,described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a);or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 LOCAL GOVERNMENT OFFICER FORM CIS -CONFLICTS DISCLOSURE STATEMENT (Instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This is the notice to the appropriate local governmental entity that the following local government officer has become aware of facts that require the officer to file this statement Date Received in accordance with Chapter 176,Local Government Code. 1 Name of Local Government Officer N/A 2 Office Held N/A 3 Name of vendor described by Sections 176.001(7)and 176.003(a),Local Government Code N/A 4 Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in Item 3. N/A 51 List gifts accepted by the local government officer and any family member, If aggregate value of the gifts accepted from vendor named in Item 3 exceeds$100 during the 12-month period described by Section 176.003(a)(2)(13). Date Gift Accepted N/A Description of GiftN/ Date Gift Accepted Nj A - Description of Gift N/A Date Gift Accepted N/A Description of Gift N/A (attach additional forms as necessary) 6 Ammrr I swear under penalty of perjury that the above statement is true and correct. I acknowledge that the disclosure applies to each family member(as defined by Section 176.001(2), Local Government Code)of this local government officer. I also acknowledge that this statement covers the 12-month period described by Section 176.003(a)(2)(8),Local Government Code. N/A Signature of Local Government Officer AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me,by the said N/A this the N/A day of N —.2o N/A to certify which,witness my hand and seal of office. IM/A/A N/A NZA Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Form provided by Texas Ethics Commission www.ethics.stale.tx.us Revised 11/30/2015 �. LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT Section 176.003 of the Local Government Code requires certain local government officers to file this form. A"local government officer"is defined as a member of the governing body of a local governmental entity;a director,superintendent, administrator,president,or other person designated as the executive officer of a local governmental entity;or an agent of a local governmental entity who exercises discretion in the planning,recommending,selecting,or contracting of a vendor. This form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m.on the seventh business day after the date on which the officer becomes aware of the facts that require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 176.003,Local Government Code. An offense under this section is a misdemeanor. Refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. INSTRUCTIONS FOR COMPLETING THIS FORM The following numbers correspond to the numbered boxes on the otherside. 1. Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2. Office Held. Enter the name of the office held by the local government officer filing this statement. 3.Name of vendor described by Sections 176.001(7)and 176.003(a),Local Government Code. Enter the name of the vendor described by Section 176.001(7), Local Government Code,if the vendor: a) has an employment or other business relationship with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A),Local Government Code;b)has given to the local government officer or a family member of the officer one or more gifts as described by Section 176.003(a)(2)(B),Local Government Code;or c)has a family relationship with the local government officer as defined by Section 176.001(2-a),Local Government Code. 4. Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. Describe the nature and extent of the employment or other business relationship the vendor has with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A),Local Government Code,and each family relationship the vendor has with the local government officer as defined by Section 176.001(2-a),Local Government Code. 5. List gifts accepted,If the aggregate value of the gifts accepted from vendor named In Item 3 exceeds$100. List gifts accepted during the 12-month period(described by Section 176.003(a)(2)(B),Local Government Code)by the local government officer or family member of the officer from the vendor named in item 3 that in the aggregate exceed$100 in value. 6.Affidavit. Signature of local government officer. Local Government Code A 176.001(2-a): "Family relationship"means a relationship between a person and another person within the third degree by consanguinity or the second degree by affinity,as those terms are defined by Subchapter B,Chapter 573,Government Code. Local Government Code 4 176.003(a)(2)(A): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income,that exceeds$2,500 during the 12-month period preceding the date that the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 00 41 00 BID FORM Page 1 of 4 , "" SECTION 00 4100 BID FORM TO. The City Manager do:The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: Northside II 48-Inch Water Transmission Main,Phase 2-Part I City Project No.: 2304 1. Enter Into Agreement The undersigned Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.I. In submitting this Bid,Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition of Bid Bond. 22. Bidder is aware of all costs to provide the required insurance,will do so pending contract award,and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,association,organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving,receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. 'fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. c."collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial,non-competitive levels. d."coercive practice"means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH Northside H 48-Inch Water TransraLuion Alain,Ph=e 2.Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02304 Form Revised 20120327 004100 BID FORM Page 2 of 4 -3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Transmission,Urban/Renewal,All Sizes b. Tunneling-66"and greater,350 LF or greater c. Cathodic Protection 4. Time of Completion 4.1. The Work for Unit I-Northside H 48-Inch Water Transmission Main,Phase 2-Part I will be complete for Final Acceptance within 350 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. The Work for Unit 11-Darnell Street 36-Inch Water Line Improvements will be complete for Final Acceptance within 150 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.3. The Work for Unit 1I1— Keller-Hicks Road 8-Inch Sewer Line will be complete for Final Acceptance within 120 days after the substantial completion of the Unit I ror s total or470 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.In no instance shall Unit 111 begin construction before Unit I is determined to be substantially complete by the City as provided in Paragraph 14.04 of the General Conditions. " 4.4. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work (and/or achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form b. Required Bid Bond,Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form d. Vendor Compliance to State Law Non Resident Bidder,Section 00 43 37 c. MWBE Forms(optional at time of bid) f. Prcqualification Statement,Section 00 45 12 g. Conflict or Interest Affidavit,Section 00 35 13 h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH Northside 1148-Inch Water Trarumission Male.Phare 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02304 Form Revised 20120327 004100 BID FORM Pape 3 of 4 -6. Total BEd Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below,please enter the total bid amount for this project.Only this figure will be read publicly by the City at the bid opening. 62. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid Z belp -°o- CITY OF FORT WORTH Northside II 48-Inch il'ater Trammission Alain,Phase 2-Parr 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number.02304 Form Revised 20120327 004100 BID FORM Page 4 of 4 7. Bid Submittal This Bid is submitted on December 15,2016 by the entity named below. Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: 12/09/2016 ✓ Addendum No.2: Addendum No.3: Addendum No.4: Respectfully uhrniged, - ( gnature) Adam Fl.Lunsford (Printed Name) Title: Vice President Company: SJ.Louis Construction of Texas,Ltd. Corporate Seal: Address: 520 South 6th Avenue PO Box 834 Mansfield,Texas 76063 State of Incorporation: Texas Email: Adarni-Osilouis-com Phone: (817)477-0320 END OF SECTION CITY OF FORT WORTH Northside 1148•Inch IVarer Transm/ssion Main,Phare 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number.02304 Form Revised 20120327 00 42 43 BID PROPOSAL Page I of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. Unit I-NS 1148" Water Main,Phase 2-Part 1 3311.1074 48"Bar Wrapped Concrete AWWA C303 Water Pipe(Pressure Class 200)Installed in Trench with Acceptable Backfill or Deep Trench s la Backfill /bac �'�'s 33 11 13 LF 13,440 I A9"do-/{�. EIb�r c}ollars and z d k-oa 94a Iyc Cents e'er Unit 3 °lad, Manufacturer: %J% App Ct.s G,64 (A raved Manufacturers are:US Pipe) 3311.1061 48"Polyurethane Coated Steel AWWA C200 Water Pipe(Pressure Class 200)Installed in Trench with Acceptable Backfill or Deep Trench Backfill lb No _Zo Dollars and 33 11 14 LF 13,940 No $#,0 N6 /7is Cents Per Unit Manufacturer: Na004%wes+ (N (Approved Manufacturers are:US Pipe,Northwest Pipe,and American Spiral Wcld) 3311.1051 48"Ductile Iron Water Pipe(Pressure Class 200)Installed in Trench with Acceptable Backfill or Deep Trench Backfill 461310 Dollars and Ic Cents Per Unit 33 11 10 LF 13,940 130 a its, 111p 8+A Manufacturer: (Approved Manufacturers are:American Ductile Iron Pipe Co.,Griffin Pipe Products,US Pipe,and McWane Pipe Co.) Note:Bidder shall select only one option for items numbered a,b&c.Pipe material option and manufacturer shall be consistent for each pipe diameter throughout the proposal.Bidder must list pipe manufacturer for 48"PIPe- 3311.1077 48"Bar Wrapped Concrete A W WA C303 Water Pipe,CLSM Backfill(Pressure Class 2a 200)Installed in Trench 33 11 13 LF 570 3 fyr►f,1 &&-i•eori, Dollars and Mg ...-Dollars Per Unit 3311.1067 48"Polyurethane Coated Steel AWWA C200 Water Pipe,CLSM Backfill(Pressure Class n/, 2b 200)Installed in Trench 33 11 14 LF 570 �Y A/o 9, Dollars and Cents Per Unit CITY OF FORT WORTH Northside II 48-Inch Water Transmission Alain,Phase 2-,Par(I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02304 Form Rcviscd 20120120 004243 BID PROPOSAL Page 2 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. 3311.1057 48"Ductile Iron Water Pipe,CLSM Backfill(Pressure Class 200)Installed in Trench 2c NC wNc. Dollars and 33 1 110 LF 570 Wp [gyp go iB.ep Cents Per Unit Note:Bidder shall select only one option for items numbered a,b&c.Pipe material option and manufacturer shall be consistent for each pipe diameter throughout the proposal.Pipe manufacturer must be the same as noted in Item No 1. 3311.1077 48"Bar Wrapped Concrete AWWA C303 Water Pipe,Concrete Encasement and CLSML�g Cp Y 9� 3Za' 3a Backfill(Pressure Class 200)Installed in Trench 33 05 24 LF 90 y.*fifrt.yv[fv_A,,,—!' dollars and n10 IrCents Per Unit 3311.1067 48"Polyurethane Coated Steel AWWA C200 Water Pipe,Concrete Encasement and CLSM 3b Backfill(Pressure Class 200)Installed in Trench 33 05 24 LF 90 0 {iib A/°tab Ab 0,0 Dollars and Cents Per Unit 3311.1057 48"Ductile Iron Water Pipe,Concrete Encasement and CLSM Backfill(Pressure Class 3c 200)Installed in Trench 33 05 24 LF 90 g4p �'�p Bit too alval. Dollars and Ccnts Per Unit Note:Bidder shall select only one option for items numbered a,b&c.Pipe material option and manufacturer shall be consistent for each pipe diameter throughout the proposal.Pipe manufacturer must be the some as noted in Item No 1. CIN OF FORT WORTH Northside H 48-Inch Water Transmission Alain,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02304 Form Rcvised 20120120 00 42 43 BID PROPOSAL Page 3 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. 3305.2011 48"Bar Wrapped Concrete AWWA C303 Water Carrier Pipe(Pressure Class 200) 4a Installed in Tunnel Liner or Casing Pipe 33 05 24 LF 1,730 ZG� ♦`� (fir/ w,�.attst) miry-o,—a►eas Dollars and No Cents Per Unit 3305.2011 48"Polyurethanc Coated Steel with Mortar Overcoat Water Carrier Pipe(Pressure Class 4b 200)Installed in Tunnel Liner or Casing Pipe 33 05 24 LF 1,730 /10, ,0 A/09110 No %0 Dollars and Cents Per Unit 3305.2011 48"Ductile Iron Water Carrier Pipe „ . (Pressure Class 200)Installed in Tunnel Liner or 4c Casing Pipe 33 05 24 LF 1.730 b)o is mo Dollars and Cents Per Unit Note:Bidder shall select only one option for items numbered a,b&c.Pipe material option and manufacturer shall be consistent for each pipe diameter throughout the proposal.Pipe manufacturer must be the some as noted in Item No 1. 3311.0021 Bar Wrapped Concrete Cylinder Pipe AWWA C303 Fittings 33 11 13 LS 1 Say,Jr.1 Dollars and Cents Per Unit 3311.0011 Polyurethane Coated Steel Pipe AWWA 5b C200 Fittings 33 11 14 LS I No 0 A0 Dollars and Cents Per Unit 3311.0001 Ductile Iron Water Pipe Fittings 5c Itis Dollars and 33 ll 11 LS 1 Np Qop 140 8th Cents Per Unit Note:Bidder shall select only one option for items numbered a,b&c.Pipe material option and manufacturer shall be consistent for each pipe diameter throughout the proposal.Pipe manufacturer must be the same as noted in Item No 1. 3304.0002 Cathodic Protection System for Bar U Wrapped Concrete Cylinder Pipeh � 33 04 12 LS I 7V 05 00 YO,()de 00 6a �0rwrDollars and r -- A10 Cents Per Unit CITY OF FORT WORTH Northside II 48-Inch Water Transmission blain.Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120120 00 42 43 BID PROPOSAL Page 4 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. 3304.0002 Cathodic Protection System for 6b Polyurethane Coated Steel Pipe 3304 12 LS 1 Nd A2 Dollars and Cents Per Unit 3304.0002 Cathodic Protection System for Ductile 6c Iran Pipe 3304 IZ LS I AD alos Dollars and !JO +l>. f�0 Sts Cents Per Unit Note:Bidder shall select only one option for items numbered a,b&c.Material option shall be consistent throughout the proposal. 3311.0541 16"Ductile Iron Water Pipe(Pressure 7 Class 250)Installed in Trench 33 11 10 LF 160 $274.00 $43,840.00 Wp Dollars and ala Cents Per Unit 3311.0547 16"Ductile Iron Water Pipe,CLSM Backfill(Pressure Class 250)Installed in Trench 8 ;hw 410460E& Stat Dollars and 33 II 10 LF 20 $406.00 $8,I20.00 Np Cents Per Unit 3305.2005 16"Ductile Iron Water Carrier Pipe (Pressure Class 250)Installed in Tunnel Liner or 9 Casing-Pipe 33 05 24 LF 30 $281.00 $8,430.00 w1D �► 006 Dollars and IJo Cents Per Unit 3311.0241 8"DR-14 C900 PVC Water Pipe 10 Installed in Trench 33 11 12 LF 140 $82.00 $11,480.00 mgk6 Twi/a Dollars and Cents Per Unit 3311.0003 8"-16"Ductilc Iron Water Pipe Fittings I 1 OutE Dollars and 33 11 11 TON 1 $1.00 51.00 IJA Cents Per Unit 3305.1207 72"CasinVTunnel Liner Plate By Other Than Open Cut .5.51J4004 33 05 21, LF 1,730 $1,416.00 $2.449,680.00 •�{bt3 AW4, �A_�u Dollars and 33 05 22 OP Cents Per Unit CITY OF FORT WORTH Northside 1148-Inch Water Transmission hlain.Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120120 00 42 43 BID PROPOSAL Page 5 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. 3305.1105 30"Casing By Other Than Open Cut 1 .41X Dollars and 33 05 22 LF 30 $776.00 $23,280.00 p4b Cents Per Unit 3312.1004 4"Combination Air Valve Assembly for 14 Water IF IFfczpb THO-ISAPAp► 33 1230 EA 8 $15,200.00 $121,600.00 Twa H940 ftfaip Dollars and P36 Cents Per Unit 3312.6003 8"Blow Of Valve&Vault 15 Y Dollars and 331260 EA 7 $16,400.00 $114,800.00 ��' f'JA+0 1 IS)* Cents Per Unit 7� "' "` 3312.5002 48"AWWA Butterfly Valve,w/Vault 6 AeaOP _Dollars and 33 1221 EA 5 $83,000.00 $415,000.00 t�0 Cents Per Unit 3312.5002 16"x 12"Tapping Sleeve and Valve 17 Mbb *A" tkWIDIV-1 Dollars and 33 1225 EA 1 $4,300.00 $4,300.00 13p Cents Per Unit 3312.5002 16"AWWA Gate Valve w/Vault 1�, 11aDollnrs and 33 1220 EA 2 $13,700.04 $27,400.00 Cents Per Unit 3312.5002 8"A W WA Gate Valve 19 01" ¢W14§@akk Dollars and 33 1220 EA 3 $900.00 $2,700.00 No Cents Per Unit 3312.0112 Connection to Existing 48"Water Main 20 wl OVSPM3d Dollars and 33 12 25 [A 2 $12,000.00 $24,000.00 ta* Cents Per Unit 3312.0112 Connection to Existing 4"-12"Water 21 Main yE 90311%660090311%6600 Dollars and 33 1225 EA i $500.00 $500.00 � t�k► Cents Per Unit CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main.Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiV Project Number:02304 Form Revised 20120120 00 42 43 BID PROPOSAL Page 6 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Emit Price Bid Value No. 3339.1101 Access Manhole for Water Main per 2 Detail DANA Depths} 33 1250 EA 5 $8,300.00 $41,500.00 Dollars and f. Na Cents Per Unit 3305.0112 Concrete Collar for Water Vault(Air Valve Vaults,Access Manhole,Gate Valve Vaults) 23 _&J6 JAV&Oaf Dollars and 3305 17 EA 26 $500.00 $13.000.00 1� Cents Per Unit 3305.0112 Concrete Collar for Water Valve Box 24 ( &f4b0f1b Dollars and 3305 17 FA 9 $100.00 $900.00 Pao Cents Per Unit 3305.0103 Exploratory Excavation of Existing 25 Utilities ONE Dollars and 33 0530 EA 38 $1.00 $38.00 NO Cents Per Unit 3331.4115 8"PVC Sewer Line 26 IFl1F$y Dollars and 3331 12 LF 40 $50.00 $2,000.00 1.1p• Cents Per Unit 3341.0201 21"RCP,Class III 27 &ftk4v_SEyEaa Dollars and 3341 10 LF 40 587.00 53.480.00 Mo Cents Per Unit 3341.0205 24"RCP,Class III 28 falt4 it 611f Dollars and 3341 10 LF 20 $96.00 $1,920.00 mi Cents Per Unit 3341.0208 27"RCP,Class III 29 9W O040b EgJQ Dollars and 3341 10 LF 20 5104.00 54080.00 lap Cents Per Unit 3341.0302 30"RCP,Class III 30 TCwA Dollars and 3341 10 LF 20 S110.00 $2,200.00 100 Cents Per Unit CITY OF FORT WORTH Northside 11 48-Inch(Yater Transmission hlarn.Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cny Project Number:02304 Foran Revised 20120120 00 42 43 BID PROPOSAL n Page 7 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. 3341.0312 39"RCP,Class III 31 IF36 H-MbA" 99tX6 Dollars and 3341 10 LF 20 $160.00 $3,200.00 Cents Per Unit 3341.0409 48"RCP,Class III 32 "D&Eft nrwa Dollars and 3341 t0 LF 30 $210.00 $6,300.00 030 Cents Per Unit 3201.0616 Concrete Paving Repair, 33 Arterial/Industrial 32 01 29 SY 960 $89.00 $85,440.00 F,%,%k�► AA6 Dollars and Cents Per Unit 3211.0315 12"Flexible Base,Type D,GR-I,Road 14 Repair IPW Dollars and 3201 29 SY 40 S10.00 $400.00 !JO Cents Per Unit 3305.0109 Trench Safety 35 r112 Dollars and 3305 10 LF 14,900 S0.20 $2,980.00 roigh y Cents Per Unit 3305.0110 Utility Markers 36 1Ft+lE 'r6 1A1b- Dollars and 33 05 26 L5 I $5,000.00 $5,000.00 Np Cents Per Unit 3301.0002 Post CCN Inspection for Water Main 37 Dom. Dollars and 1301 31 LF 16,660 $1.00 $16,660.00 t� Cents Per Unit CITY OF FORT WORTH Northside II 48-Inch Water Transmission blain.Phase?-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number. 03304 Form Revised 20120120 00 42 43 BID PROPOSAL Page 8 of 17 • SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. 3292.0400 Seeding,Hydromulch 38 i30 Dollars and 3292 13 SY 178,520 $0.40 $71,408.00 FOarl.�r Cents Per Unit 9999.0100 Articulated Concrete Cable Mat for 39 Open Cut Creek Crossing 31 37 01 SY 690 $135.00 $93,150.00 E plop I 04v FWE Dollars and 110 Cents Per Unit 3125.0101 SWPPP>1 Acre for Entire Project 40 1hRgfiAqp Dollars and 31 25 00 LS I $31,000.00 $31,000.00 40 Cents Per Unit '- 3305.0202 Imported Backfill,CSS 41 F Dollars and 3305 10 CY 50 $80.00 $4,000.00 1,10 Cents Per Unit 3305.0203 Imported Backfill,CLSM(Flowable 42 Fill)IJt&iEhr FlDollars and 3305 10 CY 100 $95.00 $9,500.00 ims NO Cents Per Unit 3305.0204 Imported Embedment/Backfill,Crushed 43 Rock T 1;06 Dollars and 3305 10 CY 100 $25.00 $2,500.00 140 A, Cents Per Unit 3305.0206 Imported Embedment/Backfill, 44 Acceptable Backfill 3305 10 CY 100 $15.00 $1,500.00 Ft+R+{rEi<i1J Dollars and ao Cents Per Unit 3305.0207 Imported Embedment/Backfill,Select 45 Fill �i�JEWE Dollars and 330510 CY 100 $12.00 51,200.00 Cents Per Unit 3441.3502 Relocate Street Light Pole 46 JWpQSAN0. Dollars and 34 41 20 1=A 4 $4,000.00 $16,000.00 /Jp Cents Per Unit CITY OF FORT WORTH Northside 1148-Inch Water Transmission Alain,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00,Project Number.02301 Form Revised 20120120 00 42 43 BID PROPOSAL Page 9 of 17 SECTION 00 4143 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. 3231.0211 Barbed Wire Fence,Metal Posts 47 F146 Dollars and 32 31 26 LF 430 $$.00 S2,150.00 1%30 Cents Per Unit 3231.0114 Temporary 6'Chain Link,Steel Fence 48 TWO Dollars and 3231 13 LF 16,470 52.50 $41,175.00 F—%F* Cents Per Unit 3231.0306 16'Gate,Steel 49 1%P4W '(Wtn► Dollars and 323126 EA 14 $3,000.00 S42,000.00 No Cents Per Unit 3471.0001 Traffic Control 50 5040A 1H0,10#210 Dollars and 34 71 13 LS 1 $7,000.00 $7,000.00 M Cents Per Unit 9999.0200 Construction Staking 51 !11N�_f ftb SAuJD Dollars and 01 71 23 LS l $20,000.00 $20,000.00 Nies Cents Per Unit 9999.0201 Construction Survey 52 FisK IW005116"N Dollars and 01 71 23 LS 1 $5,000.00 $5,000.00 ala Cents Per Unit 9999.0300 Construction Contingency Allowance to cover costs of Improvements not previously itemized.All work to be completed under this item 53 must be pre-approved by Owner via a contingency 00 73 00 LS I 5300,000.00 $300,000.00 change order. s HY1J00" TSNppai3A13D Dollars and 140 Cents Per Unit Northside Il 48-Inch Water Transmission Main,Phase 2—Part 1 SUBTOTAL UNIT I-NS 1148" Water L9 9=0 CITY OF FORT WORTH Northside 1148-Inch Water Transmission Alain,Phase 2-Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120120 00 42 43 • BID PROPOSAL Page 10 of 17 x SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. Unit ll-Darnell St.36"Water Line 3311.0854 36"DIP Water(Restrained Joints) P40 infer Dollars and Cents Per Unit *IA Manufacturer: 33 11 10 LF 733 (110 gf0 p4p 13lA (Approved Manufacturers are:American Ductile Iron Pipe Co.,Griffin Pipe Products,US Pipe,and McWane Pipe Co.) 3311.0874 36"Concrete AW WA C303 Water Pipe (Restrained Joints) I.�ec ffiAwAop 4rVo m!&,FoIlars andL 0O Sol GG/- •1B ^rO Cents Per Unit 33 11 13 LF 733 /�7 / Manufacturer: US P.PE (A roved Manufacturers are:US Pipe) 3311..0864 36"Cement Mortar Coated Steel AWWA C200 Water Pipe(Restrained Joints) �? Ne Dollars and Np A, a /b •1C Cents Per Unit 33 11 14 LF 733 V Manufacturer: P ►oO walit P.pE (Approved Manufacturers are:US Pipe,Northwest Pipe.and American Spiral Weld) •Contractor to provide Unit Price/Bid Value for only one of the pipe material alternatives for item 1.DO NOT PROVIDE UNIT PRICE/ BID VALUE FOR EACH ALTERNATIVE.Pipe material option and manufacturer shall be consistent for each pipe diameter throughout the proposal.Bidder must list pipe manufacturer for 36"pipe. 3311.0141 6"Water Pipe 33 11 10, 2 SEV614�y Fh1E Dollars and 33 11 12 LF 10 $75.00 $750.00 No Cents Per Unit 331.1.0001 Ductile Iron Water Fittings w/Restraint **3A Nd BIah. Dollars and 33 11 I I TON 6 ap Gleb 140 Bfch. Cents Per Unit 3311.0021 C303 Fittingspp t ••3$ otic Dollars and 33 11 13 LS I - w Cents Per Unit 3311.0011 Cement Mortar Coated Steel Fittings ^, 1•3C A42 aim Dollars and 33 11 14 LS 1 ,J'D Xv Cents Per Unit CITY OF FORT WORTH Northside 1148-Inch Water Transmission Alain,Phase 1-Parr 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number_02304 Form Revised 20120120 00 42 43 BID PROPOSAL Page 11 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. •*Contractor to provide only Unit Price/Bid to match bid item 1.Pipe manufacturer must be the same as noted in Item No I. 3312.0001 Fire Hydrant 0"'! 4 SIX J3 Dollars and 33 1240 EA 1 $4,600.00 54,600.00 IJA Cents Per Unit 3312.0109 Connection to Existing 30"Water Main 5 MINX � Dollars and 33 1225 EA I $9,000.00 $9,000.00 tn� Cents Per Unit 3312.0110 Connection to Existing 36"Water Main 6 1106 ' IGOSA&Mo Dollars and 33 1225 EA I $9,000.00 $9,000.00 840 Cents Per Unit 3312.1004 4"Combination Air Valve Assembly for 7 Water 331230 EA I 515,000.00 515,000.00 F1E4*6*4 0400SWOO Dollars and P40 Cents Per Unit 3312.3002 6"Gate Valve 9 S11C HNWOA¢JP Dollars and 33 1220 LA 1 $600.00 5600.00 140 Cents Per Unit 0241.0900 Remove Misc Conc Structure 9 Dollars and 0241 13 1S I S1.000.00 S1,000.00 NO Cents Per Unit 0241.1210 30"Water Abandonment Plug 10 3fJ6N HW DRIEb Dollars and 0241 14 EA 2 5700.00 S1,400.00 OJO Cents Per Unit 0241.1302 Remove 6"Water Valve }1 FiCNt 140pbeft0b Dollars and 0241 14 EA I 5400.00 5400.00 K)p Cents Per Unit CITY OF FORT WORTH ,Northside 11.18-Inch lCater Transmission Alam.Phase 2-Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02304 Form Revised 20120120 00 42 43 BID PROPOSAL Page 12 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. 0241.1510 Salvage Fire Hydrant 12 —rnp64L_dV0Dollars and 0241 14 EA I $400.00 $400.00 00 Cents Per Unit 0241.2013 Remove 8"Sewer Line 13 'TWeeity Dollars and 0241 14 LF 45 $20.40 $900.00 $40 , Cents Per Unit 0241.2103 8"Sewer Abandonment Plug 14 ), 14Y O!@Qt Dollars and 0241 14 EA I S100.00 $100.00 140 Cents Per Unit 0241.2201 Remove 4'Sewer Manhole 15 1u Dollars and 0241 14 EA 2 5900.00 $1,800.00 pan Cents Per Unit 3201.0400 Temporary Asphalt Paving Repair 16 _ It Dollars and 3201 18 LF 743 541.00 530,463.00 pSi*. Cents Per Unit 3304.0001 Joint Bonding&Electrical Isolation 17 00fi_ __Dollars and 3304 10 LS 1 $1,000.00 $1.000.00 *;Ss Cents Per Unit 3305.0109 Trench Safety 18 oaf• Dollars and 3305 10 LF 743 $1.00 $743.00 fi® Cents Per Unit 3305.0110 Utility Markers 19 114AM Jh?pN;@AW Dollars and 33 05 26 LS 1 $300.00 $300.00 Pao Cents Per Unit 3305.0115 Vacuum Excavation 20 0844, Dollars and 33 05 30 EA 2 S1.00 $2.00 Cents Per Unit CITY OF FORT WORTH Northside/I.18-lath Water Transmission Main.Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number-02304 Form Revised 20120120 00 42 43 BID PROPOSAL Page 13 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. 3471.0001 Traffic Control 21 Dollars and 3471 13 MO 2 $1.00 $2.00 Oft Cents Per Unit 3471.0002 Portable Message Sign 22 C7rl.,& Dollars and 34 71 13 WK 8 $1.00 $8.00 t> _Ccnts Per Unit 9999.0200 Construction Staking 23 'DIJD400gq%A1b Dollars and 01 71 23 LS 1 $3,000.00 $3,000.00 P40 Cents Per Unit 9999.0201 Construction Survey 24 'rigio � Dollars and 017123 LS 1 $2,000.00 $2,000.00 n4C Cents Per Unit 9999.0300 Construction Contingency Allowance to cover costs of Improvements not previously itemized.All work to be completed under this item 25 must be pre-approved by Owner via a contingency 00 73 00 LS I $ 50,000.00 $ 50,000.00 change order. (F _ JD4Dollars and b%lk Cents Per Unit Darnell Street 36-Inch Water Main SUBTOTAL UNIT 11-36"Water y�8 /�p•0.0 CITY OF FORT WORTH Northside 1148-Inch Waver Transmission Man,Phase 2-Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number.,02304 Form Revised 20120120 00 42 43 BID PROPOSAL Page 14 or 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. Unit 111-Keller Hicks 8"Sewer Line 3331.4115 8"Sewer Pipe I DAK UWD0,63k, 4146Dollars and 33 31 20 LF 860 5109.00 593,740.00 1-40 Cents Per Unit 3331.4116 8"Sewer Pipe,CSS Backfill 2 *1 D lal't>r Dollars and 33 31 20 LF 1,010 $193.00 S194,930.00 00 tents Per Unit 3339.1001 4'Manhole D � 33 39 10 A- 3 t Waw 13� Dollars and 33 39 20 EA 4 54,100.00 $16,400.00 V40 Cents Per Unit 3339.1002 4'Drop Manhole Aop"b 33 39 10 4 SIX 1406*ri1fto i6A Dollars and 33 3920 FA I $6,400.00 56,400.00 �p Cents Per Unit 3339.1003 4'Extra Depth Manhole 3339 10 5 0" 464DOW 56Aa Dollars and 33 39 20 VF 33 S107.00 53,531.00 040 Cents Per Unit 0241.1506 2"Surracc Milling 6 FONR Dollars and 0241 15 SY 2,200 S-190 $10,780.00 alp! —Cents Per Unit 0241.4401 Remove Headwall,SET 7 JDAa FWaUAELb Dollars and 0241 14 CY 5 $200.00 $1,000.00 J!lp Cents Per Unit 0241.3011 Remove 15"Storm Linc g _ INRAR Dollars and 02 41 14 LF 40 $3,00 $120.00 0� Cents Per Unit CITY OF FORT WORTH Narthside U 48-Inch Water Transmission Alain Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number.02304 Form Rcvtsed 20120120 00 42 43 BID PROPOSAL Page 15 or 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Unit Price Bid Value No. Quantity 3125.0101 SWPPP> I Acre 9 -Ove._ � SA1�11D Dollars and 31 25 00 LS 1 $4,000.00 $4,000.00 Cents Per Unit 9999.0000 8"Sanitary Sewer Asphalt Pavement 10 Repair STA 0+00 to STA 10+1 Dollars and 3201 17 SY 1,160 $40.00 $46,400.00 Pao 'A Cents Per Unit 3201.0113 6'Wide Asphalt Pvmt Repair, I I Residendal 'NttMw AVE Dollars 3201 17 LF 100 $35.00 $3,500.00 and Na Cents Per Unit 3201.0150 Asphalt Pvmt Repair,Sewer Service 12 'M1 ad.0 Dollars and 3201 17 LF 70 $30.00 S2,100.00 r4 Cents Per Unit 3201.0201 Asphalt Pvmt Repair Beyond Defined Width,Residential 13 3201 17 SY 60 $50.00 $3,000.00 i it __Dollars and Np Cents Per Unit 3212.0302 2"Asphalt Pvmt Type D 14 Dollars and 32 12 16 SY 2,200 S12.00 $26,400.00 L 1p Cents Per Unit 3211.0112 6"Flex Base,Type A,GR-1 15 1Nuox- Dollars and 32 1123 SY 70 $9.00 $630.00 _21&_Cents Per Unit 3217.0001 4"SLD Pvmt Marking HAS(W) 16 Dollars and 32 1723 LF 2,900 $1.00 $2.900.00 tt~$o Cents Per Unit 3217.0002 4"SLD Pvmt Marking HAS(Y) 17 amfi Dollars and 32 1723 LF 2,200 $1.00 $2,200.00 __. 0 Cents Per Unit CITY OF FORT WORTH Northside H 48-Inch 11"ater Transmission blain,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number_02304 Form Revised 20120120 00 42 43 BID PROPOSAL Page 16 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidders Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. 3291.0100 Topsoil 18 61 684 Dollars and 3291 19 CY 190 $18.00 $3,420.00' Cents Per Unit 3292.0100 Block Sod Placement 19 Dollars and 3292 13 SY 1.090 $3.00 $3,270.00 NQ Cents Per Unit 3301.0002 Post-CCTV Inspection 20 *tic Dollars and 33 01 31 LF 1,870 $1.00 $1,870.00 ►�0 Cents Per Unit 3301.0101 Manhole Vacuum Testing 21 OtA �s kWWW9b Dollars and 33 01 30 FA 5 $100.00 $500.00 hip Cents Per Unit 3305.0109 Trench Safety 22 r16 Dollars and 3305 10 LF 1.870 $0.517 $935.00 ;-:kp v Cents Per Unit 3305.0112 Concrete Collar 23 %Ji7 >�0 Dollars and 3305 17 L•A 5 $500.00 j S2,500.00 No Cents Per Unit 3331.3101 4"Sewer Service 24 "1`I&MA 'THWZI&PX1 io Dollars and 3331 50 FA 6 $2,000.00 $12,000.00 ap Cents Per Unit 3331.3103 4"Bored Sewer Service 25 'MW` Dollars and 3331 50 FA 6 $3,000.00 $18,000.00 06 Cents Per Unit 3331.3201 6"Suver Service twoosar 26 l00UP Dollars and 33 31 50 FA 1 $2,500.00 $2,500.00 t+JO Cents Per Unit CITY OF FORT WORTH Northside 1148-Inch I$bler Transmission Alam,Phase 2-Parr 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120120 00 42 43 BID PROPOSAL Page 17 of 17 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No. 9999.0000 15"RCP,Class 111 27 JE,t11E:JV FIVE Dollars and 3341 10 LF 40 $75.00 $3,000.00 NO Cents Per Unit 3349.1000 Headwall,Box Culvert 2 F Dollars and 33 49 40 CY 5 $750.00 $3,750.00 �o Cents Per Unit 3471.0001 Traffic Control 29 0046 Dollars and 34 71 13 MO 1 $1.00 $1.00 ISD Cents Per Unit 9999.0200 Construction Staking 30 WO Dollars and 0171.23 LS 1 $3,000.00 $3,000.00 tao Cents Per Unit 9999.0201 Construction Survey 31 0N6 1141*t 6P*Wb Dollars and 01 71 23 LS i $1,000.00 $1,000.00 040 Cents Per Unit 9999.0300 Construction Contingency Allowance to cover costs of Improvements not previously itemized.All work to be completed under this item 32 must be pre-approved by Owner via a contingency 00 73 00 LS I $50,000.00 $50,000.00 change order. FtF'�+1I 'MAt�Sg►1� Dollars and P-N Cents Per Unit Keller Hicks 8-Inch Sewer Line SUBTOTAL UNIT III-8"Sewer $523,777.00 BID SUMMARY Northside 1148-Inch Water Transmission Main,Phase 2—Part I Sub-Total Unit 1: NS 1148"Water Sub-Total Unit If: 36"Water I(SP, / --v Sub-Total Unit 111: 8"Sewer $523.777.00 Total Units 1.11,and III 9 89L / D'• CITY OF FORT WORTH Northside II 48-Inch Water Transmission A4ain.Phase 1-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number'02304 Form Revised 20120120 00 42 43 BID PROPOSAL Page 18 of 20 PROPOSAL LIST OF DUCTILE IRON FITTINGS FOR WATER LINES 16" AND SMALLER No. of Fittings Size of Fitting Type of Fitting Weight Per Total Weight Fitting (lbs.) (lbs.) 3 16-Inch 90°Bend 264 792 4 16-Inch 45°Bend 202 808 1 16-inch x 16-inch Tee 323 323 2 16-inch x 16-inch Wye 575 1150 2 16-inch x 8-inch Reducer 136 272 1 8-inch Plug 26 26 Total weight = 3,371 lbs. (1.69 Tons) CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2-Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120120 00 42 43 BID PROPOSAL Page 19 of 20 PROPOSAL LIST OF DUCTILE IRON FITTINGS FOR WATER LINES 20" AND LARGER No. of Fittings Size of Fitting Type of Fitting Weight Per Total WeightFitting (lbs.) (lbs.) 16 48-inch 11.25°Bend 1,475 23,600 5 48-inch 22.5°Bend 1,760 8,800 5 48-inch 45°Bend 2,090 10,450 1 48-inch Plug 1,675 1,675 2 48-inch x 16-inch Tee 2,870 5,740 Total weight = 50,265 lbs. (25.13 Tons) CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20120120 00 42 43 BID PROPOSAL Page 1 ori LIST OF 48-INCH WATER LINE FITTINGS FOR CONCRETE OR STEEL PIPE In the event that additions to,or deductions from the work shown on the plans or described in the specifications are made,and that they are covered by the following fittings or special items,the bidder agrees that the following unit prices shall be used in making additions to, or deductions from the contract amount. ADD OR DEDUCT ITEMS: Size of Fitting Type of Fitting Unit Price 48-inch >45'to 90'Bend 48-inch >22.5°to 45°Bend 48-inch 00 to 22.5'Bend A 3� 48-inch Plug Z� � 48-inch x 16-inch Flanged Outlet ' 16-Inch 90'Bend 16-Inch 45' Bend 16-inch x 16-inch Tee 16-inch x 16-inch Wye 16-inch x 8-inch Reducer .#3C�►�� 18-inch Plug Contractor shall fill in blanks for"Unit Price"as part of his bid. CITY OF FORT WORTH Northside II 48-Inch(Vater Transmission Main,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Rcvised 20120120 00 43 13 BID BOND Page 1 of 1 • SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we,(Bidder Name) S.J.Louis construction of Texas,Ltd. hereinafter called the Principal,and(Surety Name) Liberty Mutual Insurance Company a corporation or firm duly authorized to transact surety business in the State of Texas,hereinafter called the Surety,are held and firmly bound unto the City, hereinafter called the Obligce, in the sum of Five Percent of the Greatest Amount Bid and No/100 Dollars ($ 5$GAB .00), the payment of which sum will be well and truly made and the said Principal and the said Surety,bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally, firth by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Northside 1148-Inch Water Transmission Main,Phase 2-Part 1 2304 NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal,then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal,this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this 8th day of December ,2016. By: S.J.Louis construction of Texas,Ltd. Adam H. Lunsford, Vice President (Signature and Title of Principal) •By: L' M al Insurance Co 71 -�c�� I V.DeLene Marshall (SIgnature of rney-of-Fact) 'Attach Power of Attorney(Surety)for Attorney-in-Fact Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH Northside 11 48-Inch mater Transmission Afain.Phase 1-Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number.02304 Form Revised 20110627 LIMITED PARTNERSHIP ACKNOWLEDGMENT State of Texas ss. County of Tarrant On thisyll- day of 2016,before me personally appeared Adan H. Lttr>sord to me known who being by me duly sworn, that he/she is the Virg President of the S.J.Louis Construction of Texas,Ltd.the Limited Partnership described in and which executed the foregoing instrument,and that Ile/she signed his/Iter name thereto by order of lite Board of Governors of said Limited Partnership. ERICA ELAINE GARZA �'sNotary Public,State of Texas y: Comm.Expires 08-01-2020 TWa6 Public Tarrant County, Texas Notary ID 130760863 My commission expires /Ol/207t} ACKNOWLEDGMENT OF CORPORATE SURETY State of Texas a5. County of Dallas On this 8th day of December ,2016,before me appeared V. DeLene Marshall to me personally known who being by me duly sworn,did say that(s)he is the Attorney-in-Fact of Liberty Mutual Insurance Companya corporation,that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors;and that said V.DeLene Marshall acknowledged said instrument to be lite free act and deed of said corporation. Tht Notaryubhc Dallas _County, Texas My commissi n expires 10/0912018 •`;�"'a"'ti KELLY A.WESTBROOK =fti4 Notary Public.State of Texas My Commission Expires October 09, 2018 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except In the manner and to the extent herein stated. Certificate No.7-05 American Fire and Casually Company liberty Mutual Insurance Company 00.,. The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and The Ohio Casually Insurance Company are corporations duly organized under the laws of the Stale of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the Stale of Massachusetts,and West American Insurance Company Is a corporation duly organized under the laws of the Slate of Indiana(herein collectively called the'Companies'j,pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Don E.Cornell;Kelly A.Westbrook;Ricardo J.Reyna;Robbi Morales;Sophinie Hunter;Tina McEwan;V.DeLene Marshall all of the city of Dallas state of D each individually If there be more than one named,its true and lawful attomey-in-fact to make,execute,seal,acknowledge and delver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,In pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 5th day of August 2016 , Pp0 CASG clll -�11,ZV INS �wsuq ,hNsuq American Fre and Casualty Company The Ohio Casualty Insurance Company Jc oLiberty Mutual Insurance Company 1906 p on > 1912 1991 s � „ West merican Insurance Company e : • By. C STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary COUNTY OF MONTGOMERY _ On this 5th day of August 2016 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of American Fire and U m Casualty Company,Liberty Mutual Insurance Company,The Ohio Casually Insurance Company,and West American Insurance Company,and that he,as such,being authorized so to do, > %— = execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G ` > IN WITNESS WHEREOF,I have hereunto subscribed m name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. O �gP PAST. COMMONWEALTH OF PENNSYLVANIA Q Q ,►MCMwI+ r Notarial Seal �Q v Teresa Pastelle.Notary Public By: O .J m OF Plymouth Twp.,Monigomery County Teresa Paslella,Notary Public t, My Commission Expires March 28,2017 r O �y- Member,PennsyNaniaAsswationolNoteries 0 R1r tN Crho This Power olAttomey is made and executed pursuant to an by authority of the following By-laws and Authorizations atArnerican Fire and Casualty Company,The Ohio Casualty Insurance H d; Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: 0,0 ARTICLE IV—OFFICERS—Section 12.Power of Anomey.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O 1`jI to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fad,as may be necessary to ad in behalf of the Corporation to make,execute,seal, y O c acknowledge and deliver as surety any and all undertakings,bonds,recbgnizances and other surety obligations. Such attomeys4li-fact,subject to the limitations set forth in their respective -p E powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so ': rp executed,such Instruments shall be as binding as if signed by the president and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under > the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ARTICLE XIII—Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E > m and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-n-lad,as may be necessary to ad in behalf of the Company to make,execute, Q p seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such aflomeys-in-fad subject to the limitations set forth in their C Z v respective powers of attomey,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so ci executed such instruments shall be as binding as if signed by the president and allesied by the secretary. ~p Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attoneys-in- fad as may be necessary to ad on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surely bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fre and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do Hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attomey executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this, day olL. eft%D CASL9 Jp�'(Y INSr�� J*�hN SUq4Y L18�1NSUgtiY �/S� l� i 1906 O o_s 1919 r+ 1912 ° 1991 i BY n = . o W ; Gregory W Davenport,Assistant Secretary � ! + M.uF+��'�D 264 of 300 LMS 1287 122013 Liberty Mutual. SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call toll-free for information or to Usted puede Ilamar al numero de telefono gratis make a complaint at para informacion o para someter una queja al 1-877-75 1-2640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 King of Prussia, PA 19406-2755 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at acerca de companias, coberturas, derechos o 1-800-252-3439 quejas al 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros Consumer Protection (I 1 I-1 A) de Texas Consumer Protection (1 1 1-1 A) P. O. Box 149091 P. O. Box 149091 Austin, TX 78714-9091 Austin, TX 78714-9091 FAX: (512)490-1007 FAX 9 (512)490-1007 Web: http://www.tdi.texas.gov Web: http://www.tdi.texas.gov E-mail: ConsumerProtection Q di.texas.gov E-mail: ConsumerProtection or tdi,texas gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a premium or about a claim you should first un reclamo, Bebe comunicarse con el agente o contact the agent or call 1-800-843-6446. primero. Si no se resuelve la disputa, puede If the dispute is not resolved, you may contact the entonces comunicarse con el departamento (TDI) Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA: POLICY: This notice is for information only and does not Este aviso es sola para proposito de informacion AWN" become a part or condition of the attached y no se convierte en parte o condicion del document. documento adjunto. NP 70 68 09 01 LMS-1529210115 UNANIMOUS CONSENT TO ACTION IN LIEU OF ANNUAL MEETING OF THE MEMBERS AND GOVERNORS OF S. J. Louis, LLC August 22, 2016 The governors and members of S. J. Louis, LLC, by unanimous written consent, take the following action, as if a meeting had been property called pursuant to notice and all governors and members entitled to vote on the matters presented herein had been present and voting in favor of such action. RESOLVED, that the following persons are hereby appointed or re-appointed to the offices of this Company set opposite their respective names to hold office until their respective successors are chosen and qualify: James L. Schueller President/ Chief Manager Les V. Whitman Executive Vice President/ General Manager David Dickerson Vice President/South Texas Area Manager Lucas Menebroker Vice President 1 Houston Area Manager Peter Stahl Vice President 1 Construction Manager Adam Lunsford Vice President 1 Construction Manager Justin Whitman Vice President/Construction Manager Donald Meyer Chief Financial Officer/Secretary /Treasurer Philips J. Vallakalil Secretary 1 Treasurer/General Counsel / Contracts Director Jim Smith Vice President of Equipment and Trucking There are no other officers of S. J. Louis, LLC. RESOLVED FURTHER, the Executive Vice President of the Company shall assume all duties of the President and Chief Manager in the event of the death or disability of the current President/ Chief Manager, as defined in that Unanimous Consent dated January 1, 2005. RESOLVED FURTHER, that the President, Executive Vice President, and Chief Financial Officer are hereby authorized and empowered to sign all documents necessary for the performance of the business of S.J. Louis, LLC, the General Partner of S.J. Louis Construction of Texas, Ltd.. RESOLVED FURTHER, Philips J. Vallakalil as Secretary, David Dickerson, Adam Lunsford, Justin Whitman, Lucas Menebroker, and Pete Stahl are authorized to sign Construction Contracts, Construction Bids, Construction Bonds, final pay estimates and all other documents necessary to construct and manage construction jobs for S.J. Louis Construction of Texas, Ltd. Page 1 of 2 SJ Louis LLC 8-22-16 TX Consent RESOLVED FURTHER, Sam Montoya, and Curtis Ostrander are authorized to sign Construction Bids for S. J. Louis Construction of Texas Ltd. projects. RESOLVED FURTHER, that all prior signature authorizations are herein deleted, denied, and superseded by this Unanimous Consent to Action. RESOLVED FURTHER, all acts pursuant thereto taken by members of the Board of Governors or by Officers of the Company since the last recorded meeting, are hereby ratified and approved in all respects. IN WITNESS WHEREOF, the undersigned, constituting all of the governors and members of the Company entitled to vote on the matters presented herein, have executed this Unanimous Consent to Action In Lieu of Annual Meeting, effective August 22, 2016. BOARD OF GOVERNORS: afnes Schueller, Governor Page 2 of 2 SJ Louis LLC 8-22-16 TX Consent 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside 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 nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications.The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of State Here orBlank, our principal place of business, are required to be %Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here or Blan_k,, our principal place of business, are not required to underbid resident bidders. he principal place of business of our company or our parent company or majority owner is (V/ In the State of Texas. El 'Ash, BIDDER: S.J. Louis Construction of Texas, Ltd. By: Adam H. Lunsford 520 South 6th Avenue PO Box 834 If b6ignature) Mansfield.Texas 76063 Title: Vice President Date: 12/15/2016 END OF SECTION Odh CITY OF FORT WORT-1 Northside it 48-Inch Water Transmission Alain.Phase 2-Part i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Form Revised 20110627 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven(7)days prior 12 to the date of the opening of bids. For example,a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation,LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun& Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory,the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual,corporation,or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not,in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America.This must be stated in the accounting firm's opinion. 17 It should: (1)express an unqualified opinion, or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter,in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets—current 26 liabilities)by a factor of 10.Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"N/A"should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer,model and general common description of 43 each piece of equipment.Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend,or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July I,2011 0045 11-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 I d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTI I y'orthsicle II 48-Inch!Pater TranSMiSS10t7,1/61117.Phase 2—Purl I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citi'Project Number.02304 Revised July I,2011 004512 Prequalifications Statement Page i of i SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s)listed. Major Work Type Contractor/Subcontractor Company Name Prequaiification Expiration Date Water Transmission, S.J.Louis Construction of Texas, Ltd. 4/30/2017 Urban/Renewal,All Sizes Tunneling-66"and greater, S.J. Louis Construction of Texas, Ltd. 4/30/2017 350 LF or greater Cathodic Protection S.J. Louis Construction of Texas, Ltd. 4/3012017 Company Name Here or space Date Here or space The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: S.J. Louis Construction of Texas,Ltd. y: Adam H. Lunsford 520 South 6th Avenue PO Box 834 (Signature) Mansfield,Texas 76063 Title: Vice President Date: 12{1512016 END OF SECTION C"OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2-Part I STANDARD CONSTRUMON SPECIFICATION DOCUMENTS City Project Number:02304 Ftxsn Revised 20120120 FORT WORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address(required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 0045 13-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than$6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches,and 350 LF or less Tunneling-36-Inches—60—inches, and greater than 350 LF Tunneling—66"and greater, 350 LF and greater Tunneling—66"and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development,42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission,Development,All Sizes Water Transmission,Urban/Renewal,All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV,48-inches and smaller CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 0045 13-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of S MAJOR WORK CATEGORIES,CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP,24-inches and smaller Sewer CIPP,42-inches and smaller Sewer CIPP,All Sizes Sewer Collection System,Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System,Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development,42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal,48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement,All Sizes Sewer Cleaning,24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning,All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 0045 13-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so,where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual,other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual,name of owner and reason. CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 0045 U-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner,officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee,please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 0045 13-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers(with titles, if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised.Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement,power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment,reserves the right to request a complete,detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model,and general common description of each. CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 0045 13-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force,necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page i of 1 r l SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No.02304.Contractor further certifies that,pursuant to Texas Labor Code,Section 7 406.096(b),as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: ll 12 S.J.Louis Construction of Texas Ltd. By: Adam H.Lunsford 13 Company (Please Print) 14 15 520 South 6th Avenue Signature: � 16 Address 17 18 Mansfield,TX 76063 Title: Vice President l9 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFORE ME,the undersigned authority,on this day personally appeared 27 Adam H. Lunsford ,known to me to be the person whose name is 28 subscribed to the foregoing instrument,and acknowledged to me that he/she executed the same as 29 the act and deed of Vice President for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 GIVEN UNDER MY HAND AND SEAL OF OFFICE this 9th day of 33 January ,2016. 34 35 < 36 �.��a'S''r'tt+,, ERICA ELAINE GARZA '' 37 . :Notary Public, State of Texas N ary PuRlic—InInd for the State of Texas 38 1� s�+` Comm. Expires 08-01-2020 +ptror„1�� Notary ID 130760853 39 T1qD OF SECTION 40 CITY OF FORT WORTH iVorlhside II 48-Inch Nater Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number.02304 Revised July 1,2011 004540-1 Minority Business Enterprise Specifications Page I of 2 1 SECTION 00 45 40 1 2 Minority Business Enterprise Specifications 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 6 applicable. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and I l regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 MBE PROJECT GOALS 14 The City's MBE goal on this project is 9 o of the total bid value of the contract(Base bid applies to Parks 15 and Community Services). 16 17 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 18 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 19 20 COMPLIANCE TO BID SPECIFICATIONS 21 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 22 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 23 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 24 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 25 3. Good Faith Effort documentation,or; 26 4. Prime Waiver documentation. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 The applicable documents must be received by the Purchasing Division, within the following times 30 allocated, in order for the entire bid to be considered responsive to the specifications The Offeror shall! 31 deliver the te ��iBE iiocumeutatton m peson to=the appropnate employee of the purchasing division and 32 obtain ada /time receiptSuch receipt shaYl be evidence that the City receiveii the docu%nentation in the 33 tune allocated Aaxed'sut]/or emailed copy will not be accepted 34 _ 1. Subcontractor Utilization Form, if received no later than 2:00 p.m.,on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m.,on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. CITY OF FORT WORTH Northside//48-hich{Dater Transmission Alain,Phase 2—Part i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 9,2015 004540-2 Minority Business Enterprise Specifications Page 2 of 2 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The M/WBE Office at(817)212-2674. 8 END OF SECTION 9 10 11 t ' CITY OF FORT WORTH Northside 1148-Lich(Vater Transmission Xfain,Phase 2—Parr I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 9,2015 CITY SECRETARY CONTRACT N0._ 14t Agreement Page 1 of 5 ( 1 SECTION 00 52 43 1 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on Z 'r is made by and between the City of Fort 5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 6 ("City"),and S.J. Louis Construction of Texas, Ltd.,authorized to do business in Texas, acting by 7 and through its duly authorized representative, ("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK I I Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Northside II 48-Inch Water Transmission Alain. Phase 2—Part 1 17 City Proiect Number: 02304 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work for Unit I— Northside 11 48-Inch Water Transmission Main, Phase 2 —Part 1 24 will be complete for Final Acceptance within 350 days after the date when the Contract 25 Time commences to run as provided in Paragraph 2.03 of the General Conditions, 26 The Work for Unit H — Darnell Street 36-Inch Water Line will be complete for Final 27 Acceptance within 150 days after the date when the Contract Time commences to run as 28 provided in Paragraph 2.03 of the General Conditions. 29 The Work for Unit 111— Kellei•-Hicks Road 8-Inch Seaver Line will be complete for Final 30 Acceptance within 120 days after the substantial completion of the Unit I for a total of 470 31 days after the date when the Contract Time commences to run as provided in Paragraph 32 2.03 of the General Conditions. In no instance shall construction begin on Unit III before 33 Unit I is determined to be substantially complete by the City as provided in Paragraph 34 14.04 of the General Conditions. CITY OF FORT WORTH Northside Il 48-Inch(Vater Transmission,14ain.Phase 2—Part l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citi,Project A4nnher:02304 Revised February 2,2016 005243-2 Agreement Page 2 of 5 35 3.3 Liquidated damages 36 Contractor recognizes that time is of the essence of this Agreement and that City will 37 suffer financial loss if the Work is not completed within the times specified in Paragraph 38 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 39 General Conditions. The Contractor also recognizes the delays, expense and difficulties 40 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 41 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 42 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 43 City Six Hundred Fifty Dollars ($650.00) for each day that expires after the time 44 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 45 Acceptance. 46 Article 4. CONTRACT PRICE 47 City agrees to pay Contractor for performance of the Work in accordance with the Contract 48 Documents an amount in current funds of Nine Million Eight Hundred Eighty-Two Thousand 49 One Hundred Thirty Dollars($9,882,130.00). 50 Article 5. CONTRACT DOCUMENTS 51 5.1 CONTENTS: 52 A. The Contract Documents which comprise the entire agreement between City and 53 Contractor concerning the Work consist of the following: 54 1. This Agreement. 55 2. Attachments to this Agreement: 1 56 a. Bid Form 57 1) Proposal Form 58 2) Vendor Compliance to State Law Non-Resident Bidder 59 3) Prequalification Statement 60 4) State and Federal documents(project specific) 61 b. Current Prevailing Wage Rate Table 62 c. Insurance ACORD Form(s) 63 d. Payment Bond 64 e. Performance Bond 65 f. Maintenance Bond 66 g. Power of Attorney for the Bonds 67 h. Worker's Compensation Affidavit 68 i. MBE and/or SBE Commitment Form 69 j. Form 1295 Certification No. 2016-148997 70 3. General Conditions. 71 4. Supplementary Conditions. 72 5. Specifications specifically made a part of the Contract Documents by attachment 73 or, if not attached, as incorporated by reference and described in the Table of 74 Contents of the Project's Contract Documents. 75 6. Drawings. 76 7. Addenda. 77 8. Documentation submitted by Contractor prior to Notice of Award. r' t CITY OF FORT WORTH Northside H 48-Inch Witter Transmission MCI!)?,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised February 2,2016 005243-4 Agreement Page 4 of 5 ti 122 7.5 Governing Law and Venue. �( 123 This Agreement, including all of the Contract Documents is perfonnable in the State of 124 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 125 Northern District of Texas, Fort Worth Division. 126 7.6 Other Provisions, 127 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 128 classified, promulgated and set out by the City, a copy of which is attached hereto and 129 made a part hereof the same as if it were copied verbatim herein. 130 7.7 Authority to Sign. 131 Contractor shall attach evidence of authority to sign Agreement, if other than duly 132 authorized signatory of the Contractor. 133 134 CITY OF.FORT WORTH Northside H 48-Inch Water Transnnission dfairn,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cil),Project A4naher:02304 Revised February 2,2016 005243-5 Agreement Page 5 of 5 4� 135 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 136 counterparts. 137 138 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 139 Contractor: City of Fort Worth S.J. Louis Construction of Texas, Ltrl. By: Y pv� Jesus J. Chapa By: Assistant City Ma (S ature) F Q&,. Date '�- . .. ..� Adam H. Lunsford Attest: (Printed Name) City cr to (Seal) �. Title: Vice President `# •. Address: 520 South 6`h Avenue P.O.Box 834 M&C G 2,3106 Date: q- 1. 1 ,4- City/State/Zip: }City/State/Zip: Mansfield,Texas 76063 *ougolas d as to Form and Legality: 2b�'1 Date W.Black Assistant City Attorney 140 141 142 APPROVAL RECOMMENDED: 143 44 1 l45 146 John Robert Carman 147 DIRECTOR, 148 Water Department 149 OFFrcIAL RIc®1D Wry sLrcfw,, FT. WORTitr rX, CITY OF FORT WORTH A'avhside H 48-Inch 111ater Transmission kinin,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Ntunher:02304 Revised February 2,2016 BOND NUMBER: 190034875 0061 13- I PERFORMANCE BOND ISSUED IN TEN (10) COUNTERPARTS Page I oI'2 I SECTION 00 6113 2 PERFORMANCE BOND 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, S.J. Louis Construction of Texas, Ltd., known as "Principal" herein and Liberty 9 Mutual Insurance Company, a corporate surety(sureties, if more than one) duly authorized to do 10 business in the State of Texas, known as "Surety" herein (whether one or more), are held and l ] firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of 12 Texas, known as "City" herein, in the penal Sum of, NINE MILLION EIGHT HUNDRED 13 EIGHTY-TWO THOUSAND ONE HUNDRED THIRTY Dollars $( 9,882,130.00), lawful t4 money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of 15 which Sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, 16 Successors and assigns,jointly and severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the day of i(htli 4 1Y 2017 , which Contract is hereby referred to and 19 made a part hereof for all purposes as if frilly set forth herein, to furnish all materials, equipment 20 labor and other accessories defined by law, in the prosecution of the Work, including any Change 21 Orders, as provided for in said Contract designated as Northside II 48-Inch Water Transmission 22 Main,Phase 2—Part 1, City ject Number: 02304 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted oil the part of the City, then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. CITY OF FORT WORTH Aorthside 11 48-Inch!Pater Transmission;1-lain,Phase 2—Par!1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ci{,Project Number:02304 Revised Jul}' 1,2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 4 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 tI : instrument by duly authorized agents and officers on this the :;t4i day of eb/k+/�/ 6 2917 // 7 PRINCIPAL: 8 S.J. Louis Construction of Texas, Ltd. 9 10 1 I BY: 12 Signature 13 ATTEST: 14 15 Adam H. Lunsford,Vice President 16 (Principal) Secretary Philips J. Vallakalil Name and Title 17 18 Address: 520 South 611'Avenue 19 P.O.Box 834 20 Mansfield,Texas 76063 21 22 Wit ss as to Principal Justin-.Whiu-nan, Vice President 23 SURETY: f 24 Liberty Mutual Insurance Company 25 26 27 BY: r ) 28 Signature 29 30 V. DeLene Marshall,Attornev-i n-Fact 31 Name and Title 32 33 Address: 175 Berkeley Street 34 Boston, MA 02116 35 36 G 37 hriess as o Surety Telephone Number: (617) 357-9500 38 39 40 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 FCITYSECRETARY ECORD . H,TX CITY OF FORT WORTH Northside 11 as-Inch Rater D1 _ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:0230/ Revised July 1,2011 BOND NUMBER: 190034875 0061 14- 1 PAYMENT BOND ISSUED IN TEN (10) COUNTERPARTS Page Ior2 l SECTION 00 61 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, S.J. Louis Construction of Texas, Ltd., known as "Principal'herein, and Liberty 9 Mutual Insurance Company, a corporate surety (sureties), duly authorized to do business in the 10 State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto I I the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, 12 known as "City" herein, in the penal sum of NINE MILLION EIGHT HUNDRED EIGHTY- 13 TWO THOUSAND ONE HUNDRED THIRTY Dollars ($9,882,130.00), lawful money of the 14 United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum 15 well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and 16 assigns,jointly and severally, firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 '}th day of K A/k/ 2017 which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as Nortliside II 48-Inch Water Transmission Main Phase 2— Part 1, 22 City Project Number: 02304 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTI I :,Vorthsicle 1145-Inch Water Transmission,blain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Q1,Prqject ABunher:02304 Revised July 1,2011 0061 11-2 PAYMENT BOND Page 2 of 2 I IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instt-ttm—t by rfuly authorized agents and officers on this the day of 3 e �y�K� 2017 4 PRINCIPAL: S.J. Louis Construction of Texas, Ltd. ATTEST: BY: 4V 4�� Signa re Adam H. Lunsford, Vice President (Principal) Secretary Philips J. Vallakal;l Name and Title Address: 520 South 6`'Avenue P.O. Box 834 Mansfield,Texas 76063 Witniss as to Principal Justin C. Whitman, Vice President SURETY: Liberty Mutual Insurance Company ATTEST: BY: �) S lgnature V. DeLene Marshall,Attorney-in-Fact (Sure Secretary Name and Title Address: 175 Berkeley street Boston, MA 02116 Wit ss as to Surety Telephone Number: (617) 357-9500 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address, both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION OFFICIAI.REC®RO � 12 CITY SECRETARY M. WORTH,TX CITY OF PORT WORTS I Aforthside H 48-Inch Water Transmission kfain,Phase 2–Part i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS G{y Project Number:02304 Revised July 1,2011 FORTWORTH Contract Compliance Manager By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all anc reporting requirements. 4-7 Signature Roberto C. Sauceda,P.E. Name of Employee Water Department-Engineering Department _Senior Professional Engineer Title 817-392-2387 Phone 3I ? I /_� Date OFFICIAL RECORD CITY"'CRETARy FT, wOR-rH, Tx BOND NUMBER: 190034875 0061 19- 1 MAINTENANCE BOND ISSUED IN TEN (10) COUNTERPARTS Page Ior3 1 SECTION 00 61 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we S.J. Louis Construction of Texas, Ltd., known as "Principal" herein and Liberty 9 Mutual Insurance Company, a corporate surety (sureties, if more than one) duly authorized to do 10 business in the State of Texas, known as "Surety" herein (whether one or more), are held and 11 firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of 12 the State of Texas, known as "City" herein, in the sum of NINE MILLION EIGHT HUNDRED 13 EIGHTY-TWO THOUSAND ONE HUNDRED THIRTY Dollars ($9,882,130.00), lawful 14 money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of 15 which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns,jointly and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 1-t ,day of FC &'v , 2017 , which Contract is hereby 20 referred to and a made part hereof for all pui oses as if fully set forth herein, to furnish all 21 materials, equipment labor and other accessories as defined by law, in the prosecution of the 22 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 23 the "Work") as provided for in said contract and designated as Northside II 48-Inch Water 24 Transmission Main,Phase 2—Part 1, City Project Number: 02304; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two (2) years 29 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WORTH Na7hs•icle l!48-hxh!Nater Transmission JUClin, Phase 2—Part STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit),Project Numher:02.304 Revised July I,2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City, to a completion 3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 1 l PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH Northside II 48-Inch[Pater Transmission,blain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Qv Project Number:02304 Revised July I,2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the_ _day of Fe brk d� 3 , 20 17 4 5 PRINCIPAL: 6 S.J. Louis Construction of Texas, Ltd. 7 8 9 BY: 10 Signature Il ATTEST: 12 13 Adam H. Lunsford, Vice President 14 (Principal) Secretary Philips J. Vallakalil Name and Title 15 16 Address: 520 South 6`1 Avenue 17 P.O. Box 834 18 Mansfield.Texas 76063 19 A 20 Witne s as to Principal Justin C. Whitman, Vice President 21 SURETY: 22 Liberty Mutual Insurance Company 23 24 25 BY: �q — — ' '—"Xi 26 gnature 27 28 V. DeLene Marshall,Attornev-in-Fact — 29 ATTST: Name and Title 30 - 31 �� Address: 175 Berkeley Street 32 (Surety)9ecretary Boston, MA 02116 34 35 tness as to Surety Telephone Number: (617) 357-9500 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 OFFICIAL RECORD CITY SECRETARY FT.WORM TX CITY OF FORT WORTH AVw7hsicle II 43-hick FVatci-TYansinission Alain,Phase 2—Pal•r! STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeci Munbcr:02304 Revised July 1,201 I THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.7555550 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the'Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Don E.Cornell;Kelly A.Westbrook;Ricardo J.Reyna;Robbi Morales;Sophinie Hunter;Tina McEwan;V.DeLene Marshall all of the city of Dallas -state of TX each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 30th day of November 2016 cc PtZY INs& Pt-1Nsup Pty INSUgf a h�\�o� r�92 ��t�4�o�,TFy� F�oflrw yrs The Ohio Casualty Insurance Company m e ` o D Liberty Mutual Insurance Company m O 1919 n o ¢ 0 1912 3 N 1991 West merican Insurance Company N y �y kH� n�`�,' j Ssnc NS ? naASP 3 d * t * * By. O STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary *X COUNTY OF MONTGOMERY _ O = O d p� On this 30th day of November , 2016�before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance v t^ v d Company,The Ohio Casualty Company, and West American Insurance Company,and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes AW 0.2 therein contained by signing on behalf of the corporations by himself as a duly authorized officer. d L M L E d > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. O +�+ R PAS COMMONWEALTH OF PENNSYLVANIA Z O .� o�oxw��F<{ Notarial Seal C, C" rr s r Teresa Pastella,Notary Public By: O OF Upper Marion Twp.,Montgomery County L. O ` Teresa Pastella,Notary Public d _ y a`P My Commission Expires March 28,2017 3 cc CL .y NSyLVP G � !?Y PFJ Member,Pennsylvania Association of Notaries a0 � _ This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Uf p L Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: t G P Y. P Y 9 ,... ci ARTICLE IV–OFFICERS–Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O _ +; to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, z+d O C acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so 0 pexecuted,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under > the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. t M C ARTICLE XIII–Execution of Contracts–SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, 00 > 4) and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, M O seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their —o0 Z v respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so v o executed such instruments shall be as binding as if signed by the president and attested by the secretary. 0,9 Certificate of Designation–The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization–By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 1+kday of +{ !IN 20L L-{Y INS U ytNSUR ty NSU st ePa'�'oeso�r�9�, J�J$oRvorr�ToticF �c.�x,or�'b1 i 1919 1912 �b y 1997 b By. Renee C.Uew ssistant Secretary d,S,�ygnas'F�-�a ymijgss,,cllfit�t'�2trint�P < 33 of 300 LMS 12873 082016 Liberty Mutual. SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call toll-free for information or to Usted puede llamar al numero de telefono gratis make a complaint at para informacion o para someter una queja a] 1-877-751-2640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 King of Prussia, PA 19406-2755 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at acerca de companias, coberturas, derechos o 1-800-252-3439 quejas al 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros Consumer Protection (I 1 1-1 A) de Texas Consumer Protection (111-I A) P. O. Box 149091 P. O. Box 149091 Austin, TX 78714-9091 Austin, TX 78714-9091 FAX: (512) 490-1007 FAX # (512) 490-1007 Web: http://www.tdi.texas.gov Web: http://www.tdi.texas.gov E-mail: Con SU merProtectlon a,tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a premium or about a claim you should first un reclamo, debe comunicarse con el agente o contact the agent or call 1-800-843-6446. primero. Si no se resuelve la disputa, puede If the dispute is not resolved, you may contact the entonces comunicarse con el departamento (TDI) Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA: POLICY: This notice is for information only and does not Este aviso es solo para proposito de informacion become a part or condition of the attached y no se convierte en parte o condicion del document. documento adjunto. NP 70 68 09 01 LMS-15292 10/15 Cir H A FG CA T F ©F �N T 1=KE T EE D FD „ T= E FORM 1295 10f1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-148997 S.J. Louis Construction of Texas, Ltd. Mansfield,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 12/27/2016 being filed. City of Fort Worth Date Ack owle ged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 02304 Heavy Underground Utility 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling 1 Intermediary S.J. Louis, LLC Wilmington, DE United States X 5 Check only if there is NO Interested Party. 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. pV�eeERICA ELAINE :GARZANotary Public, Statexas 'Comm. Expires 08020 Adam H. Lunsford,Vice President Notary ID 13073 Sign atur authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said Adam H.Lunsford this the 9th day of January 20 17 to certify which,witness my hand and seal of office. A I J Erica Elaine Garza Notary Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 ACO DAT YYY) 01/06/22017 �- CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES UJ BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED v REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. m IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this LD certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Aon Risk Services Southwest, Inc. NAME: Dallas TX office (A/CC.No.Ext): (866) 283-7122 qIC.No.: (800) 363-0105 cityplace center East EMAIL O 2711 North Haskell Avenue ADDRESS: _ suite 800 Dallas TX 75204 USA INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURERA: Zurich American Ins Co 16535 S.I. Louis Construction of Texas, Ltd INSURER B: Indian Harbor insurance company 36940 520 s. 6th Ave. Mansfield Tx 76063 USA INSURER C: XL Specialty Insurance Co 37885 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:570065192287 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested SR TYPE OF INSURANCE DD S BR POLICYNUMBER P EFF P L YE P LIMITS LTR INSD WVD MM/DD MMIDDIYYYY A X COMMERCIALGENERALLIABILITY GLO EACH OCCURRENCE $2,000,000 CLAIMS-MADE ❑X OCCUR DAMAGE TO RENTED $1,000,000 PREMISES Ea occurrence X Contractual Liability Included MED EXP(Any one person) $10,000 X XCU Coverage Included PERSONAL&ADV INJURY $1,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: GENERALAGGREGATE $4,000,000 rn POLICY �PRCOT- LOC PRODUCTS-COMP/OPAGG $4,000,000 0 OTHER: o r A AUTOMOBILE LIABILITY BAP 6478374-03 11/01/2016 11/01/2017 COMBINED SINGLE LIMIT $2,000,000 u' Ea accident X ANYAUTO BODILY INJURY(Per person) Z OWNED SCHEDULED BODILY INJURY(Per accident) r AUTOS ONLY AUTOS R HIRED AUTOS NON-OWNED PROPERTY DAMAGE V ONLY AUTOS ONLY Per accident tr= t d CUMBRELLALIAB X CLAIMS-MADE OCCUR US00066034LI16A 11/01/201611/01/2017 EACH OCCURRENCE $25,000,000 U SIR applies per policy terns & conditions AG EXCESS LIAB GREGATE $25,000,000 4DED X RETENTION A WORKERS COMPENSATION AND WC647837703 1170-1720-1611/01/2017 X PER STATUTE ORH- EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER I EXECUTIVE Y/N AOS E.L.EACH ACCIDENT $1,000,000 A OFFICER/MEMBEREXCLUDED' N/A wc008239602 11/01/2016 11/01/2017 (Mandatory in NH) WI Only E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 B Env CPL/Prof CEo7446782 11/01/2016 11/01/2017 Prof Each claim $5,000,000— claims Made Prof/poll Lia Poll Each Claim $10,000,000= SIR applies per policy ter 1,, s & condi ions Policy Aggregate $10,000,000 is DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) nu RE: Northside II 48" Water Transmission Line, Phase 2-Part 1, City Project 02304 a City of Fort worth (OWNER) is included as Additional Insured in accordance with the policy provisions of the General Liability and Auto Liability policies. General Liability and Auto Liability evidenced herein is Primary/Non-Contributory to other s_ insurance available to an Additional Insured, but only in accordance with the policy's provisions. A Waiver of subrogation is granted in favor of Additional insured in accordance with the policy provisions of the General Liability, Auto Liability and Workers Compensation policies. Excess follows form over the General Liability, Auto Liability and Employers Liability. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City Of Fort worth AUTHORIZED REPRESENTATIVE 4. 1000 Throckmorton 5t. Fort worth Tx 76102 USA 7� ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: BAP 6478374-03 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are"insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: S.J. Louis Construction, Inc. Endorsement Effective Date: November 1, 2016 SCHEDULE Name Of Person(s)Or Organization(s): ANY PERSON OR ORGANIZATION TO WHOM OR WHICH YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS OR ADDITIONAL INSURED STATUS ON A PRIMARY,NON-CONTRIBUTORY BASIS,IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS,EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured"for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 ©Insurance Services Office, Inc., 2011 Page 1 of 1 Wolters Kluwer Financial Services I Uniform FormsTM 9 Coverage Extension Endorsement ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. I Producer No. Add'I.Prem Return Prem. BAP 6478374-03 11/1/2016 11/1/2017 11/1/2016 09122000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II —Covered Autos Liability Coverage: The following are also"insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any"accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured"will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment—Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. U-CA-424-F CW(04/14) Page 1 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II—Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II—Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total'loss"to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the"loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2.of the Physical Damage Coverage Section is replaced by the following: We will pay up to$75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage—Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: { U-CA-424-F CW(04/14) Page 2 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is$100 per day, to a maximum of$3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to$750 for"loss"to personal effects which are: (1) Personal property owned by an "insured'; and (2) In or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for"loss"to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for 'loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, - precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same'loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph 6.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for 'loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured'; and (b) Are in a covered "auto"at the time of'loss". The most we will pay for such 'loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such 'loss". r` U-CA-424-F CW(04/14) Page 3 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. K. Airbag Coverage The Exclusion in Paragraph B.3.a. of Section III—Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.4.a. of Section IV— Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto"on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller(or smallest) deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller(or smallest) deductible. M. Physical Damage—Comprehensive Coverage—Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered"autos"damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all "loss"from any one cause is $5,000 or the deductible shown in the Declarations, whichever is greater. N. Temporary Substitute Autos—Physical Damage 1. The following is added to Section I—Covered Autos: Temporary Substitute Autos—Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos"for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto"you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos—Physical Damage We will pay the owner for"loss"to the temporary substitute"auto" unless the"loss"results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. O. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of"accident", claim, "suit" or"loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner(if you are a partnership), a member(if you are a limited { liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any U-CA-424-F CW(04/14) Page 4 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. agent, servant or employee of the "insured"to notify us of any"accident", claim, "suit"or"loss"shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or"suit" including, but not limited to, the date and details of such claim or"suit'; (2) The"insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or"loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos—Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos"you own: (1) Any covered "auto"you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee"or elected or appointed official with your permission while being operated within the course and scope of that "employee's"employment by you or that elected or appointed official's duties as respect their obligations to you. However, any"auto"that is leased, hired, rented or borrowed with a driver is not a covered "auto". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of"autos"or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto—World Wide Coverage Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of"bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. U-CA-424-F CW(04/14) Page 5 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. U. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II —Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or"property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. V. Physical Damage—Additional Temporary Transportation Expense Coverage Paragraph A.4.a.of Section III—Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of$1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A.Coverage of the Physical Damage Coverage Section: In the event of a total "loss"to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of$2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an"auto"powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos"for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. i U-CA-424-F CW(04/14) Page 6 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 9 Additional Insured —Automatic — Owners, Lessees Or ZURICH Contractors Policy No. I Eff. Date of Pol. Exp. Date of Pol. I Eff. Date of End. I Producer No. Add'I. Prem Return Prem. GLO 6478376-03 11/1/2016 11/1/2017 11/1/2016 9122000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: S.J. Louis Construction, Inc. Address (including ZIP Code): 1351 Broadway St. W Rockville, MN 56369 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II—Who Is An Insured is amended to include as an insured any person or organization who you are required to add as an additional insured on this policy under a written contract or written agreement. B. The insurance provided to the additional insured person or organization applies only to "bodily injury", "property damage" or "personal and advertising injury" covered under Section I - Coverage A - Bodily Injury And Property Damage Liability and Section I - Coverage B - Personal And Advertising Injury Liability, but only with respect to liability for"bodily injury", "property damage"or"personal and advertising injury"caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, and resulting directly from your ongoing operations or "your work" as included in the "products-completed operations hazard", which is the subject of the written contract or written agreement, performed for the additional insured person or organization. C. However, regardless of the provisions of Paragraphs A. and B. above: 1. We will not extend any insurance coverage to any additional insured person or organization: a. That is not provided to you in this policy; or b. That is any broader coverage than you are required to provide to the additional insured person or organization in the written contract or written agreement; and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of: a. The Limits of Insurance provided to you in this policy; or b. The Limits of Insurance you are required to provide in the written contract or written agreement. D. The insurance provided to the additional insured person or organization does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering or failure to render any professional architectural, engineering or surveying services including: 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. Supervisory, inspection, architectural or engineering activities. U-GL-1175-C CW(07/10) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. E. The additional insured must see to it that: 1. We are notified as soon as practicable of an 'occurrence"or offense that may result in a claim; 2. We receive written notice of a claim or"suit'as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit' will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured, if the written contract or written agreement requires that this coverage be primary and non-contributory. F. For the coverage provided by this endorsement: 1. The following paragraph is added to Paragraph 4.a. of the Other Insurance Condition of Section IV—Commercial General Liability Conditions: This insurance is primary insurance as respects our coverage to the additional insured person or organization, where the written contract or written agreement requires that this insurance be primary and non-contributory with respect to any other policy upon which the additional insured is a Named Insured. In that event, we will not seek contribution from any other such insurance policy available to the additional insured on which the additional insured person or organization is a Named Insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV—Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same'occurrence", offense, claim or"suit'. This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. G. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. All other terms and conditions of this policy remain unchanged. U-GL-1175-C CW(07/10) Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Other Insurance Amendment — Primary And Non 9 - Contributory ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. AddT Prem Return Prem. GLO 6478376-03 11/1/2016 11/1/2017 11/1/2016 09122000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code): This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 1. The following paragraph is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same 'occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. All other terms and conditions of this policy remain unchanged. U-GL-1327-B CW(04/13) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. 0 Contractors Liability Supplemental Coverages And ZURICH Conditions Policy No. I Eff. Date of Pol. I Exp. Date of Pol. I Eff. Date of End. I Producer No. Add'[. Prem Return Prem. GLO 6478376-03 11/1/2016 11/1/2017 11/1/2016 09122000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part NON-OWNED WATERCRAFT SCHEDULE Watercraft Length: feet (If no amount is shown above, 51 feet applies.) A. Non-owned Watercraft Liability Extended Coverage Paragraph (2) of Exclusion 2.g. Aircraft, Auto Or Watercraft under Section I —Coverage A—Bodily Injury And Property Damage Liability is replaced by the following: (2) A watercraft you do not own that is: (a) Less than the length shown in the Non-Owned Watercraft Schedule of this endorsement; and (b) Not being used to carry persons or property for a charge; B. Damage To Premises Rented Or Occupied By You 1. The last paragraph under Paragraph 2. Exclusions of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: Exclusions c.through n. do not apply to damage by"specific perils"to premises while rented to you or temporarily occupied by you with permission of the owner. A separate Damage to Premises Rented To You Limit of Insurance applies to this coverage as described in Section III —Limits Of Insurance. 2. The paragraph directly following Paragraph (6) in Exclusion j. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to premises (other than damage by "specific perils"), including "property damage" to the contents of such premises, rented to you under a rental agreement for a period of 14 or fewer consecutive days. A separate Limit of Insurance applies to Damage to Premises Rented to You as described in Section III— Limits Of Insurance. 3. Paragraph 6. of Section III —Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises while rented to you, or in the case of damage by one or more "specific perils" to any one premises, while rented to you or temporarily occupied by you with permission of the owner. 4. Paragraph a. of the"insured contract" definition under the Definitions Section is replaced by the following: U-GL-1060-E CW(04/13) Page 1 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by "specific perils" to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract 5. Paragraph (ii) under Paragraph 4.b.(1) of the Other Insurance Condition under Section IV — Commercial General Liability Conditions is replaced by the following: (ii) That is property insurance providing coverage for "specific perils" for premises rented to you or temporarily occupied by you with permission of the owner; 6. The following definitions are added to the Definitions Section: "Specific perils" means fire, lightning, explosion, windstorm or hail, smoke, aircraft or vehicles, riot or civil commotion, vandalism, leakage from fire extinguishing equipment, weight of snow, ice or sleet or"water damage". "Water damage" means accidental discharge or leakage of water or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. C. Additional Insured—Lessor Of Leased Equipment—Automatic Status When Required In Lease Agreement With You 1. Section 11 —Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) from whom you lease equipment when you and such person(s) or organization(s) have agreed in a written contract or written agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s)or organization(s). However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. 2. With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence"which takes place after the equipment lease expires. 3. With respect to the insurance afforded to these additional insureds, the following is added to Section III—Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement you have entered into with the additional insured; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. The insurance provided by this Paragraph C. shall not increase the applicable Limits of Insurance shown in the Declarations. D. Additional Insured—Managers Or Lessors Of Premises 1. Section II —Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) that you have agreed in a written contract or written agreement to name as an additional insured, but only with respect to liability arising out of the ownership, maintenance or use of that part of premises leased to you and subject to the following additional exclusions: This insurance does not apply to: a. Any"occurrence"which takes place after you cease to be a tenant in that premises. b. Structural alterations, new construction or demolition operations performed by or on behalf of the additional insured manager or lessor of the premises leased to you. However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and U-GL-1060-E CW(04/13) Page 2 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. b. Will not be broader than that which you are required by the contractor agreement to provide for such additional insured. 2. With respect to the insurance afforded to these additional insureds, the following is added to Section III—Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement you have entered into with the additional insured; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. The insurance provided by this Paragraph D.shall not increase the applicable Limits of Insurance shown in the Declarations. E. Additional Insured—State Or Governmental Agency Or subdivision Or'Political Subdivision—Permits Or Authorizations 1. Section II—Who Is An Insured is amended to include as an additional insured any state or governmental agency or subdivision or political subdivision that you have agreed in a written contract or written agreement or that you are required by statute, ordinance or regulation to name as an additional insured, subject to the following provisions: a. This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. b. This insurance does not apply to: (1) 'Bodily injury", "property damage"or"personal and advertising injury"arising out of operations performed for the federal government, state or municipality; or (2) 'Bodily injury"or"property damage included within the"products-completed operations hazard". However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 2. With respect to the insurance afforded to these additional insureds, the following is added to Section III—Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement you have entered into with the additional insured; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. The insurance provided by this Paragraph E. shall not increase the applicable Limits of Insurance shown in the Declarations. F. Personal And Advertising Injury Coverage—Assumed Under Contract Or Agreement 1. Exclusion e. of Section I—Coverage B—Personal And Advertising Injury Liability is replaced by the following: 2. Exclusions This insurance does not apply to: e. Contractual Liability "Personal and advertising injury" for which the insured has assumed liability in a contract or agreement. This exclusion does not apply to: (1) Liability for damages that the insured would have in the absence of the contract or agreement; or (2) Liability for"personal and advertising injury" if: F U-GL-1060-E CW(04113) Page 3 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. (a) The liability pertains to your business and is assumed in a contract or agreement that is an "insured contract"; and (b) The "personal and advertising injury" occurs subsequent to the execution of the contract or agreement. Solely for the purposes of liability so assumed in such "insured contract", reasonable attorney fees and necessary litigation expenses incurred by or for a party other than an insured are deemed to be damages because of"personal and advertising injury", provided: (i) Liability to such party for, or for the cost of, that party's defense has also been assumed in the same contract or agreement; and (ii) Such attorney fees and litigation expenses are for defense of that party against a civil or alternative dispute resolution proceeding in which damages to which this insurance applies are alleged. 2. For purposes of this"personal and advertising injury"coverage only: Paragraph d. and the second to last paragraph under Paragraph 2. of Supplementary Payments — Coverages A and B are replaced by the following: d. The allegations in the "suit" and the information we know about the "occurrence" or offense are such that no conflict appears to exist between the interests of the insured and the interest of the indemnitee; So long as the above conditions are met, attorneys' fees incurred by us in the defense of that indemnitee, necessary litigation expenses incurred by us and necessary litigation expenses incurred by the indemnitee at our request will be paid as Supplementary Payments. Such payments will not be deemed to be damages for "bodily injury", "property damage" or "personal and advertising injury" and will not reduce the limits of insurance. G. Insured Contract Amendment Paragraph f. and f.(1) through f.(3) of the "insured contract" definition under the Definitions Section is replaced by the following: f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another to pay for "bodily injury", "property damage" or "personal and advertising injury" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies a railroad for "bodily injury", "property damage" or "personal and advertising injury" arising out of construction or demolition operations within 50 feet of any railroad property and affecting any railroad bridge or trestle, tracks, road-beds, tunnel, underpass or crossing; (2) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (3) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (2) above and supervisory, inspection, architectural or engineering activities; (4) That indemnifies a person or organization for"personal and advertising injury": (a) Arising out of advertising, publishing, broadcasting or telecasting done for you or on your behalf; or (b) To an "employee" of such person or organization that does advertising, publishing, broadcasting or telecasting for you or on your behalf; or (5) That indemnifies a labor leasing firm for"bodily injury"to"leased workers". i U-GL-1060-E CW(04/13) Page 4 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. H. Medical Payments—Increased Reporting Period Paragraph a.of Section I—Coverage C—Medical Payments is replaced by the following: a. We will pay medical expenses as described below for"bodily injury"caused by an accident: (1) On premises you own or rent; (2) On ways next to premises you own or rent; or (3) Because of your operations; provided that: (a) The accident takes place in the"coverage territory"and during the policy period; (b) The expenses are incurred and reported to us within three years of the date of the accident; and (c) The injured person submits to examination, at our expense, by physicians of our choice as often as we reasonably require. I. Broad Bail Bond Coverage Paragraph 1.b. under Supplementary Payments—Coverages A And B is replaced by the following: b. The cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. J. Amendment—Duties In The Event of Occurrence, Offense, Claim or Suit The following paragraphs are added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV—Commercial General Liability Conditions: Notice of an "occurrence" or of an offense which may result in a claim under this insurance or notice of a claim or "suit" shall be given to us as soon as practicable after knowledge of the "occurrence", offense, claim or "suit" has been reported to your officer, manager, partner or an "employee" authorized by you to give or receive such notice. Knowledge by "employees" other than your officer, manager, partner or "employee" authorized by you to give or receive such notice of an "occurrence", offense, claim or"suit" does not imply that you also have such knowledge. In the event that an insured reports an "occurrence" to your workers compensation carrier and this "occurrence" later develops into a General Liability claim, covered by this Coverage Part, the insured's failure to report such "occurrence" to us at the time of the "occurrence" shall not be deemed to be a violation of this Condition. You must, however, give us notice as soon as practicable after being made aware that the particular claim is a General Liability rather than a Workers Compensation claim. K. Unintentional Failure To Disclose Or Describe Hazards Paragraph 6. Representations of Section IV — Commercial General Liability Conditions is replaced by the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. Coverage will continue to apply if you unintentionally: (1) Fail to disclose all hazards existing at the inception of this policy; or (2) Make an error, omission or improper description of premises or other statement of information stated in this policy. You must notify us in writing as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to inception of this Coverage Part. L. Bodily Injury Redefined The"bodily injury"definition under the Definitions Section is replaced by the following: i U-GL-1060-E CW(04113) Page 5 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including death resulting from any of these at any time. This includes mental anguish, mental injury, shock, fright or death resulting from bodily injury, sickness or disease. M. Two Or More Of Our Coverage Parts/Policies The following is added to Section III —Limits of Insurance: 1. Subject to Paragraph 2. or 3. above, whichever applies, if this Coverage Part and any other Commercial General Liability Coverage Part or policy providing Commercial General Liability insurance issued to you by us or any other Zurich underwriting company affiliated with us apply to the same 'occurrence", only the highest available Each Occurrence Limit under any such Coverage Part or policy applies to such 'occurrence". 2. Subject to Paragraph 2. above, if this Coverage Part and any other Coverage Part or policy providing Commercial General Liability insurance issued to you by us or any other Zurich underwriting company affiliated with us apply to the same offense, only the highest available Personal And Advertising Injury Limit under any such Coverage Part or policy applies to such offense. 3. Under this Coverage Part and all other Zurich underwriting company Coverage Parts or policies to which Paragraphs 1. and 2. above combined apply, the most we will pay for all injury or damage because of "bodily injury"or"property damage""occurrences", "personal and advertising injury"offenses and medical expenses is: a. The single highest Coverage Part or policy General Aggregate Limit; or b. The single highest Coverage Part or policy Products-Completed Operations Aggregate Limit, whichever applies, whether such 'occurrence", offenses or medical expenses are covered by one or more than one Zurich underwriting company policy. 4. Any existing provisions under Paragraph 4. Other Insurance under Section IV— Commercial General Liability Conditions that may be contrary to the provisions of this endorsement are amended to comply with the changes in coverage as stipulated in Paragraphs 1., 2., and 3. above. This provision does not apply to any Coverage Part or policy issued by us or any other Zurich underwriting company affiliated with us specifically to apply as excess insurance over this Coverage Part. N. Your Work Redefined Paragraph a.(1) of the"your work"definition under the Definitions Section is replaced by the following: 22. "Your work": a. Means: (1) Work or operations performed by you or on your behalf, but does not include work or operations performed by another entity who joined with you to form a partnership or joint venture not shown as a Named Insured in the Declarations, which terminated or ended prior to the effective date of this policy; and All other terms and conditions of this policy remain unchanged. U-GL-1060-E CW(04/13) Page 6 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED,EXECUTED PRIOR TO THE ACCIDENT OR LOSS,THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. Insured S.J.Louis Construction,Inc. WC 6478377-03 Premium$ Insurance Company Countersigned by Zurich American Insurance Company t' WC124(4-84) Page 1 of 1 WC 00 03 13 Copyright 1983 National Council on Compensation Insurance,Inc. Uniform FormsTM WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( )Specific Waiver Name of person or organization ( X)Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas Operations 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. Insured S.J. Louis Construction,Inc. WC 6478377-03 Premium Insurance Company Countersigned by Zurich American Insurance Company r" WC 42 03 04 B ©Copyright 2014 National Council on Compensation Insurance,Inc.All Rights Reserved. Page 1 of 1 (Ed. 06-14) Wolters Kluwer Financial Services I Uniform FormsTM POLICY NUMBER: BAP 6478374-03 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: S.J. Louis Construction, Inc. Endorsement Effective Date: November 1, 2016 SCHEDULE Name(s)Of Person(s) Or Organization(s): ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED,EXECUTED PRIOR TO THE ACCIDENT OR LOSS,THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the 'loss" under a contract with that person or organization. r CA 04 4410 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 Wolters Kluwer Financial Services I Uniform FormsTM 0 Waiver Of Subrogation (Blanket) Endorsement ZURICH Policy No. Eff Date of Pol. Exp. Date of Pol. Eff Date of End. Producer AddT Prem Retum Prem. GLO 6478376 1 I/I/2016 11/1/2017 11/1/2016 09122000 $ $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement,which is executed before a loss,to waive your rights of recovery from oth- ers,we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U-GL-925-B CW(12/01) Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 43 BLANKET NOTIFICATION TO OTHERS OF CANCELLATION OR NONRENEWAL ENDORSEMENT This endorsement adds the following to Part Six of the policy. PART SIX CONDITIONS Blanket Notification to Others of Cancellation or Nonrenewal 1. If we cancel or non-renew this policy by written notice to you, we will mail or deliver notification that such policy has been cancelled or non-renewed to each person or organization shown in a list provided to us by you if you are required by written contract or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to you. Such list: a. Must be provided to us prior to cancellation or non-renewal; b. Must contain the names and addresses of only the persons or organizations requiring notification that such policy has been cancelled or non-renewed; and c. Must be in an electronic format that is acceptable to us. 2. Our notification as described in Paragraph 1. above will be based on the most recent list in our records as of the date the notice of cancellation or non-renewal is mailed or delivered to you. We will mail or deliver such notification to each person or organization shown in the list: a. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or b. At least 30 days prior to the effective date of: (1) Cancellation, if cancelled for any reason other than nonpayment of premium; or (2) Non-renewal, but not including conditional notice of renewal. 3. Our mailing or delivery of notification described in Paragraphs 1. and 2. above is intended as a courtesy only. Our failure to provide such mailing or delivery will not: a. Extend the policy cancellation or non-renewal date; b. Negate the cancellation or non-renewal; or c. Provide any additional insurance that would not have been provided in the absence of this endorsement. 4. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs 1. and 2. above. All other terms and conditions of this policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. Insured S.J. Louis Construction,Inc. WC 6478377-03 Premium$ Insurance Company Zurich American Insurance Company WC 99 06 43 Page 1 of 1 (Ed.01-13) Includes copyright material of the National Council on Compensation Insurance, Inc.used with its permission. ©2012 Copyright National Council on Compensation Insurance,Inc.All Rights Reserved. 0 Notification to Others of Cancellation ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Add'I. Prem Return Prem. BAP 6478374-03 11/1/2016 11/1/2017 11/1/2016 09122000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial Automobile Coverage Part A. If we cancel this Coverage Part by written notice to the first Named Insured for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the cancellation, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this Coverage Part by written notice to the first Named Insured for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s)/ Number of Days Notice: Organ ization(s): All other terms and conditions of this policy remain unchanged. U-CA-812-A CW(05/10) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Blanket Notification to Others of Cancellation ZURICH or Non-Renewal Policy No. Eff. Date of Pol. Exp. Date of POI. Eff.Date of End. Producer No. Add'I. Prem Return Prem. GLO 6478376-03 11/1/2016 11/1/2017 11/1/2016 09122000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. If we cancel or non-renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non-renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contact or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to the first Named Insured. Such list: 1. Must be provided to us prior to cancellation or non-renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non-renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non-renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non-renewal, but not including conditional notice of renewal. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non-renewal date; 2. Negate the cancellation or non-renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement. All other terms and conditions of this policy remain unchanged. U-GL-1521-A CW(10/12) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febntivy2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology.......................................................................................................... 1 1.01 Defined Tenns............................................................................................................................... 1 1.02 Terminology..................................................................................................................................6 Article2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 —Contract Documents: Intent, Amending, Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents................................................................. 10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................ l l Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions;Reference Points........................................................................................................... 11 4.01 Availability of Lands .................................................................................................................. 11 4.02 Subsurface and Physical Conditions .......................................................................................... 12 4.03 Differing Subsurface or Physical Conditions............................................................................. 12 4.04 Underground Facilities ............................................................................................................... 13 4.05 Reference Points ......................................................................................................................... 14 4.06 Hazardous Environmental Condition at Site.............................................................................. 14 Article5—Bonds and Insurance ..................................................................................................................... 16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds....................................................................... 16 5.03 Certificates of Insurance............................................................................................................. 16 5.04 Contractor's Insurance................................................................................................................ 18 5.05 Acceptance of Bonds and Insurance; Option to Replace........................................................... 19 Article 6—Contractor's Responsibilities........................................................................................................ 19 6.01 Supervision and Superintendence............................................................................................... 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febiikuy2,2016 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas .......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification .........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article8-City's Responsibilities...................................................................................................................36 8.01 Connnunications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities .......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniaty2,2016 Article 10-Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article I 1 -Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13 -Tests and Inspections; Correction, Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title ...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................56 14.09 Waiver of Claims ........................................................................................................................57 At 15- Suspension of Work and Termination ........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmvy2,2016 Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Suivival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febiumy2,2016 00 72 00-1 GENERAL CONDITIONS Pagel of 63 ARTICLE 1 –DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement--The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Ativard–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Biizzsary–City's on-line, electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. 1 CITY OE FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FTbnoy 2,2016 00 72 00-l GENERAL CONDITIONS Page 2 of 63 13. Change Order A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. Cit})Attorney– The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. Cite Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. Cio) Manager – The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Clain A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the teams of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations, or agreements, whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the PVork--See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febiuwy2,2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer=The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by fiinded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. t CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febntaty 2,2016 00 72 00-t GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fillly, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project fiends, real property, or personal property. 44. Major Item—An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will continence to run and on which Contractor shall start to perforin the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans—See definition of Drawings. CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febamy 2,2016 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedide—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Manager—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting – An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedide of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands fiunished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaty2,2016 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals--All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to fiurnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, stonn water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmuy2,2016 00 72 00-I GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Docianents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary 2,2016 00 72 00-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time continences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a fiinctionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract F Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febivary2,2016 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Docinnents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Docinnents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fe6nmuy2,2016 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability ofLands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebwM,2,2016 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Substuface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "teelmical data" or any such other data, interpretations, opinions, or information. 4.03 Deering Subsur fiace or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febrmy2,2016 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if. 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Sbolvn or Indicated.- 1. ndicated:1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febiuwy 2,2016 007200-1 GENERAL CONDITIONS Page ld of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Em4roninental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febaw),2,2016 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the firllest extent permitted by Laws and Regulations, Contractor shall indeinnifi, and hold harmless City,from and against all claims, costs, losses, and damages (including but not linrited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispatte resohttion costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemni) any individual or entity from and against the consequences of that individual's or entio)'s own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental t' Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmuy2,2016 007200-1 GENERAL CONDITIONS Page 16 or63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithfiil performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Set-vice, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared banla-upt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary 2,2016 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property& Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. ` 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febuaiy 2,2016 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Inszn•once A. Workers Compensation and Employers' Liabilio). Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmai}2,2016 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. r CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwaiy2,2016 007200-1 GENERAL CONDITIONS Pale 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perforin Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipinent A. Unless othenvise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services,materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source,kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febivaiy 2,20 l 6 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Ite»is: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; r I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febrawy2,2016 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the fiinction and achieve the results imposed by the design concept of the completed Project as a filnctioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that,if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to filrnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwaty2,2016 007200-I GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance,repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of szrbstitirted materials or equipment. E. Cio)'s Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for malting changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniwy 2,2016 00 72 00-t GENERAL CONDITIONS Page 24 of 63 G. Cit)) Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minorite Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be filly responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febtuaty2,2016 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Darty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and Cit)) Determination of Good Caaase. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary 2,2016 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the perfonnance of the Work and if, to the actual Imowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemn ) and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispztte resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the petfortnance of the Work or resulting fi°om CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design,process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Lavvs and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 72 00-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://w-vvw.window,state.tx.us/taxinfo/taxforms/93-forms.lhtml 6.12 Use of Site and Other Areas A. Lin itation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume fiill responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judginent of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 72 00-i GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursitant to Paragraph 6.21, Contractor shall indeinni� and hold harmless Cit};ftom and against all clain7s, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any sztch owner or occupant against City. B. Removal of Debris Dinning Pet formance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febany2,2016 00 72 00-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1, all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perforin any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Conrmrmication Prog°ains Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnny 2,2016 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaiy2,2016 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. 00)'s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Wai-rano)and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary2,2016 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work, or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall filrnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN PART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN PART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaiy2,2016 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscriinination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Worlc at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work perfonned by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnny 2,2016 00 72 00-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Connnunications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely ftimish the data required under the Contract Documents. 8.03 Pay When Dire City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easeinents; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and malting available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaty 2,2016 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perforin the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is Roberto Sauceda, P.E., or his/her successor pursuant to written notification from the Director of Water Department. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will detennine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felmivy 2,2016 00 72 00-t GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a fiulctioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Pei formed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Docimnents and Acceptabilio)of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnivy 2,2016 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 00 72 00-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. Cio)'s Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claire, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnivy2,2016 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE I1 —COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment firrnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fcbmauy2,2016 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary2,2016 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Exchided: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerics, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.0l.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnny 2,2016 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuuy 2,2016 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work,varies by more than 25% fi•om the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measitrernent A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaiy 2,20 l6 00 72 00-I GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5,the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkuy 2,20 l 6 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent(5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost phis a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Tame A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniy2,2016 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and fiunish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. I. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmuy 2,2016 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing,replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Februw),2,2016 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily collect or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkuy 2,2016 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of r engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall Submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: I. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary 2,2016 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage.- 1. etainage:1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refilses to mance payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's kVarranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febuary2,2016 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to pennit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmuy2,2016 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due.- 1. ue:1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confn-ms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fiilly completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwauy2,2016 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstiuct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. i` CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmiy2,2016 00 72 00-1 GENERAL CONDITIONS Page 58 of 63 15.02 Cite May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perforin the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any fiords due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febium),2,2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the - entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Februwy 2,2016 00 72 00-i GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuauy2,2016 00 72 00-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and fiirnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedin°es A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless,within that time period, City or Contractor: l CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwary2,2016 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to involve any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if.- 1. £1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whole it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cimrulative Remeclies The duties and. obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuuy2,2016 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007300-1 SUPPLEMENTARY CONDITIONS Page] of 6 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 7 Supplementary Conditions 8 9 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 10 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 11 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 12 of the General Conditions which are not so modified or supplemented remain in full force and effect. 13 14 Defined Terms 15 16 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 17 meaning assigned to them in the General Conditions,unless specifically noted herein. 18 19 Modifications and Supplements 20 21 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 22 other Contract Documents. 23 24 SC-3.03B.2,"Resolving Discrepancies" F, 25 r 26 Plans govern over Specifications. 27 28 SC-4.01A 29 30 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 31 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 32 Contract Drawings. 33 34 SC-4.01A.1.,"Availability of Lands" 35 36 The following is a list of known outstanding right-of-way,and/or easements to be acquired, if any as of 37 November 8,2016: 38 39 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION 9 PE Q.P. Courtney,Jr. and Will A. Courtney 7/1/17 9 TE Q.P. Courtney,Jr. and Will A. Courtney 7/1/17 10 PE Part 1 Forestar USA Real Estate Group 5/1/17 10 PE Part I Forestar USA Real Estate Group 5/1/17 10 TE Forestar USA Real Estate Group 5/1/17 11 PE Q.P. Courtney,Jr. and Will A. Courtney 7/1/17 11 TE Q.P. Courtney,Jr. and Will A. Courtney 7/1/17 12 PE Saginaw Watershend, LTD 7/1/17 12 TE Saginaw Watershend, LTD 7/1/17 CITY OF FORT WORTH Northside II 48-Inch FPcrter Transmission rltcrim,Phase 2—Pcm9 l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised January 22,2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 6 PARCEL OWNER TARGET DATE NUMBER OF POSSESSION 13 PE Copper Creek 232 Holdings,LP 1/1/17 13 TE Copper Creek 232 Holdings, LP 1/1/17 14 PE Mike Frichen, Benjamin Fritchen,Gary Fritchen 7/1/17 14 TE Mike Frichen, Benjamin Fritchen,Gary Fritchen 7/1/17 15 PE Williamson Dickie Mfg. Co. 9/1/17 15 TE Williamson Dickie Mfg. Co. 9/1/17 16 PE Part I First Texas Homes, Inc. 9/1/17 16 PE Part 2 First Texas Homes, Inc. 9/1/17 16 TE Part 1 First Texas Homes, Inc. 9/1/17 16 TE Part 2 First Texas Homes,Inc. 9/1/17 16 TE Part 3 First Texas Homes, Inc. 9/1/17 18 PE First Texas Homes,Inc. 9/1/17 18 TE First Texas Homes,Inc. 9/1/17 1 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 2 and do not bind the City. 3 4 If Contractor considers the final easements provided to differ materially from the representations on the 5 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 6 notify City in writing associated with the differing easement line locations. 7 8 SC-4.01A.2,"Availability of Lands" 9 10 Utilities or obstructions to be removed,adjusted,and/or relocated 11 12 The following is list of utilities and/or obstructions that have not been removed, adjusted,and/or relocated 13 as of November 8,2016 14 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None 15 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 16 and do not bind the City. 17 18 SC-4.02A.,"Subsurface and Physical Conditions" 19 20 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 21 22 A Geotechnical Memorandum, dated July 28,2015,prepared by Freese and Nichols, Inc., a consultant of 23 the City,providing additional information on soil conditions and pipeline installation recommendations. 24 25 A Geotechnical Memorandum, dated November 20,2014,prepared by HVJ Associates, Inc., a consultant 26 of the City,providing additional information on soil conditions and pipeline installation recommendations. 27 28 The following are drawings of physical conditions in or relating to existing surface and subsurface 29 structures(except Underground Facilities) which are at or contiguous to the site of the Work: 30 Nolte CITY OF FORT WORTH Northside H 48-Inch IYater Tnnnsmission lIcrin,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised January 22,2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 6 1 2 SC-4.06A.,"Hazardous Environmental Conditions at Site" 3 4 The following are reports and drawings of existing hazardous environmental conditions known to the City: 5 None 6 7 SC-5.03A.,"Certificates of Insurance" 8 9 The entities listed below are"additional insureds as their interest may appear" including their respective 10 officers, directors, agents and employees. 11 12 (1) City 13 (2) Consultant: Freese and Nichols,Inc., Kiniley-Horn and Associates,Inc., and Broii,n & Gay 14 Engineers 15 (3) Other: None 16 17 SC-5.04A.,"Contractor's Insurance" 18 19 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 20 coverages for not less than the following amounts or greater where required by laws and regulations: 21 22 5.04A. Workers'Compensation,under Paragraph GC-5.04A. 23 24 Statutory limits 25 Employers liability 26 $100,000 each accident/occurrence 27 $100,000 Disease-each employee 28 $500,000 Disease-policy limit 29 30 SC-5.04B.,"Contractor's Insurance" 31 32 5.04B.Commercial General Liability, under Paragraph GC-5.0413. Contractor's Liability Insurance 33 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 34 minimum limits of: 35 36 $1,000,000 each occurrence 37 $2,000,000 aggregatelimit 38 39 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 40 General Aggregate Limits apply separately to each job site. 41 42 The Commercial General Liability Insurance policies shall provide"X", "C",and"U"coverage's. 43 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 44 45 SC 5.04C.,"Contractor's Insurance" 46 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under 47 Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: 48 49 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 50 defined as autos owned, hired and non-owned. 51 52 $2,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 53 least: 54 55 $250,000 Bodily Injury per person/ CITY OF FORTWORTH Northside 1148-Inch Water Transmission dtain,Please 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit) Project Number:02304 Revised January 22,2016 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 6 1 $500,000 Bodily Injtny per accident/ 2 $100,000 Propegy Damage 3 4 SC-5.04D.,"Contractor's Insurance" 5 6 The Contractor's construction activities will require its employees, agents, subcontractors, equipment,and 7 material deliveries to cross railroad properties and tracks BNSF Railway. 8 9 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 10 hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 11 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 12 Entry Agreement"with the particular railroad company or companies involved,and to this end the 13 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 14 the right-of-entry(if any)required by a railroad company. The requirements specified herein likewise relate 15 to the Contractor's use of private and/or construction access roads crossing said railroad company's 16 properties. 17 18 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 19 coverage for not less than the following amounts, issued by companies satisfactory to the City and to the 20 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 21 occupy,or touch railroad property: 22 23 (1) General Aggregate: $10,000,000 24 25 (2) Each Occurrence: $5,000,000 26 27 X Required for this Contract Not required for this Contract 28 29 With respect to the above outlined insurance requirements,the following shall govern: 30 31 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in 32 the name of the railroad company. However, if more than one grade separation or at-grade 33 crossing is affected by the Project at entirely separate locations on the line or lines of the same 34 railroad company,separate coverage may be required,each in the amount stated above. 35 36 2. Where more than one railroad company is operating on the same right-of-way or where several 37 railroad companies are involved and operated on their own separate rights-of-way, the Contractor 38 may be required to provide separate insurance policies in the name of each railroad company. 39 40 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a 41 railroad company's right-of-way at a location entirely separate from the grade separation or at- 42 grade crossing, insurance coverage for this work must be included in the policy covering the grade 43 separation. 44 45 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 46 way, all such other work may be covered in a single policy for that railroad, even though the work 47 may be at two or more separate locations. 48 49 No work or activities on a railroad company's property to be performed by the Contractor shall be 50 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 51 for each railroad company named, as required above. All such insurance must be approved by the City and 52 each affected Railroad Company prior to the Contractor's beginning work. 53 CITY OF FORT WORTH Northside H 484101 Water Transmission jUain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01),Protect Nmn1er: 02304 Revised January 22,2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 6 I The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 2 has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, 3 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 4 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 5 railroad company operating over tracks involved in the Project. 6 7 SC-6.04.,"Project Schedule" 8 9 Project schedule shall be tier 3 for the project. 10 11 SC-6.07.,"Wage Rates" 12 13 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 14 Appendixes: 15 16 SC-6.09.,"Permits and Utilities" 17 18 SC-6.09A.,"Contractor obtained permits and licenses" 19 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 20 1. Nome 21 22 SC-6.0913."City obtained permits and licenses" 23 The following are known permits and/or licenses required by the Contract to be acquired by the City: 24 1. BNSF Railway Crossing Permit 25 2. TYDOT—FAd 156 Crossing Permit 26 3. Enterprise Products Operations,LLC—Gas Line Crossing Permit 27 4. TxDOT—US 81/287 Crossing Permit 28 29 SC-6.09C. "Outstanding permits and licenses" 30 31 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of 32 33 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION BNSF Raihvay Crossing Permit 811117 TYDOT Feld 156 Crossing Permit 3/1/17 TCDOT US 811287 Crossing Permit 311117 34 35 SC-7.02.,"Coordination" 36 37 The individuals or entities listed below have contracts with the City for the performance of other work at 38 the Site: 39 Vendor Scope of Work Coordination Authority SJ Loans Construction of Texas, Northside II 48-Inch Prater City of Fort Worth Ltd. Transmission tldain, Phase 2— 520S. 6`t'Ave. Part 2 lLlansfield, TX 76063 (817) 477-0320 Oscar Renda Contracting Inc. Northside II 48-Inch Water Main, City of Fort fftorth r 608 Henrietta Geek Road Phase I Part 2 CITY OF FORT WORTH Northside H 48-Inch lVater Transmission Alain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cir),Project Number:02304 Revised January 22,2016 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 6 Roanoke, TX 76262 (817) 491-2703 TBD Copper CreekAdditionCopper Creelz232 Holdings,LTD TBD Presidio FVest Addition First Texas Homes, Inc. l 2 3 SC-8.01,"Communications to Contractor" 4 5 None 6 7 SC-9.01.,"City's Project Manager" 8 9 The City's Project Manager for this Contract is Roberto Sauceda, P.E., or his/her successor pursuant to 10 written notification from the Director of Water Department. 11 12 SC-13.03C.,"Tests and Inspections" 13 14 None 15 16 SC-16.01C.1,"Methods and Procedures" 17 18 None 19 20 21 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative"wording changed to City's Project Manager. CITY OF FORT WORTH AVorthside II 48-hich Nater Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cihv ProjectNumher:02304 Revised Januaiy 22,2016 DIVISION 01 GENERAL REQUIREMENTS 01 1100- 1 SUMMARY OF WORK Page l of 3 I SECTION 01 1100 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor,materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list,then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools,materials, and equipment for construction 37 purposes may be stored in such space,but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH Northsicle II 48-Inch Ihater Transmission blain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 O1 11 00-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise,clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery,plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines,to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation,company, individual, or other,either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission,neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work,material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal,temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Northside II 48-Inch[Yater Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 011100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] I I END OF SECTION 12 Revision Log r' DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Northside H 48-Inch lfater Transmission ddain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project Number:02304 Revised December 20,2012 01 25 00- 1 SUBSTITUTION PROCEDURES Pagel o1`4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not"or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements, Contract Forrns and Conditions of the Contract 5, 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution- General 26 1. Within 30 days after award of Contract(unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers,provided said products are "or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements,or other factors beyond control of Contractor; 40 or, CITY OF FORTWORTH Northside H 48-Inch lVater Transmission 11ain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00,Project Number:02304 Revised July 1,2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Forrn(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule,when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including,but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH Northside 1148-Inch Water Transmission Allain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE i CITY OF FORT WORTH Arw7hside 1148-hick(Yater Transmission Alain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED 9 ITEM 10 11 12 Proposed Substitution: 13 Reason for Substitution: 14 Include complete information on changes to Drawings and/or Specifications which proposed 15 substitution will require for its proper installation. 16 17 Fill in Blanks Below: 18 A. Will the undersigned contractor pay for changes to the building design, including engineering 19 and detailing costs caused by the requested substitution? 20 21 22 B. What effect does substitution have on other trades? 23 24 25 C. Differences between proposed substitution and specified item? 26 27 28 D. Differences in product cost or product delivery time? 29 30 31 E. Manufacturer's guarantees of the proposed and specified items are: 32 33 Equal Better(explain on attachment) 34 The undersigned states that the function, appearance and quality are equivalent or superior to the 35 specified item. 36 Submitted By: For Use by City 37 38 Signature Recommended Recommended 39 as noted 40 41 Firm Not recommended Received late 42 Address By 43 Date 44 Date Remarks 45 Telephone 46 47 For Use by City: 48 49 Approved Rejected 50 City Date CITY OF FORT WORTH !Northside H 48-Inch Water Transmission 1 kin,Phase 2—Pm9 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 0131 19-1 PRECONSTRUCTION MEETING Pagel of 3 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forins and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting,prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH Northside II 48-Inch Kizer Transmission Main,Phase 2—Part l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 02304 Revised August 17,2012 01 31 19-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way,utility clearances, easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 in. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments CITY OF FORT WORTH Northside II 48-Incur Nater Transmission 11ain,Phase 2—Parl 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised August 17,2012 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 110 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] I 1 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Northsicle II 48-Inch IUater Transmission rl'IW17,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised August 17,2012 0131 20-1 PROJECT MEETINGS Pagel of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Provisions for project meetings throughout the construction period to enable orderly 8 review of the progress of the Work and to provide for systematic discussion of 9 potential problems 10 B. Deviations this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division I —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination 22 1. Schedule,attend and administer as specified,periodic progress meetings, and 23 specially called meetings throughout progress of the Work. 24 2. Representatives of Contractor, subcontractors and suppliers attending meetings 25 shall be qualified and authorized to act on behalf of the entity each represents. 26 3. Meetings administered by City may be tape recorded. 27 a. If recorded,tapes will be used to prepare minutes and retained by City for 28 ftiture reference. 29 4. Meetings,in addition to those specified in this Section,may be held when requested 30 by the City, Engineer or Contractor. 31 B. Pre-Construction Neighborhood Meeting 32 1. After the execution of the Agreement,but before construction is allowed to begin, 33 attend 1 Public Meeting with affected residents to: 34 a. Present projected schedule, including construction start date 35 b. Answer any construction related questions 36 2. Meeting Location 37 a. Location of meeting to be determined by the City. 38 3. Attendees CITY OF FORT WORTH Northside H 48-Inch JVater Transmission drain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 a. Contractor 2 b. Project Representative 3 c. Other City representatives 4 4. Meeting Schedule 5 a. In general, the neighborhood meeting will occur within the 2 weeks following 6 the pre-construction conference. 7 b. In no case will construction be allowed to begin until this meeting is held. 8 C. Progress Meetings 9 1. Formal project coordination meetings will be held periodically. Meetings will be 10 scheduled and administered by Project Representative. 11 2. Additional progress meetings to discuss specific topics will be conducted on an as- 12 needed basis. Such additional meetings shall include, but not be limited to: 13 a. Coordinating shutdowns 14 b. Installation of piping and equipment 15 c. Coordination between other construction projects 16 d. Resolution of construction issues 17 e. Equipment approval 18 3. The Project Representative will preside at progress meetings,prepare the notes of 19 the meeting and distribute copies of the same to all participants who so request by 20 fully completing the attendance farm to be circulated at the beginning of each 21 meeting. 22 4. Attendance shall include: 23 a. Contractor's project manager 24 b. Contractor's superintendent 25 c. Any subcontractor or supplier representatives whom the Contractor may desire 26 to invite or the City may request 27 d. Engineer's representatives 28 e. City's representatives 29 f. Others, as requested by the Project Representative 30 5. Preliminary Agenda may include: 31 a. Review of Work progress since previous meeting 32 b. Field observations,problems, conflicts 33 c. Items which impede construction schedule 34 d. Review of off-site fabrication, delivery schedules 35 e. Review of construction interfacing and sequencing requirements with other 36 construction contracts 37 £ Corrective measures and procedures to regain projected schedule 38 g. Revisions to construction schedule 39 h. Progress, schedule, during succeeding Work period 40 i. Coordination of schedules 41 j. Review submittal schedules 42 k. Maintenance of quality standards 43 1. Pending changes and substitutions 44 m. Review proposed changes for: 45 1) Effect on construction schedule and on completion date 46 2) Effect on other contracts of the Project 47 n. Review Record Documents 48 o. Review monthly pay request CITY OF FORT WORTH Northside II 48-Inch Water Transmission ddain,Phase 2--Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 01 31 20-3 PROJECT MEETINGS Page 3 of 3 1 p. Review status of Requests for Information 2 6. Meeting Schedule 3 a. Progress meetings will be held periodically as determined by the Project 4 Representative. 5 1) Additional meetings may be held at the request of the: 6 a) City 7 b) Engineer 8 c) Contractor 9 7. Meeting Location 10 a. The City will establish a meeting location. 11 1) To the extent practicable,meetings will be held at the Site. 12 1.5 SUBMITTALS [NOT USED] 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS [NOT USED] 21 PART 3 - EXECUTION [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 24 CITY OF FORT WORTH Northside II 48-Inch iPater Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 01 32 16- 1 CONSTRUCTION PROGRESS SCHEDULE Page i of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal,updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier I -No schedule submittal required by contract. Small,brief duration 23 projects 24 b. Tier 2 -No schedule submittal required by contract,but will require some 25 milestone dates. Small,brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5- Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations,high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule-Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule-Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Blain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 01 32 16-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative- Concise narrative of the schedule including schedule 2 changes, expected delays,key schedule issues, critical path items,etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method(CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative(Project Scheduler)responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders,resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Staters 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day,working 37 days per week,the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City,the City may direct the Contractor to increase the level of effort in 43 manpower(trades), equipment and work schedule (overtime,weekend and holiday 44 work, etc.)to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH Northsicle H 48-Inch Water Transmission 11AIir7,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 01 32 16-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a_ Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 tinder the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence,make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled,the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions,weather, 27 technical difficulties, strikes, unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions,the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. f, CITY OF FORT WORTH Northside ti 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ci{y Project Number:02304 Revised July 1,2011 01 32 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time, will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts, the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors,the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases, the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY OF FORT WORTH Northside LL 48-Inch[Paler Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Ntntther:02304 Revised July 1,2011 01 32 16-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH Northside II 48-Inch Water Transmission Alain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch),Project Number:02304 Revised July 1,2011 01 32 33- 1 PRECONSTRUCTION VIDEO Page 1 of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Northside H 48-Inch Water Transmission 1fain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 01 3233-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH Northside II 48-67ch IFater Transmission lIain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 01 33 00- 1 SUBMITTALS Pagel of 8 I SECTION 0133 00 2 SUBMITTALS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing,at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal(if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Northside II 48-Inch lFater Transmission 11ain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 01 3300-2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter, A-Z, indicating the resubmission of the same drawing(i.e. 11 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission(second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings, product data and samples, including those by 22 subcontractors,prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) `By this submittal, I hereby represent that I have determined and verified 33 field measurements, field construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 '/Z inches x 11 inches to 8 %inches x l l inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Contents 44 c. Product Data/Shop Drawings/Samples/Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Northside U 48-htch Wcder Trcinsmission lkin,Phrase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number,page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes,but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation(working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List,clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include,but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH Northside H 48-Inch Fi'ater Transmission lkin,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections,include,but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed,materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work,materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH Northside II 48-Inch[Water Transmission lfairr,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples,where required,to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance,the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under I of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH Northside II 48-Inch 111'ater Transmission Alain,Phase 2—Part l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 01 3300-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however,all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however, all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments, omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense, based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals,will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor, and will be considered "Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents,then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH Northside 11 48Inch rr'cUer Transmission Alain, Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl Number:02304 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded,will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include,but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information(RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RFI"followed by series number, "-xxx", beginning with"01"and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without filrther 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Northside II 48-Inch[Fater Transmission lLain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH Northside 1]48-Inch!-Pater Transmission lkdn,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 0 0 O Y N in d a Z m v 70 vi o v s' 3 N INA a L t' O Z M . �•i a � : CL :v N v Q suol#om� x x x a ` s#iodag#sal x x x x x x � •= d dn�/7oyy C F. � C g sa#dwo QO 3 x x x x x x .� uy Q � ojpQ#?npord Vf •� }: Bulmov 40qs x x x x x x x x x x i Qanl7oi#slulwp x x x x x � L 4-1 o a « d tiA U vI C n 0 O Y tlOD V N d c ` � a a v vOi v m w v H m c m v v Ko kD L u o_ x m O o x _ c x M n LL G N G N m O U O C Ul M C N N i L t '3 G Q U N a tl0 O) 0 Y W L v 0 0 v m a m 0 E c m a a « o 3 i o a v v m Y m a v v c oo o� w w o v0 0 m uo Uiu0u u u u v u d' O M o; oI m m •ice. O c1 N N N M O N N 0 0 0 H N h ati V M M N N 7 N N N N N N M O N N V ttl N i� r m CO O V a O V ifl N M M a-V N N 0 ay V V d' IA I(1 Ill Vl !n vt vl to � N � � N O N m M n n n r M M M m N N ti ci a-i m Ol O� 0 aa 0 0 0 0 0 0 M M M M N 'i m m m M N N N N N N N N M M M M m M M M M M M M M M M M M M M M OO O O O O O O O O O O m m M M M M M M M M M M M M m M M M M M M M M M M M z w ' i 41 4- -C 4•d L C N LL N O N rl O Q O M O N N d N o > > m L ` 2 Z C " m N c H � v INS L o - d d04,204UO3 R" — sU' v t t' O Z S i 3 a 4 N v � Zsuorao��jaaa�x x x x x Q sgodayisal x X •� v dn)/aow rajdwn Q C: rl .a#oQ PaoaaB Q •� ,�, Q •� WopPnP&Jd �. oul-yo doy x x m y ra aAi$nilslkimp x x x � a v M M Z 4 Y 0 W O v 3 QJ ,.- Z E — v m E L 3 0 m � Q c v vvi E H LLymm3 ¢ _O no r L W ✓ C ? Yo a o G Q o U v O V o v v c E Y c �o u.@ o . m3 � ¢ uu � inc� n`. w� F d' O C epi .Oi N N N OM N SOD Oa ON lOO O0 ti m m m m M m m m m m m m v Om m m m m m m m m m m m m U Oa : GJ N 0 L MO 0 +; 01 35 13- 1 SPECIAL PROJECT PROCEDURES Pagel of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. The procedures for special project circumstances that includes, but is not limited to: 8 a. Coordination with the Texas Department of Transportation 9 b. Work near High Voltage Lines 10 c. Confined Space Entry Program 11 d. Air Pollution Watch Days 12 e Use of Explosives Drop Weight Et, 13 f. Water Department Notification 14 g. Public Notification Prior to Beginning Construction 15 b,. Coordination with United States Arm),Gor-ps of Engine- 16 i. Coordination within Railroad permits areas 17 j. Dust Control 18 k. Employee Parking 19 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. 1.2 A. 1. Coordination within Railroad permit is subsidiary to the pipeline. 22 2. 1.2 A. 2. Railroad Flagmen subsidiary to the pipeline. 23 C. Related Specification Sections include,but are not necessarily limited to: 24 1. Division 0–Bidding Requirements, Contract Forms and Conditions of the Contract 25 2. Division 1 –General Requirements 26 3. Section 33 12 25–Connection to Existing Water Mains 27 1.2 PRICE AND PAYMENT PROCEDURES 28 A. Measurement and Payment 29 1. Coordination within Railroad permit areas 30 a. Measurement 31 1) Measurement f r this item will be by lump sum. This item is considered 32 subsidiary to the installation of the utility pipeline. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 will be paid ref at the lump stim pFice bid for Ra lroa Goefdination. 36 subsidiary to the installation of the utility pipeline. 37 c. The price bid shall include: 38 1) Mobilization 39 2) Inspection 40 3) Safety training 41 4) Additional Insurance CITY OF FORT WORTH Northside 1148-Inch[Nater Transmission Hain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 01 35 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 5) Insurance Certificates 2 6) Other requirements associated with general coordination with Railroad, 3 including additional employees required to protect the right-of-way and 4 property of the Railroad from damage arising out of and/or from the 5 construction of the Project. 6 2. Railroad Flagmen 7 a. Measurement 8 1) Measurement for this Item will be per working day. This item is considered 9 subsidiary to the installation of the utility pipeline. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 will be paid for eaeh. ,,,king day that Rai .,..,a Flagmen, present at t 13 Site--Subsidiary to the installation of the utility pipeline. 14 c. The price bid shall include: 15 1) Coordination for scheduling flagmen 16 2) Flagmen 17 3) Other requirements associated with Railroad 18 3. All other items 19 a. Work associated with these Items is considered subsidiary to the various Items 20 bid. No separate payment will be allowed for this Item. 21 1.3 REFERENCES 22 A. Reference Standards 23 1. Reference standards cited in this Specification refer to the current reference 24 standard published at the time of the latest revision date logged at the end of this 25 Specification,unless a date is specifically cited. 26 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 27 High Voltage Overhead Lines. 28 3. North Central Texas Council of Governments (NCTCOG)—Clean Construction 29 Specification 30 1.4 ADMINISTRATIVE REQUIREMENTS 31 A. Coordination with the Texas Department of Transportation 32 1. When work in the right-of-way which is under the jurisdiction of the Texas 33 Department of Transportation(TxDOT): 34 a. Notify the Texas Department of Transportation prior to commencing any work 35 therein in accordance with the provisions of the pen-nit 36 b. All work performed in the TxDOT right-of-way shall be performed in 37 compliance with and subject to approval from the Texas Department of 38 Transportation 39 B. Work near High Voltage Lines 40 1. Regulatory Requirements 41 a. All Work near High Voltage Lines (more than 600 volts measured between 42 conductors or between a conductor and the ground)shall be in accordance with 43 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 44 2. Warning sign 45 a. Provide sign of sufficient size meeting all OSHA requirements. CITY OF FORT WORTH Northside 1145-Inch Water Transmission it Lain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 01 35 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 3. Equipment operating within 10 feet of high voltage lines will require the following 2 safety features 3 a. Insulating cage-type of guard about the boom or arm 4 b. Insulator links on the lift hook connections for back hoes or dippers 5 c. Equipment must meet the safety requirements as set forth by OSHA and the 6 safety requirements of the owner of the high voltage lines 7 4. Work within 6 feet of high voltage electric lines 8 a. Notification shall be given to: 9 1) The power company(example: ONCOR) 10 a) Maintain an accurate log of all such calls to power company and record 11 action taken in each case. 12 b. Coordination with power company 13 1) After notification coordinate with the power company to: 14 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 15 lower the lines 16 c. No personnel may work within 6 feet of a high voltage line before the above 17 requirements have been met. 18 C. Confined Space Entry Program 19 1. Provide and follow approved Confined Space Entry Program in accordance with 20 OSHA requirements. 21 2. Confined Spaces include: 22 a. Manholes 23 b. All other confined spaces in accordance with OSHA's Permit Required for 24 Confined Spaces 25 D. Air Pollution Watch Days 26 1. General 27 a. Observe the following guidelines relating to working on City construction sites 28 on days designated as"AIR POLLUTION WATCH DAYS". 29 b. Typical Ozone Season 30 1) May 1 through October 31. 31 c. Critical Emission Time 32 1) 6:00 a.m. to 10:00 a.m. 33 2. Watch Days 34 a. The Texas Commission on Environmental Quality(TCEQ),in coordination 35 with the National Weather Service,will issue the Air Pollution Watch by 3:00 36 p.m. on the afternoon prior to the WATCH day. 37 b. Requirements 38 1) Begin work after 10:00 a.m. whenever construction phasing requires the 39 use of motorized equipment for periods in excess of 1 hour. 40 2) However,the Contractor may begin work prior to 10:00 a.m. if- 41 £41 a) Use of motorized equipment is less than 1 hour,or 42 b) If equipment is new and certified by EPA as "Low Emitting", or 43 equipment burns Ultra Low Sulfur Diesel(ULSD), diesel emulsions, or 44 alternative fuels such as CNG. 45 E. TCEQ Air Permit 46 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 47 F-. Use of Explosives,Drop Weight,&e. CITY OF FORT WORTH Northside II 48-hich Yater Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 01 35 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 4-. When Gontraot DootttnefAs permit on the projeet the following will appl�-. 2 a, Public Notifioation 3 Submit notice to r;,.,and proof to c�irvzrrrrxxvrrcc-cv cxry--axrccPivv 6 adequate 66v@r-irg@,24 61=irS 4 5 2) M;.,;,,.0 2 1 > ,,.•r„r l; rotifi.atio,, ; aeeerdanoe with cootio,, nl 31 13 6 G. Water Department Coordination 7 1. During the construction of this project,it will be necessary to deactivate,for a 8 period of time,existing lines. The Contractor shall be required to coordinate with 9 the Water Department to determine the best times for deactivating and activating 10 those lines. 11 2. Coordinate any event that will require connecting to or the operation of an existing 12 City water line system with the City's representative. 13 a. Coordination shall be in accordance with Section 33 12 25. 14 b. If needed, obtain a hydrant water meter from the Water Department for use 15 during the life of named project. 16 c. In the event that a water valve on an existing live system be turned off and on 17 to accommodate the construction of the project is required, coordinate this 18 activity through the appropriate City representative. 19 1) Do not operate water line valves of existing water system. 20 a) Failure to comply will render the Contractor in violation of Texas Penal 21 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 22 will be prosecuted to the full extent of the law. 23 b) In addition,the Contractor will assume all liabilities and 24 responsibilities as a result of these actions. 25 H. Public Notification Prior to Beginning Construction 26 1. Prior to beginning construction on any block in the project, on a block by block 27 basis,prepare and deliver a notice or flyer of the pending construction to the front 28 door of each residence or business that will be impacted by construction. The notice 29 shall be prepared as follows: 30 a. Post notice or flyer 7 days prior to beginning any construction activity on each 31 block in the project area. 32 1) Prepare flyer on the Contractor's letterhead and include the following 33 information: 34 a) Name of Project 35 b) City Project No (CPN) 36 c) Scope of Project(i.e. type of construction activity) 37 d) Actual construction duration within the block 38 e) Name of the contractor's foreman and phone number 39 f) Name of the City's inspector and phone number 40 g) City's after-hours phone number 41 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 42 A. 43 3) Submit schedule showing the construction start and finish time for each 44 block of the project to the inspector. 45 4) Deliver flyer to the City Inspector for review prior to distribution. 46 b. No construction will be allowed to begin on any block until the flyer is 47 delivered to all residents of the block. 48 I. Public Notification of Temporary Water Service Interruption during Construction CITY OF FORT WORTH Northside H 48-Inch 6Pater Transmission Blain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih,Project Number:02304 Revised December 20,2012 01 35 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 I 1. In the event it becomes necessary to temporarily shut down water service to 2 residents or businesses during construction,prepare and deliver a notice or flyer of 3 the pending interruption to the front door of each affected resident. 4 2. Prepared notice as follows: 5 a. The notification or flyer shall be posted 24 hours prior to the temporary 6 interruption. 7 b. Prepare flyer on the contractor's letterhead and include the following 8 information: 9 1) Name of the project 10 2) City Project Number 11 3) Date of the interruption of service 12 4) Period the interruption will take place 13 5) Name of the contractor's foreman and phone number 14 6) Name of the City's inspector and phone number 15 c. A sample of the temporary water service interruption notification is attached as 16 Exhibit B. 17 d. Deliver a copy of the temporary interruption notification to the City inspector 18 for review prior to being distributed. 19 e. No interruption of water service can occur until the flyer has been delivered to 20 all affected residents and businesses. 21 f. Electronic versions of the sample flyers can be obtained from the Project 22 Construction Inspector. 23 J-. (Corsi...,. with r rnite,r States A, ,, ,Corps of Engineers (USAGE) A GE) 24 4 25 USAGE pennits are required,meet all requirements set forth in each design 26 P� 27 K. Coordination within Railroad Permit Areas 28 1. At locations in the project where construction activities occur in areas where 29 railroad permits are required,meet all requirements set forth in each designated 30 railroad permit. This includes,but is not limited to,provisions for: 31 a. Flagmen 32 b. Inspectors 33 c. Safety training 34 d. Additional insurance 35 e. Insurance certificates 36 f. Other employees required to protect the right-of-way and property of the 37 Railroad Company from damage arising out of and/or from the construction of 38 the project. Proper utility clearance procedures shall be used in accordance 39 with the permit guidelines. 40 2. Obtain any supplemental information needed to comply with the railroad's 41 requirements. 42 3. Railroad Flagmen 43 a. Submit receipts to City for verification of working days that railroad flagmen 44 were present on Site. 45 L. Dust Control 46 1. Use acceptable measures to control dust at the Site. 47 a. If water is used to control dust, capture and properly dispose of waste water. CITY OF FORT WORTH Northside II 48-Inch[Pater Transmission 111ain,Phrase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 01 35 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 b. If wet saw cutting is performed, capture and properly dispose of slurry. 2 M. Employee Parking 3 1. Provide parking for employees at locations approved by the City. 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS [NOT USED] 13 PART 3 - EXECUTION [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH Northside II 48-Inch Woter Transmission 1I/min,Phcise 2—Pn1-1 I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 01 35 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Northside!!48-hrch Water Transmission Alain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 01 35 13-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 FORT WORTH Data: DoE NO.XXXX Project Mame: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND x' IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 3 - - 4 CITY OF FORT WORTH Northsicle II 48-Incl?Mater Transmission Main,Phase 2--Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 014523-1 TESTING AND INSPECTION SERVICES Pagel of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor,notify City, 33 sufficiently in advance,that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH Northside H 48-Inch IPater Transmission Main,Phase 2—Pcurt I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH Northside H 48-Inch ff,ater Transmission Hain,Phase 2—Par!I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised July 1,2011 01 50 00- 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including,but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements t` 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel,power, light, heat and other utility services necessary for 32 execution, completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 1� 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Northside H 48-Inch 111ater Transmission Alain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 01 5000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting,operation of equipment,or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH 1Vorihside 1148 Inch iYater Transmission 11ain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 01 5000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Northside II 48-Inch fKater Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH Northside 1148-Inch ff aler Transmission 11ain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised July 1,2011 01 55 26-1 STREET USE PERMFF AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 I SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1—General Requirements 15 3. Section 34 71 13—Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification,unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings,provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings,prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH Northside H 48-Inch Ihater Transmission 1fain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised July 1,2011 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction,then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete,to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division,to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH Northsicle II 48-Inch[Paler Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July I,2011 01 5526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Northside II 48-Inch Ihater Transmission 1 lain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 01 57 13-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the 1 I Contract 12 2. Division 1 —General Requirements 13 3. Section 3125 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification,unless a date is specifically cited. 32 2. Integrated Storm Management(iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Northside II 48-Inch ffciter Transmission jUctin,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 01 57 13-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works, Enviromnental Division, (817) 392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Pei-,nit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division, (817) 392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 01 33 00,except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Northside II48 Inch IVater Transmission ddain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 01 57 13-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 1 I PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH Northside II 48-Inch Nater Transmission 1kin,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 01 58 13- 1 TEMPORARY PROJECT SIGNAGE Page l of 3 I SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] r` 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH Nm7hside II 48-Inch Mater Transmission Ntain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised July 1,2011 01 58 13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION I t A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION CITY OF FORT WORTH Northside II 48-Inch Water Transmission Mai»,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised July 1,2011 01 58 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Northside II 48-Inch Nater Transmission Blain,Please 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Numher:02304 Revised July 1,2011 01 60 00- 1 PRODUCT REQUIREMENTS Pagel of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02- Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List,not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Northside H 48-Inch Mater Transmission Alain,Phase 2—Part l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cir),Project Number:02304 Revised December 20,2012 01 6000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH Northside II 48-Inch IPnter Transmission limn,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 01 66 00- 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments I l B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Northside II 48 Inch f1later Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements I 1 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet,unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH Northside I748-Inch[Vater Transmission Alain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit),Projecl Number:02304 Revised July 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged,used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH Northside II 48-Inch fKater Transmission 11ain,PTtase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised July 1,2011 01 6600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE I CITY OF FORT WORTH Northside 1148-Inch 1Pater Transmission Main,Phase 2—Parl 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch),Project Number:02304 Revised July I,2011 01 70 00-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 I SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies,and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel,equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH Northside II 48-Inch A'ater Transmission Alain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement"will be paid for at the unit 40 price per each"Specified Remobilization"in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby, idle time,or lost profits associated this 46 Item. CITY OF FORT WORTH Northsicle II 48-Inch!Vater Transmission Alain,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cifi Project Number:02304 Revised December 20,2012 01 7000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time, or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents I1 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"will be paid for at the unit 14 price per each"Work Order Mobilization"in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby, idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement'will be paid for at the unit 29 price per each"Work Order Emergency Mobilization"in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.I.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby, idle time, or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH Northside H 48-Inch Water Transmission ltfain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OF FORT WORTH Northside H 45-Inch beater Transmission Alain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Projecl Number:02304 Revised December 20,2012 01 71 23- 1 CONSTRUCTION STAKING AND SURVEY Pagel of 5 I SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey to be provided by 7 the Contractor. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. 1.1.A.1.—Survey to o be provided by the Contractor. 10 2. 1.2.A.1.a.1 —Item paid by lump sum 11 3. 1.2.A.1.b.1)—Item paid by lump sum price bid for"Construction Staking". 12 4. 1.2.A.2.a.1)—Item paid by lump sum 13 5. 1.2.A.2.a.1 —Item paid by lump sum price bid for"Construction Survey". 14 6. 1.9A.3.a—Contractor responsible for preserving and maintainingstaking. taking. 15 7. 1.9.B.1.—Construction Survey performed by Contractor. 16 8. 1.9.B.2.d—Contractor responsible for replacing damaged control data. 17 9. 1.9.B.3.b—Contractor responsible for construction survey. 18 10. 1.9.B.3.d—Contractor shall be responsible for verifying control data. 19 11. 1.9.13.3.d.1-5—Clarified language for contractor to be responsible for verifying 20 benchmark and control data. 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Construction Staking 27 a. Measurement 28 4-) 44iis It is eonsidei!ed subs:,r:.,,.<,to the. s Items bid. 29 1) Measurement for this item will be by lump sum. 30 b. Payment 31 1) The work performed and the materials furnished in accordance with this 32 Item are subsidiaty to the var-ious items bid and no other eempensation will 33 be allowed item will be paid for at the lump sum price bid for 34 "Construction Staking". 35 2. Construction Survey 36 a. Measurement 37 4-) This Item is considered subsidiat<,to the < s items bid 38 1) Measurement for this item will be by lump sum. 39 b. Payment CITY OF FORT WORTH Northsicle II 48-Inch(Pater Transmission Afain,Phase 2—Pcn•t I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 5 1 1) The work performed and the materials furnished in accordance with this 2 Item afe subsidiary to the various items bid and no other-eompensation will 3 bea item will be paid for at the lump sum price bid for 4 "Construction Survey". 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 SUBMITTALS 8 A. Submittals, if required, shall be in accordance with Section 01 33 00. 9 B. All submittals shall be approved by the City prior to delivery. 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 11 A. Certificates 12 1. Provide certificate certifying that elevations and locations of improvements are in 13 conformance or non-conformance with requirements of the Contract Documents. 14 a. Certificate must be sealed by a registered professional land surveyor in the 15 State of Texas. 16 B. Field Quality Control Submittals 17 1. Documentation verifying accuracy of field engineering work. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Construction Staking 22 1. Construction staking will be performed by the Cly Contractor. 23 2. Coordination 24 a-. Gontaet City's ProjeetRepresentative at least 2weeks in advanee for 25 seheduling ,.fGenstt!uetio Staking. 26 b. It is the Contractor's responsibility to coordinate staking such that construction 27 activities are not delayed or negatively impacted. 28 3. General 29 a. Contractor is responsible for preserving and maintaining stakes staking 30 ft -, ishea by r;h, 31 b. If in the opinion of the City, a sufficient number of stakes or markings have 32 been lost, destroyed or disturbed,by Contractor's neglect, such that the 33 contracted Work cannot take place,then the Contractor will be required to pay 34 the City for new staking with a 25 percent markup. The cost for staking will be 35 deducted from the payment due to the Contractor for the Project. 36 B. Construction Survey 37 1. Construction Survey will be performed by the C4ty Contractor. 38 2. Coordination 39 a. Contractor to verify that control data established in the design survey remains 40 intact. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 5 1 b. Coordinate with the City prior to field investigation to determine which 2 horizontal and vertical control data will be required for construction survey. 3 c. It is the Contractor's responsibility to coordinate Construction Survey such that 4 construction activities are not delayed or negatively impacted. 5 d. Noti f,Gitom,:7'any control data„^ells to be fystor-ed of ,,,laee.7 due to damage 6 caused during eonstruetion opefations. Contractor shall restore or replace all 7 necessary control data damaged during construction operations. 8 1) C4 y Contractor shall perform replacements and/or restorations. 9 3. General 10 a. Construction survey will be perfonned in order to maintain complete and 11 accurate logs of control and survey work as it progresses for Project Records. 12 b. The Contractor will need to ensurce ee-&-rdination is maintained with the Git�,to 13 shall perforin construction survey to obtain construction features, including but 14 not limited to the following: 15 1) All Utility Lines 16 a) Rim and flowline elevations and coordinates for each manhole or 17 junction structure 18 2) Water Lines 19 a) Top of pipe elevations and coordinates for waterlines at the following 20 locations: 21 (1) Every 250 linear feet 22 (2) Horizontal and vertical points of inflection, curvature, etc. (All 23 Fittings) 24 (3) Cathodic protection test stations 25 (4) Sampling stations 26 (5) Meter boxes/vaults (All sizes) 27 (6) Fire lines 28 (7) Fire hydrants 29 (8) Gate valves 30 (9) Plugs, stubouts, dead-end lines 31 (10) Air Release valves (Manhole rim and vent pipe) 32 (11) Blow off valves (Manhole rim and valve lid) 33 (12) Pressure plane valves 34 (13) Cleaning wyes 35 (14) Casing pipe(each end) 36 b) Storm Sewer 37 (1) Top of pipe elevations and coordinates at the following locations: 38 (a) Every 250 linear feet 39 (b) Horizontal and vertical points of inflection, curvature, etc. 40 c) Sanitary Sewer 41 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 42 the following locations: 43 (a) Every 250 linear feet 44 (b) Horizontal and vertical points of inflection, curvature, etc. 45 (c) Cleanouts 46 c. Construction survey will be performed in order to maintain complete and 47 accurate logs of control and survey work associated with meeting or exceeding 48 the line and grade required by these Specifications. CITY OF FORT WORTH Northside II 48 Inch O'ater Transmission Mahn,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 01 7123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 5 1 d. The Contractor will need to o o coordination ; maintained with the G;t<,to 2 shall perform construction survey and to verify control data, including but not 3 limited to the following: 4 1) Established benehfnafks and eentrol points provided for-ti e Co traeter's 5 use are aeettrate Verification that established benchmarks and control are 6 accurate. 7 2) Benehm^rks were used Use of Benchmarks to furnish and maintain all 8 reference lines and grades for tunneling 9 3) Use of lines and grades were used to establish the location of the pipe 10 4) Submit to the City copies of field notes, if requested,used to establish all 11 lines and grades and allow the City to check guidance system setup prior to 12 beginning each tunneling drive. 13 5) Provide access for the City,when requested,to verify the guidance system 14 and the line and grade of the carrier pipe on a daily basis. 15 6) The Contractor remains frilly responsible for the accuracy of the work and 16 the correction of it, as required. 17 7) Monitor line and grade continuously during construction. 18 8) Record deviation with respect to design line and grade once at each pipe 19 joint and submit daily records to City. 20 9) If the installation does not meet the specified tolerances, immediately notify 21 the City and correct the installation in accordance with the Contract 22 Documents. 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION [NOT USED] 31 3.4 APPLICATION 32 3.5 REPAIR/RESTORATION [NOT USED] 33 3.6 RE-INSTALLATION [NOT USED] 34 3.7 FIELD [OR] SITE QUALITY CONTROL 35 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 36 City in accordance with this Specification. 37 B. Do not change or relocate stakes or control data without approval from the City. CITY OF FORT WORTH Northsicle II 48-Inch ffwer Transmission Akain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 5 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 10 CITY OF FORT WORTH Northside II 48-Inch II'ater Transmission 11crin,Phrase 2—Pend 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 01 74 23-1 CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13 —Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF PORT WORTH Northside 11 48-17ch Water Transmission Merin,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Northside II 48-Inch Nater TranSnniSSlol1 11C1h7,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease,mastic, adhesives, dust, dirt, stains,fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts,blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks,pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including,but not limited to, vaults,manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH Northside II 48-Inch TVater Transmission ildain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised July 1,2011 01 7423-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City,remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH Nm9hsicle II 48-Inch 6Pater Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 01 77 19-1 CLOSEOUT REQUIREMENTS Pagel of 3 I SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees,bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 . release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Northside II 48-Inch DYater Transmission 11ain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 7423. 14 C. Final Inspection 15 1. After final cleaning,provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor,in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City,that the required Work has been completed. Upon receipt 26 of this notice, the City, in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Non7hside H 48-Inch Maier Transmission drain,Phase 2—Prn7 I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 01 77 19-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 { CITY OF FORT WORTH Northside U 48-Inch Kiter Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 01 78 23-1 OPERATION AND MAINTENANCE DATA Pagel of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products firrnished under Contract 8 2. Such products may include,but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) I 1 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 'h inches x 11 inches 34 b. Paper 35 1) 40 pound minimum,white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Northside 1148-Inch JVater Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 01 7823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab,bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly-leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product,and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available,provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor,name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Northside II 48-hick ff'ater Transmission Blain,Phase 2—Pat 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size,composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection,maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content,for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function,normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up,break-in,routine and normal operating instructions 32 2) Regulation, control, stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly,repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 £ Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH Northside II 48-Inch fKater Transmission drain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit) Project Number:02304 Revised December 20,2012 017823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers,with location and filnction of each valve 2 j. List of original manufacturer's spare parts,manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function,normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly,repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts,manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Northside II 48-Inch(Pater Transmission illain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1 —title of section removed 8 CITY OF FORT WORTH Northside 7I 48-Inch IPater Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 01 78 39-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents,making adequate 32 and proper-entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that fature search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH Northside II 48-h7th[Pater Transmission 11ain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work,both concealed and 4 visible,to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data,use means necessary to again secure the data 12 to the City's approval. 13 a. In such case,provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS -JOB SET". CITY OF FORT WORTH Northside II 48-Inch Nater Transmission Alain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00,Project Number:02304 Revised July 1,2011 01 7839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time,the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City,until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes,use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits,piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings,by dimension accurate to within 1 31 inch,the centerline of each nin of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show,by symbol or note,the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed",and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents,coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. 1 CITY OF FORT WORTH Northside II 48-Inch iVater Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00,Project Number:02304 Revised July 1,2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a "cloud" around the area or areas 2 affected. 3 d. Make changes neatly, consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents, other than Drawings,have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents, other than Drawings, will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that 1 I Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH Northside II 48-Inch 6Pater Transmission Blain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect Number:02304 Revised July 1,2011 DIVISION 31 EARTHWORK 313701-I ARTICULATED CONCRETE CABLE MAT Page I of 7 I SECTION 3137 01 2 ARTICULATED CONCRETE CABLE MAT 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The Contractor shall furnish all labor, materials, equipment, and incidentals 7 required and perform all operations in connection with the installation of articulated 8 concrete blocks or mats in accordance with the lines,grades,design and dimensions 9 shown on the Drawings and as specified herein. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. 31 37 01 —is not a City Standard Specification 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 —General Requirements 16 3. Section 03 30 00—Cast-in-place Concrete 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Articulated Concrete Block 20 a. Measurement 21 1) Measurement for this Item shall be by the square yard of Articulated 22 Concrete Block placed. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under"Measurement"will be paid for at the unit 26 price bid per square yard of articulated concrete cable mats placed. 27 c. The price bid shall include: 28 1) Furnishing and placing articulated concrete cable mats, bedding, and 29 Geotextile 30 2) Anchoring articulated concrete cable mats 31 3) Excavation and backfill 32 4) Control of water 33 5) Disposal of surplus materials 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 Specification,unless a date is specifically cited. 39 2. ASTM Standards: 40 a. ASTM C 476 Standard Specification for Grout for Masonry CITY OF FORT WORTH Northside H 48-Inch[Vater Transmission Main,Phase 2—Part 2 City Project Number:02304 31 3701-2 ARTICULATED CONCRETE CABLE MAT Page 2 of 7 1 b. ASTM D 6684 Standard Specification for Materials and Manufacture of 2 Articulated Concrete Block(ACB) 3 c. ASTM D 6884 Standard Practice for Installation of Articulating Concrete 4 Block(ACB)Revetment System 5 d. ASTM D 7276 Standard Guide for Analysis and Interpretation of Test Data for 6 Articulating Concrete Block(ACB)revetment System in Open Channel Flow 7 e. ASTM D 7277 Standard Test Method for Performance Testing of Articulating 8 Concrete Block(ACB)Revetment System for Hydraulic Stability in Open 9 Channel FI 10 f. ASTM D 698 Standard Test Methods for Laboratory Compaction 11 Characteristics of Soil Using Standard Effort 12 g. ASTM D 3786 Standard Test Method for Bursting Strength of Textile Fabrics— 13 Diaphragm Bursting Strength Tester Method 14 h. ASTM D 4355 Standard Test Method for Deterioration of Geotextiles by 15 Exposure to Light, Moisture and Heat in a Xenon Arc Type Apparatus 16 i. ASTM D 4491 Standard Test Methods for Water Permeability of Geotextiles 17 by Permittivity 18 j. ASTM D 4751 Standard Test Methods for Determining Apparent Opening Size 19 of a Geotextile 20 k. ASTM D 5101 Standard Test Method for Measuring the Filtration 21 Compatibility of Soil-Geotextile Systems 22 1. ASTM D 5567 Standard Test Method for Hydraulic Conductivity Ratio Testing 23 of Soil/Geotextile Systems 24 3. AASHTO 25 a. AASHTO T88 Determining the Grain-size Distribution of Soil 26 b. AASHTO M288-96 Standard Specification for Geotextiles 27 4. FHWA 28 a. FHWA-RD-89-199 November 1989—Standard Testing for Hydraulic 29 Stability of Concrete Revetment System During Overtopping Flow 30 b. FHWA-RD-88-181 Minimizing Embankment Damage During Overtopping 31 Flow(Replaced by FHWA-RD-89-199 in November of 1989) 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section 01 33 00. 35 B. All submittals shall be approved by the City prior to construction. 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 37 A. Shop Drawings 38 a. Submit to the Owner's Representative all manufacturer's performance research 39 results and calculations in support of the concrete mat system and geotextile 40 proposed for use. All calculations must be made in accordance with PART 2 of 41 this specification. 42 b. Furnish manufacturer's certificates of compliance for concrete blocks/mats, 43 revetment cable, and any revetment cable fittings, anchors and connectors to the 44 Owner's Representative prior to the start of mat fabrication. CITY OF FORT WORTH Northside 1148-Inch 6Vater Transmission lklh?,Phase 2—Part 2 Cite Project Number:02304 31 37 01-3 ARTICULATED CONCRETE CABLE MAT Page 3 of 7 1 c. Furnish to the Owner's Representative all manufacturer's specifications, 2 literature, shop drawings for the fabrication of the mats,anchor layouts and any 3 recommendations,if applicable,that are specifically related to this project, 14 4 days prior to assembly of the cable mats. 5 d. Submit experience of the installer as described in paragraph 1.9 A. 6 e. Submit anchor testing plan with descriptive figures for applying load and 7 measuring displacement. 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. EXPERIENCE: The contractor shall be able to demonstrate at least three jobs where 12 similar installation has occurred. If experience is not available,the supplier shall have a 13 technician experienced in the installation of the Articulated Concrete Cable Mats 14 available at the start of an installation to assist in any special techniques needed to 15 assure a proper installation. Documentation of this experience shall be provided to the 16 Engineer. 17 B. MANUFACTURER: Approved manufactures for Articulated concrete blocks are: 18 1. ArmorFlex by Contech Engineered Solutions 19 2. Erosion Prevention Products 20 3. International Erosion Control Systems, Inc. c 21 4. Shoretec 22 C. VISUAL INSPECTION 23 1. All units shall be sound and free of defects that would interfere with the proper 24 placing of the unit or impair the strength or permanence of the construction. 25 Surface cracks incidental to the usual methods of manufacture, or surface chipping 26 resulting from customary methods of handling in shipment and delivery, shall not 27 be deemed grounds for rejection. 28 2. Cracks exceeding 0.25 inches (.635 cm)in width and/or 1.0 inch(2.54 cm) in depth 29 shall be deemed grounds for rejection. 30 3. Chipping larger than 2-inches in any direction shall be rejected. 31 D. SAMPLING AND TESTING 32 1. The purchaser or his authorized representative shall be accorded proper access to 33 facilities to inspect and sample the units at the place of manufacture from lots ready 34 for delivery. Additional testing, other than that provided by the manufacturer, shall 35 be borne by the contractor. 36 1.10 DELIVERY, STORAGE,AND HANDLING 37 A. Delivery,storage, and handling shall be in accordance with manufacture's 38 recommendations. 39 1.11 FIELD [SITE] CONDITIONS 40 A. Existing Conditions CITY OF FORT WORTH Northside II 48-Inch rPater Transmission 1fain,Phase 2—Part 2 City Project Number:02304 31 3701-4 ARTICULATED CONCRETE CABLE MAT Page 4 of 7 1 1. Any data which has been or may be provided on subsurface conditions is not 2 intended as a representation or warranty of accuracy or continuity between soils. It 3 is expressly understood that neither the City nor the Engineer will be responsible 4 for interpretations or conclusions drawn there from by the Contractor. 5 2. Data is made available for the convenience of the Contractor. 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS 8 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 9 2.2 MATERIALS 10 A. Materials 11 1. Articulating Concrete Cable Mat 12 a. The mats shall be pre-manufactured as an assembly of concrete blocks,bound 13 into mats by the use of stainless steel cables, or individual interlocking blocks 14 placed and then bound together by stainless steel cables. 15 b. All articulated concrete mats shall be open cell design. 16 c. The design velocity shall not be less than 24 feet per second unless otherwise 17 noted. 18 d. Certification(Open-Channel Flow): All articulated concrete mats will only be 19 accepted when accompanied by documented hydraulic performance 20 characteristics, derived from tests under controlled flow conditions. Testing 21 guidelines should conform to U.S. Federal Highway Administration and U.S. 22 Bureau of Reclamation Testing Protocol as documented in ASTM D 7277. If 23 addition, system restraints (such as mechanical anchors) and ancillary 24 components(such as a synthetic drainage medium)were used in the full-scale 25 testing program then they must be incorporated in field installations in an 26 identical manner. 27 e. Performance (Overtopping Flow): The design of the articulated concrete mats 28 shall be in accordance with Design Manual for Articulating Concrete (ACB) 29 Revetment System. 30 f. The articulated concrete mats shall be designed to a minimum safety factor of 31 2.0 for a design shear stress of 2.0 lbs/ft2. The analysis shall be performed 32 based upon the stability of the mat due to gravity forces alone, neglecting forces 33 which may be due to cabling, mechanical anchorage, contact with adjacent 34 blocks, or other restraint not attributable to gravity based forces. The analysis 35 must account for a subgrade variation of up to 0.5 inches. (For a level surfaced 36 block this would result in a 0.5 inch block projection height). 37 g. Extrapolation of tested shear stress values to the performance of thicker units 38 may be considered only for units within the same "family"of blocks having the 39 same geometric dimensions(length and width) and interlock of the tested units. 40 2. CONCRETE: Articulating Concrete Blocks may be produced using either wet-cast 41 or dry-cast concrete with a minimum of 4000 PSI(Class A). Wet-cast concrete 42 shall include air entrainment of 4%to 7%. CITY OF FORT WORTH Northside Il48-Inchffater Transmission iVain,Phase 2—Part 2 City Project Number:02304 31 37 01-5 ARTICULATED CONCRETE CABLE MAT Page 5 of 7 1 3. CABLES: The cables shall be made of stainless steel aircraft cable of type 304. 2 The cable shall be of type 1 X 19 construction. Size varies with block size. 3 Manufacturer's recommendation for size shall be used.All cables and hardware 4 shall be compatible so that one does not cause the other to corrode. 5 4. GEOTEXTILE: Geotextile material to be used shall be GeotexTM 801,made by 6 Synthetics Industries, and/or 8-oz. equivalent needle punched nonwoven fabric.An 7 overlap of 2 It to 3 ft shall be incorporated on three sides of the mat. The overlap 8 shall provide an area for the adjoining mats to be placed upon and prevent 9 undermining of the erosion control system. 10 5. CLAMPS: Sufficient stainless steel wire rope clamps shall be used to secure loops I 1 of adjoining articulated concrete cable mats. The type of clamp needed shall be 12 determined by the manufacturer. The number of loop connections is based on 13 project specifics, and shall be shown in the shop drawings. Clamping in field must 14 follow project layout details to be acceptable. 15 6. ANCHORING: Articulated concrete cable mats shall be designed to resist the 16 design velocities in certain slope and bedding situations without anchors. However, 17 anchors shall be installed to resist the uplift forces on the blocks within the tributary 18 area of the anchor. The weight of the block shall be neglected for this calculation. 19 a. Anchors shall be Manta Ray anchors by Foresight Products, Commerce City, 20 Colorado or approved equal. 21 b. All anchors shall be stainless steel. The perimeter of the articulated concrete 22 cable mat shall be anchored. The spacing of the perimeter anchors shall be half 23 of the calculated spacing. 24 c. The anchor shall be attached to the loops of the mat after placement. There shall 25 be no slack in the driven anchor cable when it is attached to the loops of the 26 mat. Anchoring must follow project layout details to be acceptable. 27 d. Anchor shall be proof loaded by applying an axial load equal to the design load 28 for the anchor. Test shall be consider successful if anchor resists load with less 29 than 1/2 inch pull out. 30 7. DRAINAGE LAYER: Drainage layer shall consist of on geotextile placed on the 31 subgrade,then 6-inches of crushed stone placed on top,then another geotextile 32 placed on top of the crushed stone. 33 a. Crushed stone shall be: 34 1) Durable crushed rock 35 2) Meets the gradation of ASTM D448 size numbers 8 or 89 36 3) May be unwashed 37 4) Free from significant silt clay or unsuitable materials. 38 5) Have a percentage of wear not more than 40 percent per ASTM C131 or 39 C535 40 6) Not more than a 12 percent maximum loss when subjective to 5 cycles of 41 sodium sulfate soundness per ASTM C88 42 8. STRUCTURAL GROUTING: The grout shall be coarse and proportioned in 43 accordance with ASTM C 476. The quantity of mixing water shall be the minimum 44 necessary to obtain a uniform mixture and permit placing. l CITY OF FORT WORTH Northside 7I 48-Inch TPater Transmission Alain,Phase 2—Part 2 00,Project Munber:02304 313701-6 ARTICULATED CONCRETE CABLE MAT Page 6 of 7 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOTE USED] 6 3.3 FOUNDATION PREPARATION 7 A. General. Areas on which filter fabric and cellular concrete blocks are to be placed shall 8 be constructed to the lines and grades shown on the Contract Drawings and to the 9 tolerances specified in the Contract Documents, and approved by the Owner's 10 Representative. 11 B. Grading. The slope shall be graded to a smooth plane surface to ensure that intimate 12 contact is achieved between the slope face and the drainage layer. All slope deformities, 13 roots, grade stakes, and stones which project normal to the local slope face must be 14 regraded or removed. No holes, "pockmarks", slope board teeth marks, footprints, or 15 other voids greater than 1.0 inch in depth normal to the local slope face shall be 16 permitted. No grooves or depressions greater than 0.5 inches in depth normal to the 17 local slope face with a dimension exceeding 1.0 foot in any direction shall be permitted. 18 Where such areas are evident,they shall be brought to grade by placing compacted 19 homogeneous material. The slope and slope face shall be uniformly compacted, and the 20 depth of layers,homogeneity of soil, and amount of compaction shall be as required by 21 the Owner's Representative. A 6-inch layer of crushed stone shall be placed on the 22 compacted subgrade prior to placement of the geotextile and cellular concrete mat with 23 attached geotextile. 24 C. Excavation and preparation for anchor trenches, side trenches, and toe trenches or 25 aprons shall be done in accordance to the lines, grades and dimensions shown in the 26 Contract Drawings. The anchor trench radius at the top of the slope shall be uniformly 27 graded so that no dips or bumps greater than 0.5 inches over or under the local grade 28 occur. The width of the anchor trench radius shall also be graded uniformly to assure 29 intimate contact between all cellular concrete blocks and the underlying grade at the 30 radius. 31 D. Inspection. Immediately prior to placing the filter fabric and cellular concrete blocks, 32 the prepared area shall be inspected by the owner's representative, and by the 33 manufacturer's representative. No fabric or blocks shall be placed thereon until that 34 area has been approved by each of these parties. 35 3.4 INSTALLATION 36 A. GENERAL: Articulated concrete cable mats, shall be constructed within the specified 37 lines and grades shown on the Contract Drawings in accordance with ASTM D 6884. CITY OF FORT WORTH Northside H 48-Itch[Vater Transmission 11ain,Phase 2—Part 2 Ci)�Project Number:02304 313701-7 ARTICULATED CONCRETE CABLE MAT Page 7 of 7 1 B. Placement. The articulated concrete cable mats shall be placed with the filter fabric in 2 such a manner as to produce a smooth plane surface in intimate contact with the filter 3 fabric. No individual block within the plane of placed articulated concrete cable mats 4 shall protrude more than one-half inch or as otherwise specified by the Owner's 5 Representative. To ensure that the articulated concrete cable mats are flush and develop 6 intimate contact with the subgrade,the blocks shall be "seated" with a roller or other 7 means as approved by the Owner's Representative. 8 C. If assembled and placed as large mattresses, the articulated concrete cable mats shall be 9 attached to a spreader bar or other approved device to aid in the lifting and placing of 10 the mats in their proper position by the use of a crane or other approved equipment. 11 The equipment used should have adequate capacity to place the mats without bumping, 12 dragging, tearing or otherwise damaging the underlying fabric. The mats shall be 13 placed side by side and/or end to end, so that the mats abut each other. Mat seams or 14 openings between mats greater than two(2)inches shall be filled with grout or lean 15 concrete. Anchor holes shall be covered with lean concrete or grout. Whether placed 16 by hand or in large mattresses, distinct changes in grade that results in a discontinuous 17 revetment surface in the direction of flow shall require a grout or lean concrete seam at 18 the grade change location so as to produce a continuous surface. 19 D. Anchors shall be placed perpendicular to the mat. One anchor shall be load and 20 displacement tested prior to installing others. The Anchor shall be loaded at no fewer 21 than 10 increments up to its design load. One minute shall be recorded at each load 22 increment. All data shall be submitted to the Owner for review along with photos of the 23 testing arrangement. If load displacement test fails,then modify anchor design and 24 installation of anchor to meet design load at no cost to the owner. Other anchoring shall 25 be recommended by the manufacturer. 26 E. Finishing. Crushed stone between all joints in the blocks. Grout shall be thoroughly 27 compacted and struck off to adjacent surface. 28 29 3.5 REPAIR [NOT USED] 30 3.6 RE-INSTALLATION [NOT USED] 31 3.7 FIELD QUALITY CONTROL [NOT USED] 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] 38 3.14 ATTACHMENTS [NOT USED] 39 END OF SECTION CITY OF FORT WORTH Northside II 48-Incl?iFater Transmission Blain,Phase 2—Pcu7 2 City Project Number:02304 DIVISION 33 UTILITIES 33 01 31 - I CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Pagel of 8 1 I SECTION 33 0131 2 CLOSED CIRCUIT TELEVISION(CCTV) INSPECTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements and procedures for Closed Circuit Television(CCTV) Inspection of 7 sanitary sewer,water mains 24-inches and larger or storm sewer mains 8 2. For sanitary sewer projects all (existing: Pre-CCTV,proposed: Post-CCTV) main 9 shall be inspected. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. 1.1 A. 1. -Add water mains 12 2. 1.1 C. 4.—Add Section 33 04 40 13 3. 1.4 A. 1.—Add water mains 14 4. 3.3 C.—Add water mains 15 5. 3.4 D. 1.—Add water mains 16 6. 3.10—Add Section 33 04 40 17 C. Related Specification Sections include,but are not necessarily limited to: 18 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 19 Contract 20 2. Division 1—General Requirements 21 3. Section 33 03 10—Bypass Pumping of Existing Sewer Systems 22 4. Section 33 04 40—CleaninI4 and Acceptance Testing of Water Mains 23 5. Section 33 04 50—Cleaning of Sewer Mains 24 6. Section 01 32 16—Construction Progress Schedule 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Pre-CCTV Inspection 27 1. Measurement 28 a. Measurement for this Item will be by the linear foot of line televised for CCTV 29 Inspection performed prior to any line modification or replacement determined 30 from the distance recorded on the video log. 31 2. Payment 32 a. The work performed and materials furnished in accordance with this Item and 33 measured as provided under"Measurement"will be paid for at the unit price 34 bid per linear foot for"Pre-CCTV Inspection". 35 1) Contractor will not be paid for unaccepted video. 36 3. The price bid shall include: 37 a. Mobilization 38 b. Cleaning t 39 c. Digital file CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised March 3,2016 3301 31 -2 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 2 of 8 1 B. Post-CCTV Inspection 2 1. Measurement 3 a. Measurement for this Item will be by the linear foot of line televised for CCTV 4 Inspection performed following repair or installation determined from the 5 distance recorded on the video log. 6 2. Payment 7 a. The work performed and materials fin-nished in accordance with this Item and 8 measured as provided under"Measurement"will be paid for at the unit price 9 bid per linear foot for"Post-CCTV Inspection". 10 1) Contractor will not be paid for unaccepted video. 11 3. The price bid shall include: 12 a. Mobilization 13 b. Cleaning 14 c. Digital file 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification,unless a date is specifically cited. 20 2. City of Fort Worth Water Department 21 a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 22 Program(CCTV Manual). The CCTV Manual is available for download on 23 Buzzsaw. Location: Resources\70—Inspection Tools\Standard Construction 24 b. City of Fort Worth Water Department CCTV Spread Sheet Log is available for 25 download on Buzzsaw. Location: Resources\70—Inspection Tools\Standard 26 Construction. 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Coordination 29 1. Sanitary Sewer Lines and Water Mains 24-inches and larger 30 a. Meet with City of Fort Worth Water Department staff to confirm that the 31 appropriate equipment, software, standard templates, defect codes and defect 32 rankings are being used, if required. 33 2. Storm Sewer Lines 34 a. Meet with City of Fort Worth Transportation/Public Works Department staff to 35 confirm that the appropriate equipment, software, standard templates, defect 36 codes and defect rankings are being used, if required. 37 B. Schedule 38 1. Include Pre and Post CCTV schedule as part of the Construction Progress Schedule 39 per Section 01 32 16. 40 2. Include time for City review(2 weeks minimum—Notification needs to be send out 41 to Project Manager&Field Operation). 42 3. If CCTV is accepted by City,proceed with work. If rejected, coordinate with City 43 per Part 1.4 A. CITY OF FORT WORTH Northside H 48-Inch Water Transmission,blain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiecl Number:02304 Revised March 3,2016 33 01 31-3 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 3 of 8 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 01 33 00. 3 B. All submittals shall be approved by the Engineer or the City prior to delivery. 4 C. If inspected with Infrastructure Technologies I.T. Software per CCTV Manual provide 5 video data per the CCTV Manual. Provide additional copy of video in Windows Media 6 Audio/Video (.wmv) format for City Inspection review. 7 D. If inspected with other software provide video data in Windows Media Audio/Video 8 (.wmv)format. Provide CCTV log in EXCEL spread sheet fonnat—The CCTV spread 9 sheet log can be found on Buzzsaw. Location: Resources\70—Inspection 10 Tools\Standard Construction. 11 E. Inspection Report shall include: 12 1. Asset 13 a. Date 14 b. City 15 c. Address and/or Project Name 16 d. Main Number—GIS ID (If Available) 17 e. Upstream Manhole GIS ID (If Available) 18 f. Downstream Manhole GIS ID (If Available) 19 g. Pipe Diameter 20 h. Material 21 i. Pipe Length 22 j. Mapsco Location Number 23 k. Date Constructed 24 1. Pipe Wall Thickness 25 2. Inspection 26 a. Inspection Number(i.e. 1s'2"d etc...) 27 b. Crew Number 28 c. Operator Name 29 d. Operator Comments 30 e. Reason for Inspection 31 f. Equipment Number 32 g. Camera Travel Direction(Upstream/Downstream) 33 h. Inspected Length(feet) 34 i. Work Order Number(if required) 35 j. City Project Number(if required) 36 k. City Contract Name 37 1. DOE/TPW Number(if required) 38 m. Consultant Company Name 39 n. Consultant Contact Name 40 o. Consultant Contact Phone Number 41 p. Contractor Company Name 42 q. Contractor Contact Name 43 r. Contractor Contact Phone Number 44 1.6 INFORMATIONAL SUBMITTALS 45 A. Pre-CCTV submittals CITY OF FORT WORTH Northside II48-InchWater Transmission Blain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised March 3,2016 3301 31 -4 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 4 of 8 1 1. 2 copies of CCTV video results on USB drive 2 2. 2 hard copies of Inspection Report and one pdf copy on USB drive 3 B. Additional information that may be requested by the City 4 1. Listing of cleaning equipment and procedures 5 2. Listing of flow diversion procedures if required 6 3. Listing of CCTV equipment 7 4. Listing of backup and standby equipment 8 5. Listing of safety precautions and traffic control measures 9 1.7 CLOSEOUT SUBMITTALS 10 A. Post-CCTV submittals 11 1. 2 copies of CCTV video results on USB drive 12 2. 2 Hard copies of Inspection Report. A pdf copy on USB drive shall be submitted to 13 the City Inspector for review prior to scheduling a project final walk through. 14 3. CCTV speadsheet log in EXCEL format—A blank copy of the CCTV spread sheet 15 log can be found on Buzzsaw. Location: Resources\70—Inspection Tools\Standard 16 Construction 17 4. Construction Plans identifying the line segments that were videoed. Include cover 18 sheet, overall line layout sheet(s), and plan and profile sheet(s). 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 A. Equipment- 26 1. Closed Circuit Television Camera 27 a. The television camera used shall be one specifically designed and constructed 28 for sewer inspection. Lighting for the camera shall be suitable to allow a clear 29 picture of the entire periphery of the pipe. The camera shall be operative in 100 30 percent humidity/submerged conditions. The equipment will provide a view of 31 the pipe ahead of the equipment and of features to the side of the equipment 32 through turning and rotation of the lens. The camera shall be capable of tilting 33 at right angles along the axis of the pipe while panning the camera lens through 34 a full circle about the circumference of the pipe. The lights on the camera shall 35 also be capable of panning 90-degrees to the axis of the pipe. 36 b. The radial view camera must be solid state color and have remote control of the 37 rotational lens. The camera shall be capable of viewing the complete 38 circumference of the pipe and manhole structure, including the cone-section or 39 corbel. The camera lens shall be an auto-iris type with remote controlled 40 manual override. CITY OF FORT WORTH vorthside 1145-Inch II'ater Transmission it Lain,Phase 2—Parl I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ci(h Project Number:02304 Revised March 3,2016 33 01 31 -5 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 5 of 8 1 2. Video Capture System 2 a. The video and audio recordings of the sewer inspections shall be made using 3 digital video equipment. A video enhancer may be used in conjunction with, 4 but not in lieu of,the required equipment. The digital recording equipment 5 shall capture sewer inspection on USB drive,with each sewer segment(from 6 upstream manhole to downstream manhole) inspection recorded as an 7 individual file in Windows Media Audio/Video(.wmv)format. City has a right 8 to change the format from .WMV media to .MP4 9 b. The system shall be capable of printing pipeline inspection reports with 10 captured images of defects or other related significant visual information on a I I standard color printer. 12 c. The system shall store digitized color picture images and be saved in digital 13 format on a USB drive. 14 d. The system shall be able to produce data reports to include, at a minimum, all 15 observation points and pertinent data. All data reports shall match the defect 16 severity codes outlined in the City's CCTV manual. 17 e. Camera footage, date&manhole numbers shall be maintained in real time and 18 shall be displayed on the video monitor as well as the video character 19 generators illuminated footage display at the control console. 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] t 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION 24 A. General 25 1. Prior to inspection obtain pipe and manhole asset identification numbers from the 26 plans or City to be used during inspections. Inspections performed using 27 identification numbers other than the plans or from assigned numbers from the City 28 will be rejected. 29 2. Inspection shall not commence until the sewer section to be televised has been 30 completely cleaned in conformance with Section 33 04 50. (Sewer system should 31 be connected to existing sewer system and should be active) 32 3. Inspection of newly installed sewers (not yet in service) shall not begin prior to 33 completion of the following: 34 a. Pipe testing 35 b. All manhole work is complete 36 c. Installation of all lateral services 37 d. Vacuum test of manholes 38 4. Temporary Bypass Pumping(if required) shall conforn to Section 33 03 10. 39 B. Storm Sewer Lines 40 1. Coordinate with City of Fort Worth Transportation/Public Works Department for 41 CCTV equipment and cleaning requirements. 42 C. Water Mains 24-inches and larger 43 1. CCTV Equipment CITY OF FORT WORTH Northside H 48-Inch Mater Transmission Blain,Phase 2—Part STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised March 3,2016 33 01 3l-6 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 6 of 8 1 a. Use equipment specifically designed and constructed for such inspection. 2 b. Equipment must be sterilized before uses. 3 c. Use equipment designed to operate in 100 percent humidity conditions. 4 d. Use equipment with a pan (±270 degrees),tilt,and rotates (360 degrees). 5 e. Use camera with an accurate footage counter that displays on the monitor 6 the distance of the camera(to the nearest 1/10 foot)from the centerline of 7 the access point. 8 f. Use camera with height adjustment so camera lens is always centered at 9 1/2 the inside diameter,or higher,in the televised pipe. 10 g. Provide sufficient lighting to illuminate the entire periphery of the pipe. 1 I h. Provide color video. 12 i. Use the Fort Worth Water Department standardized inspection and 13 coding program by I.T. software with pre-configured template. 14 1) See CCTV Manual. 15 2. Cleaning—Conform to Section 33 04 40. 16 3.4 INSPECTION (CCTV) 17 A. General 18 1. Begin inspection immediately after cleaning of the main. 19 2. Move camera through the line in either direction at a moderate rate, stopping when 20 necessary to permit proper documentation of the main's condition. 21 3. Do not move camera at a speed greater than 30 feet per minute. 22 4. Use manual winches,power winches,TV cable, and power rewinds that do not 23 obstruct the camera view, allowing for proper evaluation. 24 5. During investigation stop camera at each defect along the main. 25 a. Record the nature,location and orientation of the defect or infiltration location 26 as specified in the CCTV Manual. 27 6. Pan and tilt the camera to provide additional detail at: 28 a. Manholes, Include condition of manhole in its entirety and interior corrosion 29 protection(if applicable) (Camera should pan the entire manhole from top as 30 well as while lowering into manhole, also show complete view of invert) 31 b. Service connections,Pan the Camera to get a complete overview of service 32 connection including zooming into service connection Include location (i.e. 3 33 o'clock, 9 o'clock, etc...) 34 c. Joints, Include comment on condition, signs of damage, etc... 35 d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset 36 joints, obstructions or debris (show as% of pipe diameter). If debris has been 37 found in the pipe during the post-CCTV inspection, additional cleaning is 38 required and pipe shall be re-televised. 39 e. Infiltration/Inflow locations 40 f. Pipe material transitions 41 g. Other locations that do not appear to be typical for normal pipe conditions 42 h. Note locations where camera is underwater and level as a % of pipe diameter. 43 7. Provide accurate distance measurement. 44 a. The meter device is to be accurate to the nearest 1/10 foot. 45 8. CCTV inspections are to be continuous. 46 a. Do not provide a single segment of main on more than 1 USB drive. 47 b. A single segment is defined from manhole to manhole. CTTY OF FORT WORTH Northsicle 1148-Inch Water Transmission A'Mi17,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised March 3,2016 33 01 31 -7 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 7 of 8 1 B. Pre-Installation Inspection for Sewer Mains to be rehabilitated 2 1. Perform Pre-CCTV inspection immediately after cleaning of the main and before 3 rehabilitation work. 4 2. If, during inspection,the CCTV will not pass through the entire section of main due 5 to blockage or pipe defect, set up so the inspection can be performed from the 6 opposite manhole. 7 3. Provisions for repairing or replacing the impassable location are addressed in 8 Section 33 3120, Section 33 3121 and Section 33 31 22. 9 C. Post-Installation Inspection 10 1. Complete manhole installation before inspection begins. 11 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 12 0450. 13 D. Documentation of CCTV Inspection 14 1. Sanitary Sewer Lines and Water Mains 24-inches and larger 15 a. Follow the CCTV Manual(CCTV standard manual supplied by City upon 16 request) for the inspection video, data logging and reporting or Part 1.5 E of 17 this section. 18 2. Storm Sewer Lines 19 a. Provided documentation for video, data logging, and reporting in accordance 20 with City of Fort Worth Transportation/Public Works Department 21 requirements. 22 3.5 REPAIR/RESTORATION [NOT USED] 23 3.6 RE-INSTALLATION [NOT USED] 24 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING 28 A. See Section 33 04 50 or 33 04 40. 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 34 35 END OF SECTION CITY OF FORT WORTH Northside II 48-Inch Water Transmission Alain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised March 3,2016 33 01 31-8 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 8 of 8 1 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson Various—Added requirements for coordination with T/PW for Storm Sewer CCTV 03/03/2016 J Kasavich Various—Alternative to CCTV Manual,modified submittal detail requirements 2 CITY OF FORT WORTH Alorilisi(le II 48-Lich Nater Transmission lkh7, Phare 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit),Project Numbe•:02304 Revised March 3,2016 33 04 10-1 JOINT BONDING AND ELECTRICAL ISOLATION Page 1 of 12 1 1 SECTION 33 04 10 2 JOINT BONDING AND ELECTRICAL ISOLATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Joint bonding requirements for electrical continuity of- 7 a. Concrete cylinder pipe 8 b. Mortar coated steel pipe 9 c. Dielectrically coated steel pipe 10 d. Ductile iron pipe, as required on Drawings 11 2. Electrical isolation devices for installation at: 12 a. Connections to existing piping 13 b. Laterals 14 c. Cased crossings 15 d. Tunnels 16 e. Selected below grade to above ground piping transitions 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None.- 19 �19 2. 1.2 A. 3. a. 20 3. 2.2 C. 21 4. 2.2 D. 22 5. 2.2 E. 4. a. 23 6. 2.2 E. 4. b. 24 7. 2.2 F. 25 8. 2.2 G. 26 9. 2.2 H. 27 10. 2.21. 28 11. 2.2 J. 29 12. 2.2 K. 30 13. 2.2 L. 1. 31 14. 2.2 L. 2. 32 15. 2.2 M. 1. 33 16, 2.2 M. 2. 34 17. 3.3 D. 2. 35 18. 3.3 D. 5. 36 19. 3.3 D. 6. 37 20. 3.4 A. 3. a. 38 21. 3.4 A. 3. b. 39 22. 3.4 A. 3. c. CITY OF FORT WORTH Northsicle II 48-Inch(Pater Transmission Hain,Phase 2-Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00,Project Number:02304 Revised December 20,2012 330410-2 JOINT BONDING AND ELECTRICAL ISOLATION Page 2 of 12 1 23. 3.4 A. 3. d. 2 24. 3.4 A. 3. e. 3 25. 3.4 B. 4 26. 3.4 D. 5 27. 3.4 E. 6 28. 3.4 F. 7 C. Related Specification Sections include,but are not necessarily limited to: 8 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 9 Contract 10 2. Division 1 —General Requirements 11 3. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. When a pay item for Cathodic Protection exists: 15 a. Measurement 16 1) This Item is subsidiary to Cathodic Protection construction. 17 b. Payment 18 1) The work performed and materials fumished in accordance with this Item 19 are subsidiary to the lunp SLIM price bid for"Cathodic Protection"for each 20 material of utility pipe bid, and no other compensation will be allowed. 21 2. When a pay item for Cathodic Protection does not exist: 22 a. Measurement 23 1) Measurement for this Item is by lump sum. 24 b. Payment 25 1) The work performed and materials I'Limished in accordance with this Item 26 and measured as provided tinder"Measurement'will be paid for at the lump 27 sum price bid for"Joint Bonding and Electrical Isolation". 28 3. The price bid shall include: 29 a. Furnishing and installing Joint Bonding, Electrical Isolation, and Flush 30 Mounted potential test stations as specified by the Drawings 31 b. Mobilization 32 c. Excavation 33 d. Furnishing,placement, and compaction of backfill 34 e. Field welding 35 f. Connections 36 g. Adjustments 37 h. Testing 38 i. Clean-up 39 j. Start-up/Commissioning 40 1.3 REFERENCES 41 A. Reference Standards 42 1. Reference standards cited in this Specification refer to the current reference 43 standard published at the time of the latest revision date logged at the end of this 44 Specification, unless a date is specifically cited. CITY OF FORT WORTH Northside H 48-Itch PYater Transmission Blain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 330410-3 JOINT BONDING AND ELECTRICAL ISOLATION Page 3 of 12 1 2. ASTM International(ASTM). 2 3. American Water Works Association(AWWA): 3 a. C207, Steel Pipe Flanges for Waterworks Service- Sizes 4 IN through 144 IN. 4 4. NACE International (NACE). 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section 01 33 00. 8 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 9 specials. 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 11 A. Product Data 12 1. Manufacturer's catalog cut sheets shall be submitted for each item. 13 a. Include the manufacturer's name and provide sufficient information to show 14 that the materials meet the requirements of the Contract Documents for: 15 1) Flange Isolation 16 2) Bonding Clips for Concrete Cylinder Pipe 17 3) Petrolatum tape 18 2. Where more than I item or catalog number appears on a catalog cut sheet, clearly 19 identify the item proposed. 20 B. Test and Evaluation Reports 21 1. Record results for the Post-Installation Thermite Weld Inspection and submit to the 22 City for approval prior to backfilling. 23 2. Record results for bonded joint testing and submit to City for approval prior to 24 backfilling. 25 3. Record results for the continuity test for casing to carrier pipe and submit to the 26 City for approval prior to backfilling. 27 1.7 CLOSEOUT SUBMITTALS 28 A. Test results for electrical continuity, flange isolation and casing to carrier pipe isolation 29 shall be submitted to the City. 30 B. Results of all testing are to be submitted to City for inclusion in the O&M manual. 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE [NOT USED] 33 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 34 1.11 FIELD [SITE] CONDITIONS [NOT USED] 35 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Northside 1148-Inch fNnter Transmission Main,Plwse 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 330410-4 JOINT BONDING AND ELECTRICAL ISOLATION Page 4 of 12 1 PART 2 - PRODUCTS 2 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 3 2.2 MATERIALS 4 A. Joint Bonding and Electrical Isolation Materials to be incorporated into the project 5 include,but are not limited to, the following: 6 1. Electrical continuity bonds 7 2. Flange isolation assemblies 8 3. Casing spacers 9 4. Casing end seals 10 B. Electrical Continuity Bonds 11 1. Applications for Electrical Continuity Bonding include the following: 12 a. Bonding across bolted joint assemblies 13 b. Bonding across gasketed joint assemblies 14 C. Steel Bonding Plates for Concrete Bar Wrapped Cylinder Pipe 15 1. Steel bonding plates shall be fabricated with the concrete bar wrapped cylinder pipe 16 by the pipe manufacturer and shall be as shown on the Drawings. 17 D. Thermite Weld Equipment 18 1. Thennite weld molds and charges shall be suitable for the sizes and types of 19 materials and shapes encountered. Adapter sleeves shall be utilized for all thermite 20 welds. 21 2. Thermite welds to concrete bar wrapped cylinder pipe shall be coated with a brush 22 applied mastic(10 mil minimum thickness) and embedded in the concrete mortar. 23 E. Flange Isolation 24 1. Required applications of dielectric flange isolation assemblies include,but are not 25 limited to, selected locations where new piping is mechanically connected to 26 existing piping. 27 2. Gasket 28 a. Isolating and seal gasket 29 b. G-10 Epoxy Glass material 30 c. Full face 31 d. 1/8-inch thickness 32 e. Use with a minimum of 1 EPDM sealing element placed in a tapered groove. 33 f. NSF 61 certified 34 g. A minimum of 800 volts/mil dielectric strength is required. 35 h. Flange shall seal for the test pressure without leaking. 36 3. Sleeves 37 a. Provide full length mylar sleeves. 38 4. Washers 39 a. Provide double G-10 washer sets on both sides of the flange. 40 b. Steel washers shall also be used between the insulating washers and the bolts 41 and nuts. CITY OF FORT WORTH Northside H 48-Inch Water Transmission 11(lin,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 330410-5 JOINT BONDING AND ELECTRICAL ISOLATION Page 5 of 12 I F. External Coating System for Insulating Flanges 2 L hisulating flanges and insulating corporation valves shall receive an exterior tape 3 wrapping in the field. The coating applicator must abide by and follow all 4 manufacturer's application specifications for the coating system. All components of 5 the coating system shall be manufactured byasingle supplier to assure 6 compatibility of individual components. The coating system shall be manufactured 7 by Trenton Corporation,Denson, Royston, or an approved equal. 8 2. Material 9 a. Primer: A blend of microcrystalline wax,plasticizer, and corrosion inhibitors 10 having a paste-like consistency, designed to displace moisture,penetrate rust I 1 and wet the surface, ensuring adhesion of the tape. The primer shall be Trenton 12 Wax-Tape Primer or approved equal. 13 b. Filler Putty: A cold applied anti-corrosive moldable filler material used to even 14 the contours of irregular fittings and surfaces. The filler putty shall have the 15 following properties: 16 1) Specificrgravit : 1.15. 17 2) Density: 24 cu in/lb. 18 3) The filler putty shall be Trenton Fill-Putty or approved equal. Filler putty 19 shall be used at all irregular surfaces to provide a smooth surface for the 20 application of the innerwrap and outerwrap. 21 c. Innerwrap: A non-woven,non-stitch bonded synthetic fabric saturated with a 22 blend of microcrystalline wax,plasticizer, and corrosion inhibitor(no clay 23 fillers). The inner tape shall have the following properties: 24 1) Thickness: 70 to 90 mils. 25 2) Dielectric strength: 170 volt/mil. 26 3) The innerwrap shall be Trenton#1 Wax-Tape or approved equal. 27 d. Outerwrap: A white resin coated,woven fiberglass fabric. The outerwrap shall 28 have the following properties: 29 1) Thickness: 0.005 inch. 30 2) Tensile strength(per one inch width): 85 lbs min. 31 3) Tape width: 6 inches. 32 4) The outerwrap shall be Trenton Glas-Wrap or approved equal. 33 G. Polyethylene Mesh Separator Pad 34 1. The mesh separator pad shall be a medium density flexible polyethylene mesh 35 pattern webbing pad,nominal thickness 160 mils. Separator pad shall be as 36 manufactured by Stuart Steel Protection Company Model Stuart Diamond Rockstop 37 or approved equal. 38 H. Linked Rubber Seal 39 1. The linked rubber seal shall consist of a belt of interconnected nibber links 40 connected together with zinc plated carbon steel hardware. The linked rubber seal 41 shall be manufactured by Thunderline Corporation or an approved equal. 42 1. Mastic 43 1. The field applied external coating shall be a cold applied mastic with the following 44 properties: 45 a. Composition: A pyrobituininous resin processed by homogenization with 46 inhibitive pigments and aromatic solvents. 47 b. Electrical volume resistivity: 2.12 X 1013 ohms-cm. CITY OF FORT WORTH Alorthside II 48-Inch(Pater Transmission Alain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 330410-6 JOINT BONDING AND ELECTRICAL ISOLATION Page 6 of 12 1 c. Percent solids: 58.6%by volume, 68.2% by weight. 2 d. Service temperature: 0 to 2500F. 3 e. Weight per gallon: 9.42 pounds. 4 f. Specific gravity 1.13. 5 g. Flash point: 440F -seta closed CLIP. 6 h. Color: black. 7 2. The mastic coating shall be applied only where specifically required by the 8 specifications. The mastic coating shall be Roskote R28 Rubberized Mastic or 9 approved equal. 10 J. Compression Connectors 11 1. Compression connectors shall be specially manufactured for splicing copper cables 12 together, the connectors shall be copper and shall be Type YC-C as manufactured 13 by Burndy Corporation or approved equal. 14 K. Electrical Tape 15 1. Conformable water tight sealant having a dielectric strength not less than 15kV for 16 a 1/8-inch thick layer. Tape shall be Scotch 88 Vinyl Tape and Scotch C130 Rubber 17 Tape or approved equals. l8 L. Casing Spacers 19 1. For piping installed in tunnels or cased crossings, install casing spacers between the 20 piping and the casing or tunnel liner to provide electrical isolation in accordance 21 with Section 33 05 24,unless otherwise shown in Drawings. 22 2. See Section 33 05 24. 23 M. Casing End Seals 24 1. Casing end seals shall be made of 1/8-inch thick rubber and shall be full conical in 25 shape. The casing end seal shall be configured to the exact dimensions of the piping 26 and casing. The rubber end seals shall fully enclose the end of the casing and shall 27 be water tight. Rubber casing end seals shall be as manufactured by Advance 28 Products and Systems, Inc. 29 2. Also see Section 33 05 24 for casing end seals. 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3 - EXECUTION 33 3.1 INSTALLERS [NOT USED] 34 3.2 EXAMINATION [NOT USED] 35 3.3 PREPARATION 36 A. Preparation of Concrete Pipe for Bonding 37 1. General 38 a. Fabrication CITY OF FORT WORTH Nordrside II 48-Inch Nater Transmission Blain,Phase l—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 330410-7 JOINT BONDING AND ELECTRICAL ISOLATION Page 7 of 12 1 1) Use concrete pipe for this project that has been fabricated in such a manner 2 as to establish electrical continuity between metallic components of pipe and 3 joints. 4 b. Acceptable Methods 5 1) Establish electrical continuity as indicated in the Contract Documents. 6 2. Criteria for Electric Continuity 7 a. Tensile Wire 8 1) Pipe manufacturer is to obtain a resistance no greater than 0.03 ohms 9 between any wire and steel joint ring at end of pipe farthest from that wire. 10 2) Manufacturer is to report values obtained and method of measurement. 11 b. Internal Pipe Joint Components 12 1) Pipe manufacturer is to obtain resistance of less than 0.03 ohms between 13 any component and steel pipe cylinder. 14 3. Tensile Wire Continuity 15 a. Establish continuity between tensile wire coils and steel cylinder on embedded 16 cylinder type pre-stressed pipe by tightly wrapping tensile wire over longitudinal 17 mild steel straps during pipe manufacture. 18 b. Use and install 2 continuous straps 180 degrees apart longitudinally along the 19 pipe. 20 1) These straps must maintain electrical continuity between metallic 21 components. 22 c. Use steel straps made of mild steel and free of grease,mill scale or other high 23 resistance deposits. 24 d. Make longitudinal straps electrically continuous with pipe cylinder by steel 25 fasteners of suitable dimensions placed between steel cylinder and longitudinal 26 straps. 27 1) Connect fasteners so as to remain intact during pipe fabrication process. 28 4. Steel Cylinder Continuity 29 a. Establish continuity of all joint components and steel cylinder. 30 1) These components include anchor socket brackets, anchor socket, spigot 31 ring and bell ring. 32 b. If mechanical contact does not provide a resistance of less than 0.03 ohms 33 between components,tack weld component to provide electrical continuity. 34 B. Preparation of Steel Pipe for Bonding 35 1. Bonding wires are not required for welded steel pipe. 36 2. Mechanical jointed steel pipe requires the installation of bond wires across the joint 37 as shown on the Drawings. 38 C. Preparation of Ductile Iron Pipe for Bonding 39 1. Install insulated bond wires as shown on the Drawings. 40 D. Electrical Bond Wires 41 1. Electrical bond wires are to be a minimum No. 4 AWG, 7 stranded, copper cable 42 with THHN insulation. 43 2. Remove 1 inch of TH14N insulation from each end of the bond wire. 44 3. Thermite weld the bond wires to the pipeline. 45 4. Provide the minimum number of bond wires as shown on Drawings for steel or 46 ductile iron pipe. CITY OF FORT WORTH Northsicle H 48-Inch Water Transmission iblain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit,Protect Number:02304 Revised December 20,2012 330410-8 JOINT BONDING AND ELECTRICAL ISOLATION Page 8 of 12 1 5. All new pipeline joints,including those on pipe,fittings,valves, and branch 2 connections, except those specified to be insulated, shall be bonded as shown on the 3 Drawings. All bond cables shall be thermite welded to the pipe or fitting as 4 described above. 5 6. All joints are to be bonded with two HMWPE insulated copper cables unless shown 6 otherwise. Wire size shall be AWG No. 2 for piping larger than 36-inch and AWG 7 No. 4 for 16-inch to 36-inch piping, unless otherwise shown on Drawings. 8 E. Electrical Bond Clip 9 1. Weld 3 ASTM 366 steel bonding clips, each approximately 0.13 inches thick, 2.5 10 inches long, and 1.25 inches wide, with 1/8-inch fillet welds to the bell and spigot 11 of adjacent pre-stressed concrete cylinder pipe or steel pipe with rubber Basketed 12 joints. 13 2. Manufacture clips to maintain continuity regardless of small deflections of finished 14 joints. 15 3.4 INSTALLATION 16 A. Installation of Electrical Continuity Bonds by Thermite Welding 17 1. Inspection 18 a. Use continuous bond wires with no cuts or tears in the insulation covering the 19 conductor. 20 2. General 21 a. Attach bond wires at required locations by thermite welding process. 22 3. Thermite Welding Methods 23 a. All thermite welds shall be made as shown on the Drawings and in accordance 24 with the manufacturer's recommendations using the proper combination of 25 equipment for the pipe and wire size being welded All welding materials and 26 equipment shall be the product of a single manufacturer. 27 b. Assure that the area where the attachment is to be made is absolutely dry. 28 Remove mill coating, grime and grease from the pipe or fitting surface at 29 the weld location by wire brushing or by the use of suitable safety solvents. 30 Clean a 2.5-inch square area of the pipe or fitting surface at the weld location to 31 a bright shiny surface, free of all serious pits and flaws by use of a mechanical 3 2rim 33 c. Prepare the wire for welding by assuring that the cable is absolutely dry. The 34 cable shall be free of dirt, grease, and other foreign products. Cut the cable in 35 such a way as to avoid flattening or forcing out of round. To prevent 36 deformation of the cable cut the cable with cable cutters. Remove the insulation 37 in a manner that will avoid damage to strands. Install adapter sleeves for all 38 bonds and test wires prior to welding. Either prefabricated factory sleeved joint 39 bonds or bond wire with formed sleeves made in the field are acceptable. Hold 40 the cable at an approximate 30-degree angle to the pipe surface when welding, 41 d. When the weld has cooled,remove the weld slag and test the weldment for 42 strength by striking a sharp blow with a two-pound hammer while pulling finely 43 on the wire. Reweld unsound welds and retest weldments. Thoroughly clean 44 mold and mold covers after completion of each weld to assure that no slag will 45 penetrate into the next weld. 46 e. After soundness of the weld has been verified, thoroughly clean with a stiff 47 wire brush and coat as follows: CITY OF FORT WORTH Northsicle H 48-Inch[Pater Transmission iWain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cil,Project Number: 02304 Revised December 20,2012 33 04 10-9 JOINT BONDING AND ELECTRICAL ISOLATION Page 9 of 12 1 f. Thennite welds to concrete bar wrapped cylinder pipe shall be coated with a 2 minimum of 10 mils of a brush applied mastic. The mastic shall completely 3 cover the weld and the entire steel bonding plate. The mastic shall be allowed to 4 completely dry before being fully embedded in concrete mortar at the pipe joint. 5 Follow all manufacturer's instructions for applying the mastic coating. 6 Perform ther-,,;te welding of bond. es to piping „ the following 11....ung 7 1) Clean and 4y pipe to whieh the wireso to be „ttael,0,7 8 , 10 a) Gfind surfaee to bright metal. 11 ) Re-move approximately I inch A-f in-s 'rl tion f+em eaeh end of wire to be 12 tl.e finite welded to pipe exposing .elean, oxide foo r f,• eldin 13 4) Seleet p size tl,o,•, ito weld mold as endedby fflanufaettir-er-. 14 . 15 5) Plaee metal disk in bottoffl of fflold. 16 6) Pour tl,ofmite weld,.1,.,,•ge into the mold. Squeeze bottom,.f eaft,.idge to 17 . 18 7) Close niel,7 eover and ignite stat4ing« .,,70,•with flint, 19 ) A f e f o etl,o,•,f,;e,• ..t;.,. r-effleve tl,ef ffl:te weld mold and gently strike 20 weld with„ 1,.,,,,,,,o,•to .. 0 weld slag. 21 9) gul ir-e or-strap to as we—a s€eme eenneetion. 22 1 m ifweld; of seetife . 4—t 7 b.._Rks repeat pFee0,7,,,.0 with 23 1 1) if the weld seetire, o t all bare metal and weld..,ot.,l with et.,,-..,., CZ 24 tape- 25 ape25 4. Post-Installation Thennite Weld Inspection 26 a. Contractor is responsible for all testing. 27 b. All testing is to be performed by or under the supervision of certified NACE 28 personnel. 29 c. Visually examine each thelmite weld connection for strength and suitable 30 coating prior to backfilling. 31 d. Measure resistance through selected bonded joints with a digital low resistance 32 ohmmeter(DLRO). 33 1) Resistance of 0.001 ohms or less is acceptable. 34 2) If the above procedure indicates a poor-quality bond connection,reinstall 35 the bond. 36 3) Record results and submit to the City for approval prior to backfilling. 37 5. Backfilling of Bonded Joints 38 a. Perform backfilling of bonded piping in manner that prevents damage to the 39 bonds and all connections to the metallic structures. 40 b. Use appropriate backfill material to completely cover the electrical bond. 41 c. Provide protection so that filture construction activities in the area will not 42 destroy the bonded connections. 43 d. If construction activity damages a bonded connection, install new bond wire. 44 B. Clearance to Other Structures 45 1. Twelve inches of natural clearance shall be maintained to other structures where 46 possible. When 12 inches of clearance cannot be maintained, install a flexible 47 polyethylene mesh webbing pad around the new piping and secure with non- 48 metallic tape. , CITY OF FORT WORTH Northside II 48-Inch Water Transmission Blain,Phrase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 3304 10-10 JOINT BONDING AND ELECTRICAL ISOLATION Page 10 of 12 1 C. Installation of Pipeline Flange Isolation Devices 2 1. Placement 3 a. Install isolation joints at the locations shown on the Drawings. 4 2. Assembly 5 a. Place gasket, sleeves and washers as recommended by the manufacturer. 6 b. Follow manufacturer's recommendations for even tightening to proper torque. 7 3. Testing 8 a. hnmediately after an electrical isolation fitting has been installed, contact the 9 City to perform testing for electrical isolation effectiveness. 10 4. Painting I I a. Do not use metal base paints on electrical isolation devices. 12 5. Encapsulation 13 a. Encapsulate below-grade isolation joints with the Denso Densyl Tape system 14 after the isolation joint has been tested for effectiveness. 15 D. Coating of Insulating Flanges 16 1. The insulating flanges and insulating corporation valves, including all isolation 17 components shall be fiilly coated for a minimum of 12 inches on either side of the 18 flange or corporation stop. The insulator shall be coated after verification of proper 19 electrical isolation. The insulator shall be coated as described below. 20 a. Clean the surface of the insulator, and all of its components by power tool 21 cleaning in accordance with the SSPC SP3. Follow all surface preparation 22 recommnendations of the coating manufacturer. 23 b. Apply a uniform coat of the primer to the external surface of the insulator, and 24 all of its components including; bolts,nuts, etc. The primer shall extend a 25 minimum of twelve inches on either side of the insulator. 26 c. Apply filler mastic to all irregular surfaces of the insulator to assure a smooth 27 profile for application of the inner tape coating_ 28 d. Apply innerwrap to the insulator,and its components in a spiral fashion with a 29 minimum overlap of 55%. The innerwrap shall extend a minimum of twelve 30 inches on either side of the insulator. 31 e. Apply outerwrap to the insulator, and its components in a spiral fashion with a 32 minimum overlap of one inch. The outerwrap shall be applied with sufficient 33 tension to provide continuous adhesion of the outerwrap tape. Install test 34 facilities at the insulating flanges as shown on the Drawings. 35 E. Penetration of Concrete Structures 36 1. When penetrating a concrete slab (wall or floor),install a linked rubber seal 37 between the pipe and the concrete slab sleeve. Install the linked rubber seal in 38 accordance with the manufacturer's recommendations. The linked rubber seal is to 39 be installed to isolate the piping from direct contact to the concrete and to seal the 40 area of the pipe penetration from water intrusion. Under no circumstances shall 41 metallic pipe be in contact with reinforcingsteel. teel. CITY OF FORT WORTH Nor ihside H 48-Inch(Yater Transmission rl-Iain, Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 3304 10- 11 JOINT BONDING AND ELECTRICAL ISOLATION Page 11 of 12 1 F. Installation of Casing Spacers and End Seals 2 1. Each length of pipe within the casing shall be supported and electrically isolated 3 from the casing by the use of insulating spacers (supports). The number of casing 4 spacers and the spacing between them shall be in accordance with the 5 recommendations of the casing spacer manufacturer but no fewer than three (one at 6 each end and one at the midpoint of the pipe) shall be used to support each section 7 of pipe. The insulating spacers shall be of sufficient dimension to center the carrier 8 pipe within the casing and to serve as runners to slide the carrier through the casing. 9 2. B.After the carrier pipe is installed within the casing, the Contractor shall test the 10 electrical isolation between the casing and the carrier pipe. If the carrier pipe is not I I electrically isolated from the casing,the Contractor shall, at no cost to the Owner, 12 remove the carrier pipe from the casing, replace any and all defective or damaged__ 13 casing spacers and reinstall the carrier pipe in the casing. The Contractor shall retest 14 the repaired electrical isolation. This process will continue until the casing is tested 15 to be electrically isolated from the carrier pipe. Pipe to casing insulation that passes 16 for effective isolation during the pre-backfill test,but does not render positive 17 isolation results during the acceptance testing must be repaired by the Contractor at 18 no additional cost to the Owner. The Contractor shall provide the Engineer a 19 minimum notice of one week prior to the completion of the installation of piping 20 within a casing. 21 3. C.Install casing end seals at both ends of the casing after the casing isolation has 22 been confirmed as effective. The casing end seals shall be installed in accordance 23 with the written instructions of the end seal manufacturer. 24 4. Casing spacers and end seals installation shall also shall be installed it .,,,eer-a,nee 25 w4h follow Section 33 05 24. 26 G. lastallatie of-End Seals 27 1. Era seals shall be installed: aeeefdanee with Seetien 33 nc 24 28 3.5 REPAIR/RESTORATION [NOT USED] 29 3.6 RE-INSTALLATION [NOT USED] 30 3.7 FIELD QUALITY CONTROL 31 A. Testing of Joint Continuity Bonds and Isolation Joints 32 1. After the completion of the continuity bonding of individual joints, but before the 33 pipe is backfilled, each bonded joint shall be tested for electrical continuity. 34 2. A DC current shall be impressed on the pipe on 1 side of the joint under test using a 35 portable 12-volt battery and a driven ground rod. The battery shall be connected 36 such that the positive terminal is connected to the ground rod and the negative 37 terminal is connected to the pipe section under test. The magnitude of test current is 38 not important as long as it causes a change in pipe-to-soil potential on the section of 39 pipe that is in the test current circuit. 40 3. The pipe-to-soil potential shall be measured on each side of the isolation joint using 41 a high impedance voltmeter and portable copper/copper sulfate reference electrode 42 with the test current"on"and"off. 43 4. A joint is considered electrically continuous if the "on"and"off potentials are the 44 same on either side of the joint under test. r` CITY OF FORT WORTH Northside II 48-Inch lVater Transmission 11ain,Please 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cub,Project Nmnher:02304 Revised December 20,2012 3304 10- 12 JOINT BONDING AND ELECTRICAL ISOLATION Page 12 of 12 1 5. This same procedure shall be used to test individual isolation joints except that the 2 joint is considered effective if the pipe-to-soil potential is not the same when 3 measured on each side of the joint when the test current is 'on'. 4 6. Record results and submit in accordance with this Specification. 5 B. Casing to Carrier Pipe Isolation Tests 6 1. Immediately after the pipe has been installed in the casing,but prior to connecting 7 the line,make pipe available for testing and contact the City to perform an electrical 8 continuity test to determine that the casing is electrically isolated from the pipeline. 9 2. The continuity test shall be fully documented and approved by the City prior to 10 backfilling. 11 3. Record results and submit in accordance with this Specification. 12 4. If the electrical isolation between carrier pipe and casing is not effective, the cause 13 shall be immediately investigated and the situation remedied. 14 5. Under no circumstances shall a shorted casing be backfilled. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2.0-Modified material specifications for gaskets,sleeves and washers 24 CITY OF FORT WORTH Northside H 48-Inch Nater Transmission Mcnin,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 3304 12-1 MAGNESIUM ANODE CATHODIC PROTECTION Page 1 of 10 1 1 SECTION 33 04 12 2 MAGNESIUM ANODE CATHODIC PROTECTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for Cathodic Protection Systems on concrete cylinder pipes, carbon 7 steel pipes and ductile iron pipes using Magnesium Anodes 8 2. The Cathodic Protection System shall include,but not be limited to the following: 9 a. Materials and installation 10 b. Post-installation survey I 1 c. Final Report to include recommendations 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. 14 1. 2.2 A. 1. a. 15 2. 2.2 A. 3. c. 5) 16 3. 2.2 E. 3. 17 4. 3.4 B. 1. b. 18 C. Related Specification Sections include,but are not necessarily limited to: 19 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 20 Contract 21 2. Division I —General Requirements 22 3. Section 33 05 26—Utility Markers/Locators 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Measure 26 a. Measurement for this Item shall be by lump sum. 27 2. Payment: 28 a. The work performed and materials famished in accordance with this Item shall 29 be paid for at the lump sum price bid for"Cathodic Protection"for each material 30 of utility pipe bid. 31 3. The price bid shall include: 32 a_ Mobilization 33 b. Anode groundbeds 34 c. Anode test stations 35 d. Excavation 36 e. Furnishing,placement, and compaction of backfill 37 f. Field welding 38 g. Connections 39 h. Adjustments 40 i. Testing 41 j. Clean-up CITY OF FORT WORTH Northside II 48-Inch Hater Transmission iIlain,Phase 2--Parl 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 330412-2 MAGNESIUM ANODE CATHODIC PROTECTION Page 2 of 10 1 k. Start-up/Commissioning 2 1.3 REFERENCES 3 A. Abbreviations and Acronyms 4 1. AWG: American Wire Gauge 5 2. CSE: Copper/Copper Sulfate Reference Electrode 6 3. HMWPE: High Molecular Weight Polyethylene 7 B. Definitions 8 1. Anode: The electrode of an electrochemical cell at which oxidation occurs. 9 2. Cable/Wire: One conductor or multiple conductors insulated from one another. 10 3. Cathode: The electrode of an electrochemical cell at which reduction is the 11 principal reaction. 12 4. Cathodic Polarization: The change of electrode potential in the negative direction 13 caused by direct current(DC)flow across the electrode/electrolyte interface. 14 5. Cathodic Protection: A technique used to reduce the corrosion of a metal surface by 15 making that surface the cathode of an electrochemical cell. 16 6. Corrosion: Degradation of a material, usually a metal,that results from a reaction 17 with its environment. 18 7. Corrosion Control Engineer: NACE certified, licensed engineer in the state of 19 Texas,employed by a Corrosion Engineering Firm. 20 8. Corrosion Engineering Firm: Engineering firm in charge of the corrosion protection 21 design on behalf of the Contractor. 22 9. Criterion: Standard for assessment of the effectiveness of a Cathodic Protection 23 System. 24 10. Current: Flow of electric charge. 25 11. Electrode: A conductor used to establish contact with an electrolyte and through 26 which current is transferred to or from an electrolyte. 27 12. Electrolyte: A chemical substance containing ions that migrate in an electric field 28 (i.e., soil or water). 29 13. Foreign Structure: Any metallic structure that is not intended as a part of a system 30 under Cathodic Protection. 31 14. Galvanic Anode: A metal that provides sacrificial protection to another metal that is 32 less active (more noble)when electrically coupled in an electrolyte. 33 15. Interference: Any electrical disturbance on a metallic structure as a result of stray 34 current. 35 16. Pipe-to-Electrolyte Potential: The potential difference between the pipe and the 36 electrolyte that is measured with reference to an electrode in contact with the 37 electrolyte. 38 17. Polarized Potential: The potential across the structure/electrolyte interface that is 39 the sum of the free corrosion potential and the cathodic polarization 40 18. Reference Electrode: An electrode whose open-circuit potential is constant under 41 similar conditions of measurement and is used to measure the relative potentials of 42 other electrodes 43 19. Stray Current: Current flow through paths other than the intended circuit. CITY OF FORT WORTH Northside II48-InchWater Transmission 1kill,Phase 2—Pm4 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 330412-3 MAGNESIUM ANODE CATHODIC PROTECTION Page 3 of 10 1 20. Voltage: Electromotive force or difference in electrode potential expressed in volts. 2 C. Reference Standards 3 1. NACE International (NACE). 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 5 1.5 SUBMITTALS 6 A. Submittals shall be in accordance with Section 01 33 00. 7 B. All submittals shall be approved by the City prior to delivery. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 A. Product Data 10 1. Submit product data for all components of the Cathodic Protection System. Data 11 submitted shall include: 12 a. Anodes 13 b. Anode Test Stations 14 c. Wiring 15 d. Splicing Materials 16 e. Thermite Weld Materials 17 f. Weld Coatings 18 1.7 CLOSEOUT SUBMITTALS 19 A. The results of all testing procedures shall be submitted to the Engineer or the City for 20 review and approval. Testing information required includes: 21 1. Anode groundbed current outputs 22 2. Pipe-to-soil potentials 23 3. Results of interference testing 24 4. Results of electrical isolation joint tests 25 5. Operating and maintenance instructions 26 B. Results of all testing are to be submitted to Owner for inclusion in the O&M manual. 27 C. Provide written documentation fi•om the Corrosion Control Engineer of any deficiencies 28 discovered during the post installation inspection. 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE 31 A. Qualifications 32 1. Cathodic Protection installer shall show adequate documented experience in the 33 type of Cathodic Protection work required for the project. 34 B. Certifications 35 1. The Contractor shall, upon request by City, f imish manufacturer's certified test 36 reports that indicate that anodes meet Specifications and that all tests have been 37 performed in accordance with the applicable standards. 1; CITY OF FORT WORTH Northside II 48-Inch IT'ater Transmission Hain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 330412-4 MAGNESIUM ANODE CATHODIC PROTEC'T'ION Page 4 of 10 1 1.10 DELIVERY,STORAGE,AND HANDLING 2 A. Delivery of Cathodic Protection materials shall be coordinated by the Contractor. 3 B. Storage and Handling Requirements 4 1. Secure and maintain a location to store the material in accordance with Section 01 5 6600. 6 C. Packaging Waste Management 7 1. Dispose of anode and thernlite weld material packaging properly and remove from 8 the job site after installation is complete. 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 13 2.2 MATERIALS 14 A. Sacrificial Anodes -Magnesium 15 1. Magnesium Anodes 16 a. Use high potential prepackaged Magnesium Anodes. Each anode shall have a 17 nominal weight of 48 pounds, excluding backfill. 18 b. The metallurgical composition of the Magnesium Anodes shall conform to the 19 following: 20 Element Content(%) Al 0.01 Mn 0.50 to 1.30 Cu 0.02 Maximum Ni 0.001 Maximum Fe 0.03 Maximum Other 0.05 Each or 0.3 Maximum(Total) Magnesium Remainder 21 22 2. Magnesium Anode Current Capacity 23 a. Magnesium Anodes require a current capacity of no less than 500 amp-hours 24 per pound of magnesium. 25 3. Anode Backfill Material 26 a. Use chemical backfill material around all galvanic anodes. 27 b. Backfill provides a reduced contact resistance to earth,provides a uniform 28 environment surrounding the anode, retains moisture around the anode and 29 prevents passivation of the anode. 30 c. All galvanic anodes shall come prepackaged in a backfill material conforming 31 to the following composition: CITY OF FORT WORTH Northshic H 48 Inch Pl nier Transmission blain,Phase 2—Part 1 STANDARD CONSTRUC"CION SPECIFICATION DOCUMENTS Cihy Project Number:02304 Revised December 20,2012 330412-5 MAGNESIUM ANODE CATHODIC PROTECTION Page 5 of 10 1 1) Ground hydrated gypsum: 75 percent 2 2) Powdered bentonite: 20 percent 3 3) Anhydrous sodium sulfate: 5 percent 4 4) Have a grain size backfill such that 100 percent is capable of passing 5 through a 20-mesh screen and 50 percent is retained by a 100-mesh screen. 6 5) The anode shall be vibratorjpackaged in a permeable cotton bag, 7 5) Completely surfound the ode with the 1,.,ekfi11 xt„ within a cotton 8 bag: 9 6) For cast magnesium ingots,the required weight of backfill shall be as 10 follows: Il Anode Weight Backfill Weight Total Weight (Pounds) (Pounds) (Pounds) 17 44 61 20 50 70 32 58 90 40 65 105 48 48 96 60 70 130 12 4. Anode Lead Wires 13 a. For the lead wire for the Magnesium Anodes, use a 10-foot length of No. 12 14 AWG solid copper wire equipped with TW of THW insulation. 15 5. Lead Wire Connection to Magnesium Anode 16 a. Cast Magnesium Anodes with a 20 gauge galvanized steel core. 17 b. Extend 1 end of the core beyond the anode for the lead wire connection. 18 c. Silver-solder the lead wire to the core and fully insulate the connection. 19 B. Splicing Tape 20 1. Tape used for covering anode lead wire to anode header cable connections shall be 21 2 layers of Scotch 130C rubber splicing tape,then 2 layers of Scotch 88 vinyl 22 electrical tape as manufactured by 3M Scotch, or approved equal. 23 2. Taped splices shall be covered with a coating of 3M Scotchkote electrical coating, 24 or approved equal. 25 C. Crimping Lugs 26 1. Crimping hugs used to connect the anode lead wire to anode header cable shall be 27 copper compression crimpit Catalog No. YC10C10 as manufactured by Burndy, or 28 approved equal. 29 D. Anode Header Cable 30 1. Anode header cables routed between the anode groundbed and the test stations shall 31 be#10 AWG stranded copper conductors with type HMWPE insulation(black). 32 E. Anode Test Stations 33 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown 34 on the Drawings. 35 2. The terminal box shall be a 7 terminal NM-7 with cast iron lockable lid as 36 manufactured by CP Test Services, or approved equal. CITY OF FORT WORTH Alorthside II 48-Inch Nater Transmission Alain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 33 04 12-6 MAGNESIUM ANODE CATHODIC PROTECTION Page 6 of 10 1 3. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast 2 iron cover marked "CP Test" as manufactured by Brooks Products, Inc, or approved 3 equal. Concrete for test station slabs shall have specified compressive strength(28 4 day) of at least 3000 psi. 5 4. If the area is not paved, the test station shall be installed in a 24-inch x 24-inch x 6- 6 inch square concrete pad. 7 5. Install a marker sign adjacent to all flush-mounted test stations. 8 F. Shunt 9 1. Monitoring shunt shall be a 0.01 ohm Type RS shunt as manufactured by 10 Holloway, or approved equal. 11 2. There shall be at least 1 shunt in each Magnesium Anode test station. 12 G. Test Lead Wire 13 1. Test station lead wires shall be#12 AWG stranded copper cable with type TW, 14 THW or THHN insulation,black in color. 15 H. Permanent Reference Electrode 16 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double 17 membrane ceramic cell in a geomembrane package, as manufactured by Corrpro 18 Companies, Inc., or approved equal. 19 2. The permanent reference electrode shall be equipped with No. 14 AWG stranded 20 copper wire with blue HMWPE insulation of suitable length to attach to the 21 terminal board of the test station. 22 L Marker Sign 23 1. Provide marker sign in accordance with Section 33 05 26. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 INSTALLATION 31 A. Installation of Sacrificial Anodes 32 1. Placement 33 a. Each anode shall be installed vertically in a 12-inch diameter by 10 foot deep 34 hole or by trench maintaining the same spacing as shown on the Drawings. 35 b. Centerline of the anode shall be at a minimum of 10 feet from the centerline of 36 the pipe. 37 c. Anodes shall be installed within the pipeline right-of-way. 38 2. Augured Hole 39 a. The anode hole diameter shall easily accommodate the anode. CITY OF FORT WORTH Alorthside 1148-/nch[Vater TransInission 11(tin,Phase 2—Pcn?1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 330412-7 MAGNESIUM ANODE CATHODIC PROTECTION Page 7 of 10 1 3. Backfilling 2 a. After the hole is augured, the packaged anode shall be lowered into the hole and 3 the soil shall be firmly tamped around the package so that it is in intimate 4 contact with the package. 5 b. Pour a minimum of 5 gallons of water into the anode hole. 6 c. Backfill the remainder of the anode hole. 7 4. Anode Lead Wire 8 a. Lead wires from the anodes shall be run underground at a minimum depth of 24 9 inches. 10 b. Each anode lead wire shall be connected to an anode header cable as indicated 11 on the Drawings. 12 5. Handling 13 a. Anodes shall be handled in a manner that will avoid damaging anode materials 14 and wire connections. 15 B. Installation of Permanent Anode 16 1. Location 17 a. Install 1 permanent copper sulfate reference electrode at each anode ground 18 bed. 19 b. The permanent reference electrode shall be six inches below the bottom of the 20 pipe trench within 6 ;.,cher of thepipe at ripe Elepth. 21 c. Prepare and install the permanent reference electrode in strict accordance with 22 the manufacturer's recommendations. 23 2. Placement w` 24 a. Place the permanent reference electrode in the same ditch with the water line 25 and carefully covered with the same soil as the pipeline backfill. 26 3. Lead Wire 27 a. Protect the permanent reference electrode lead wire during backfill operations 28 and route to the test station along with the water line test leads and anode ground 29 bed cables. 30 C. Installation of Wire and Cable 31 1. Depth 32 a. All underground wire and cable shall be installed at a minimum of 24 inches 33 below final grade with a minimum separation of 6 inches from other 34 underground structures. 35 2. Anode Header Cable 36 a. Each anode lead wire shall be connected to a#10 AWG/HMWPE header cable 37 which shall be routed into a flush-to-grade test station. 38 3. Anode Lead Wire to Header Cable Connection 39 a. Each anode lead wire to header cable connection shall be made using a copper 40 compression connector. 41 b. Each connection shall be taped using rubber tape,vinyl tape and coated with 42 Scotchkote electrical coating as shown on the Drawings. 43 4. Anode-to-Pipeline Connection 44 a. Connect each group of anodes to the pipeline through a test station as shown on 45 the Drawings. 46 b. A 0.01 ohm shunt shall be used to connect the anode header cable to the 47 pipeline as shown on the Drawings. CITY OF FORT WORTH Northside II 48-Inch ffater Transmission illain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Q1,Project Number:02304 Revised December 20,2012 330412-8 MAGNESIUM ANODE CATHODIC PROTECTION Page 8 of 10 1 5. A 3-inch wide,yellow,non-detectable warning tape labeled"Cathodic Protection 2 Cable Buried Below"shall be buried at a depth of 18 inches below the surface and 3 along the length of all Cathodic Protection cable trenches. 4 D. Test Lead Wire Attachment 5 1. Test lead cables shall be attached to the pipe by thermite welding. 6 2. The pipe to which the wires are to be attached shall be clean and dry. 7 3. A grinding wheel shall be used to remove all coating, mill scale, oxide, grease and 8 dirt from the pipe over an area approximately 3 inches square. 9 a. The surface shall be cleaned to bright metal. 10 4. The wires to be thermite welded to the pipe shall have approximately I inch of 11 insulation removed from each end, exposing clean, oxide-free copper for welding. 12 5. Charges and Molds 13 a. Weld charges and mold size shall be as specified by the manufacturer for the 14 specific surface configuration. 15 b. Care shall be taken during installation to be sure correct charges are used. 16 c. Welding charges and molds shall be the product of a manufacturer regularly 17 engaged in the production of such materials. 18 6. Using the proper size thermite weld mold as recommended by the manufacturer, the 19 wire shall be placed between the graphite mold and the prepared metal surface. 20 7. The metal disk shall be placed in the bottom of the mold. 21 8. The cap from the weld charge container shall be removed and the contents poured 22 into the mold. 23 9. Squeeze the bottom of the weld charge container to spread ignition powder over the 24 charge. 25 10. Close the mold cover and ignite the starting powder with a flint gun. The mold 26 should be held firmly in place until all of the charge has burned and the weld has 27 cooled slightly. 28 11. Remove the thermite weld mold and gently strike the weld with a hammer to 29 remove the weld slag. 30 12. Pull on the wire to assure a secure connection. 31 13. If the weld is not secure or the wire breaks, repeat the procedure. 32 14. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape, or 33 approved equal. 34 E. Flush-to-Grade Anode Test Stations 35 1. Flush-to-grade anode test stations shall be installed as shown on the Drawings. 36 2. Test stations shall be installed in a 24-inch x 24-inch x 6-inch square concrete pad. 37 3. Sufficient slack shall be coiled beneath the test station to allow for soil settlement 38 and to prevent damage to the leads during backfilling. 39 a. Additional slack shall be left to allow for withdrawal of the terminal board a 40 minimum of 12 inches above the top of the concrete pad for test purposes. 41 F. Post Installation Backfilling of Cables 42 1. General 43 a. During the backfilling operation, cables shall be protected to prevent damage to 44 the wire insulation and conductor integrity. CITY OF FORT WORTH Northsicle H 48-hich Water Transmission blain,Phose 2—Parl 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Numher:02304 Revised December 20,2012 330412-9 MAGNESIUM ANODE CATHODIC PROTECTION Page 9 of 10 1 3.5 REPAIR 2 A. Cut wires shall be spliced by using a copper compression connector. 3 1. The connection shall be completely sealed against moisture penetration by the use 4 of rubber tape, vinyl tape and Scotchkote electrical coating. 5 B. Damaged or missing test station components shall be replaced by equal components. 6 3.6 RE-INSTALLATION [NOT USED] 7 3.7 FIELD QUALITY CONTROL 8 A. Field Tests and Inspections 9 1. All components of the Cathodic Protection System shall be visually inspected by 10 the City prior to commissioning of the system. 11 3.8 SYSTEM STARTUP 12 A. General 13 1. The Cathodic Protection System shall be inspected, energized and adjusted 14 (commissioned) as soon as possible after the Cathodic Protection equipment has 15 been installed. 16 B. Equipment 17 1. All Cathodic Protection testing instruments shall be in proper working order and 18 calibrated according to factory specifications. 19 C. Commissioning 20 1. The commissioning of the Cathodic Protection System shall be perfonned by, or 21 under the direct supervision of,the Corrosion Engineering Firm qualified to verify 22 compliance with this Specification and with the referenced corrosion control 23 standards set forth by NACE International. 24 D. Method 25 1. Measure native state structure-to-soil potentials along the water line using the 26 permanent reference electrodes at each anode test station and a portable reference 27 electrode at all other test stations and at above grade pipeline appurtenances. 28 2. Energize the Cathodic Protection System by connecting each Magnesium Anode 29 groundbed to the pipeline lead in the test station junction box by means of a 0.01 30 ohm shunt. 31 3. Record each anode groundbed current using the shunt. 32 4. Allow sufficient time for the pipeline to polarize. 33 5. Adjust, if necessary, the Cathodic Protection current output in each anode test 34 station to satisfy the 100-mV polarization shift criterion or the -850 millivolts-CSE 35 polarized potential criterion as established by NACE International standards. 36 6. Record all final current outputs measured at each test station. 37 7. Verify that all electrical isolation devices are operating properly including flange 38 isolators and casing spacers. 39 8. Verify that interference does not exist with foreign structures. 40 9. Perform joint tests with owners of the foreign structures (if any) and mitigate any 41 interference detected. CITY OF FORT WORTH Northside H 48 Inch N'aier Transmission drain,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projec!Number:02304 Revised December 20,2012 3304 12-10 MAGNESIUM ANODE CATHODIC PROTECTION Page 10 of 10 1 10. If necessary,install resistance bonds to mitigate interference. 2 11. Interference testing coordination with the owners of foreign structures is the 3 responsibility of the Cathodic Protection tester. 4 E. Verification and Responsibilities 5 1. Contractor shall correct, at his expense, any deficiencies in materials or installation 6 procedures discovered during the post-installation inspection. 7 3.9 ADJUSTING [NOT USED] 8 3.10 CLEANING [NOT USED] 9 3.11 CLOSEOUT ACTIVITIES [NOT USED] 10 3.12 PROTECTION [NOT USED] 11 3.13 MAINTENANCE [NOT USED] 12 3.14 ATTACHMENTS [NOT USED] 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 14 CITY OF FORT WORTH Northsicle 1143-Inch Water Transmission dLain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit) Project Number:02304 Revised December 20,2012 33 04 40-1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 1 of 8 1 SECTION 33 04 40 2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. General 6 1. Before any newly constructed potable water mains will be permitted to be placed 7 into service in the Fort Worth Water Department's Water Distribution System, it 8 shall be cleaned(purged)and tested, or cleaned, disinfected, and tested until the 9 bacteria count within the water main meets the standards established by the Fort 10 Worth Water Department and the requirements of Chapter 290 of the Texas I 1 Administrative Code(TAC)established by the Texas Commission on 12 Environmental Quality(TCEQ). 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. 3.10.E.l.d.1). 15 2-. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 18 Contract 19 2. Division 1 —General Requirements 20 3. Section 33 01 31 —Closed Circuit Television(CCTV)Inspection 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measurement 24 a. This Item is considered subsidiary to the water main being Cleaned and Tested. 25 2. Payment 26 a. The work performed and the materials furnished in accordance with this Item 27 are subsidiary to cleaning, disinfection, hydrostatic testing, and bacteriological 28 testing and shall be subsidiary to the unit price bid per linear foot of water pipe 29 complete in place, and no other compensation will be allowed. 30 1.3 REFERENCES 31 A. Reference Standards 32 1. Reference standards cited in this Specification refer to the current reference 33 standard published at the time of the latest revision date logged at the end of this 34 Specification,unless a date is specifically cited. 35 2. American Water Works Association/American(AWWA): 36 a. C301, Prestressed Concrete Pressure Pipe, Steel-Cylinder Type. 37 b. C303, Concrete Pressure Pipe, Bar-Wrapped, Steel-Cylinder Type. 38 c. C651, Disinfecting Water Mains. 39 d. C655,Field De-Chlorination. f CITY OF FORT WORTH Northside H 48-Inch 1Yater Transmission Alain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised February 6,2013 330440-2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 8 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals 4 For 24-inch and larger water mains,provide the following: 5 1. Cleaning Plan—Prior to the start of construction, submit a water main cleaning plan 6 detailing the methods and schedule, including: 7 a. A detailed description of cleaning procedures 8 b. Pigging entry and exit ports 9 c. Flushing procedures 10 d. Plans and hydraulic calculations to demonstrate adequate flushing velocities 11 e. Control of water 12 f. Disposal 13 2. Disinfection Plan—prior to the start of construction submit a disinfection plan 14 including: 15 a. The method mixing and introducing chlorine 16 b. Flushing 17 c. De-chlorination 18 d. Sampling 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 28 2.2 PRODUCT TYPES 29 A. Pigs 30 1. Open cell polyurethane foam body 31 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 32 3. May be wrapped with polyurethane spiral bands 33 4. Abrasives are not permitted,unless expressly approved by the City in writing for 34 the particular application. 35 5. Must pass through a reduction up to 65 percent of the cross sectional area of the 36 nominal pipe diameter CITY OF FORT WORTH Northside II 48-Ineh[Vater Transmission 11ain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prqjeel Number:02304 Revised February 6,2013 330440-3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 8 1 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, 2 tees, crosses, wyes, and gate valves. 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 10 3.5 REPAIR/RESTORATION [NOT USED] 11 3.6 RE-INSTALLATION [NOT USED] 12 3.7 FIELD 10111 SITE QUALITY CONTROL [NOT USED] 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING 16 A. General 17 1. All water mains shall be cleaned prior to bacteriological testing. 18 a. Pig all 36-inch and smaller water mains. 19 b. Pig or manually sweep 42-inch and larger mains. 20 c. Flushing is only permitted when specially designated in the Drawings, or if 21 pigging is not practical and approved by the City. 22 B. Pigging Method 23 1. If the method of pigging is to be used,prepare the main for the installation and 24 removal of a pig, including: 25 a. Furnish all equipment, material and labor to satisfactorily expose cleaning wye, 26 remove cleaning wye covers, etc. 27 b. Where expulsion of the pig is required through a dead-ended conduit: 28 1) Prevent backflow of purged water into the main after passage of the pig. 29 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and 30 smaller mains to prevent backwater re-entry into the main. 31 3) Additional excavation of the trench may be performed on mains over 12 32 inches,to prevent backwater re-entry into the main. 33 4) Flush any backflow water that inadvertently enters the main. 34 c. Flush short dead-end pipe sections not swabbed by a pig. 35 d. Once pigging is complete: 36 1) Pigging wyes shall remain in place unless otherwise specified in the 37 Contract Documents. 38 2) Install cleaning wye,blind flanges or mechanical joint plugs. CITY OF FORT WORTH Northside II 48-Inch(Vater Transmission Alain,Phase 2—Pcn7 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised February 6,2013 330440-4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 8 1 3) Plug and place blocking at other openings. 2 4) Backfill 3 5) Complete all appurtenant work necessary to secure the system and proceed 4 with disinfection. 5 C. Flushing Method 6 1. Prepare the main by installing blow-offs at appropriate locations, of sufficient sizes 7 and numbers, and with adequate flushing to achieve a minimum velocity in the 8 main of 2.5 feet per second. 9 a. Minimum blow-off sizes for various main sizes are as follows: 10 1) 4-inch through 8-inch main—3/4-inch blow-off 11 2) 10-inch through 12-inch main— I-inch blow-off 12 3) 16-inch and greater main—2-inch blow-off 13 b. Flushing shall be subject to the following limitations: 14 1) Limit the volume of water for flushing to 3 times the volume of the water 15 main. 16 2) Do not unlawfully discharge chlorinated water. 17 3) Do not damage private property. 18 4) Do not create a traffic hazard. 19 c. Once Flushing is complete: 20 1) Corporations stops used for flushing shall be plugged. 21 D. Daily main cleaning 22 1. Wipe joints and then inspect for proper installation. 23 2. Sweep each joint and keep clean during construction. 24 3. Install a temporary plug on all exposed mains at the end of each working day or an 25 extended period of work stoppage. 26 E. Hydrostatic Testing 27 1. All water main that is to be under pressure, shall be hydrostatically tested to meet 28 the following criteria: 29 a. Furnish and install corporations for proper testing of the main. 30 1) Furnish adequate and satisfactory equipment and supplies necessary to 31 make such hydrostatic tests. 32 2) The section of line to be tested shall be gradually filled with water, 33 carefully expelling the air and the specified pressure applied. 34 b. The City will furnish water required for the testing at its nearest City line. 35 c. Expel air from the pipe before applying the required test pressure. 36 d. Test Pressure 37 1) Test pressures should meet the following criteria, unless indicated 38 otherwise on the plans: 39 a) Not less than 1.25 (187 psi minimum)times the stated working 40 pressure of the pipeline measured at the highest elevation along the test 41 section. 42 b) Not less than 1.5 (225 psi minimum) times the stated working pressure 43 at the lowest elevation of the test section. 44 e. Test Conditions 45 1) Must be at least 2 hour duration 46 2) Add water as necessary to sustain the required test pressure. 47 3) Test fire hydrants to the fire hydrant valve. CITY OF FORT WORTH Northsicle II 48-Inch Water Transmission)1*07,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect Number:02304 Revised February 6,2013 330440-5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 8 1 a) Leave the isolation valve on the fire hydrant lead line open during the 2 hydrostatic testing. 3 4) Test service lines to curb stop 4 a) Leave the corporation stop on the service line open during the 5 hydrostatic testing. 6 5) Close isolation valves for air release valves. 7 6) Makeup water must come from a container of fixed 55 gallon container that 8 does not have a water source. 9 f. Measure all water used in the pressure test through an approved meter, or 10 measure the difference in volume within a 55 gallon container. 1 I 1) Do not test against existing water distribution valves unless expressly 12 provided for in the Drawings, or approved by the City. 13 2) If the City denies approval to test against existing water distribution system 14 valve,then make arrangements to plug and test the pipe at no additional 15 cost. 16 2. Allowable Leakage 17 a. No pipe installation should be accepted if the amount of makeup water is 18 greater than that determined using the following formula: 19 In inch-pound units, 20 L= SD �P 21 148,000 22 23 Where: 24 L=testing allowance(make up water), gallons per hour 25 S =length of pipe tested, ft. 26 D=nominal diameter of pipe, in. 27 P=average test pressure during the hydrostatic test,psi 28 b. For any pipeline that fails to pass hydrostatic test: 29 1) Identify the cause 30 2) Repair the leak 31 3) Restore the trench and surface 32 4) Retest 33 c. All costs associated with repairing the pipeline to pass the hydrostatic test is the 34 sole responsibility of the Contractor and included in the price per linear foot of 35 pipe. 36 d. If the City determines that an existing system valve is responsible for the 37 hydrostatic test to fail,the Contractor shall make provisions to test the pipeline 38 without the use of the system valve. 39 e. There shall be no additional payment to the Contractor if the existing valve is 40 unable to sustain the hydrostatic test and shall be included in the price per linear 41 foot of pipe. 42 F. Disinfection 43 1. General 44 a. Disinfection of the main shall be accomplished by the"continuous feed" 45 method or the"slug"method as determined by the Contractor. 46 b. The free chlorine amounts shown are minimums. The Contractor may require 47 higher rates. 48 1) Calcium hypochlorite granules shall be used as the source of chlorine. 1` 49 c. Continuous Feed Method CITY OF FORT WORTH Northside II 48-Inch IPater Transmission Alain,Phase 2—Part l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised February 6,2013 330440-6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 of 8 1 1) Apply water at a constant rate in the newly laid main. 2 a) Use the existing distribution system or other approved source of 3 supply. 4 2) At a point not more than 10 feet downstream from the beginning of the new 5 main,water entering the new main shall receive a dose of chlorine. 6 a) Free chlorine concentration: 50 mg/L minimum, or as required by 7 TCEQ,whichever is greater. 8 b) Chlorine applications shall not cease until the entire conduit is filled 9 with heavily chlorinated water. 10 3) Retain chlorinated water in the main for at least 24 hours. 11 a) Operate valves and hydrants in the section treated in order to disinfect 12 the appurtenances. 13 b) Prevent the flow of chlorinated water into mains in active service. 14 c) Residual at the end of the 24-hour period: 10 mg/L free chlorine, 15 minimum,for the treated water in all portions of the main. 16 4) Flush the heavily chlorinated water from the main and dispose of in a 17 manner and at a location accepted by the City. 18 5) Test the chlorine residual prior to flushing operations. 19 a) If the chlorine residual exceeds 4 mg/L,the water shall remain in the 20 new main until the chlorine residual is less the 4 mg/L. 21 b) The Contractor may choose to evacuate the water into water trucks,or 22 other approved storage facility, and treat the water with Sodium 23 Bisulfate, or another de-chlorination chemical, or method appropriate 24 for potable water and approved by the City until the chlorine residual is 25 reduced to 4 mg/L or less. 26 c) After the specified chlorine residual is obtained, the water may then be 27 discharged into the drainage system or utilized by the Contractor. 28 d. Slug Method 29 1) Water from the existing distribution system or other approved source of 30 supply shall be made to flow at a constant rate in the newly laid main. 31 2) At a point not more than 10 feet downstream from the beginning of the new 32 main,water entering the new main shall receive a dose of chlorine. 33 a) Free chlorine concentration: 100 mg/L minimum, or as required by 34 TCEQ,whichever is greater. 35 b) The chlorine shall be applied continuously and for a sufficient time to 36 develop a solid column or"slug"of chlorinated water that shall expose 37 all interior surfaces to the"slug"for at least 3 hours. 38 3) Operate the fittings and valves as the chlorinated water flows past to 39 disinfect the appurtenances. 40 4) Prevent the flow of chlorinated water into mains in active service. 41 5) Flush the heavily chlorinated water from the main and dispose of in a 42 manner and at a location accepted by the City. 43 6) Upon completion,test the chlorine residual remaining in the main. 44 a) Chlorine levels of 4 mg/l or less should be maintained. 45 2. Contractor Requirements 46 a. Furnish all equipment, material and labor to satisfactorily prepare the main for 47 the disinfection method approved by the City with adequate provisions for 48 sampling. 49 b. Make all necessary taps into the main to accomplish chlorination of a new line, 50 unless otherwise specified in the Contract Documents. CITY OF FORT WORTH Northside 1148-Inch PPater Transmission lkin,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised February 6,2013 330440-7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of 8 1 c. After satisfactory completion of the disinfection operation, as determined by 2 the City,remove surplus pipe at the chlorination and sampling points,plug the 3 remaining pipe, backfill and complete all appurtenant work necessary to secure 4 the main. 5 G. Dechlorination 6 1. General. All chlorinated water shall be de-chlorinated before discharge to the 7 environment. Chemical amounts, as listed in ANSI/AWWA C651: "Disinfecting 8 Water Mains", shall be used to neutralize the residual chlorine concentrations using 9 de-chlorination procedures listed in ANSI/AWWA C655: "Field De-Chlorination". 10 De-Chlorination shall continue until chlorine residual is non-detectable. 11 2. Testing. Contractor shall continuously test for the chlorine residual level 12 immediately downstream of the de-chlorination process, during the entire discharge 13 of the chlorinated water. Contractor shall periodically conduct chlorine residual 14 testing and check for possible fish kills at locations where discharged water enters 15 the existing watershed. 16 3. Fish Kill. If a fish kill occurs associated with the discharge of water from the 17 distribution system or any other construction activities: 18 a. The Contract shall immediately alter activities to prevent further fish kills. 19 b. The Contractor shall immediately notify Water Department Field Operations 20 Dispatch. 21 c. The Contractor shall coordinate with City to properly notify TCEQ. 22 d. Any fines assessed by the TCEQ (or local, state of federal agencies) for fish 23 kills shall be the responsibility of the Contractor. 24 H. Bacteriological Testing(Water Sampling) 25 1. General 26 a. Notify the City when the main is suitable for sampling. 27 b. The City shall then take water samples from a suitable tap for analysis by the 28 City's laboratory,unless otherwise specified in the Contract Documents. 29 1) No hose or fire hydrant shall be used in the collection of samples. 30 2. Water Sampling 31 a. Complete microbiological sampling prior to connecting the new main into the 32 existing distribution system in accordance with AWWA C651. 33 b. Collect samples for bacteriological analysis in sterile bottles treated with 34 sodium thiosulfate. 35 c. Collect 2 consecutive sets of acceptable samples,taken at least 24 hours apart, 36 from the new main. 37 d. Collect at least 1 set of samples from every 1,000 linear feet of the new main 38 (or-at the next available sampling point beyond 1,000 linear feet as designated 39 by the City),plus 1 set from the end of the line and at least 1 set from each 40 branch. 41 e. If trench water has entered the new main during construction or, if in the 42 opinion of the City, excessive quantities of dirt or debris have entered the new 43 main, obtain bacteriological samples at intervals of approximately 200 linear 44 feet. 45 f Obtain samples from water that has stood in the new main for at least 16 hours 46 after formal flushing. 47 3. Repetition of Sampling CITY OF FORT WORTH Northside H 48-Inch II'ater Transmission 14ain,Phase 2-Pcn9 I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised Februaiy 6,2013 330440-8 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 8 of 8 1 a. Unsatisfactory test results require a repeat of the disinfection process and re- 2 sampling as required above until a satisfactory sample is obtained. 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 3.10.E.Le.-Added service lines to hydrostatic testing requirements 2/6/2013 D Townsend 1.3.A.2.d Added AWWA C655 Field De-Chlorination as reference 3.10.G—Added De-Chlorination Requirement 9 CITY OF FORT WORTH Northside II 48-Inch[Pater Transmission Alain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised February 6,2013 3305 10- 1 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 1 of 20 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. 1.2 A.4. - Ground Water Control is subsidiary to the installation of the utility line. 26 2. 3.4.E.3.a 27 3. 3.4.E.3.b 28 C. Related Specification Sections include, but are not necessarily limited to: 29 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 30 Contract 31 2. Division 1 —General Requirements 32 3. Section 02 41 13 —Selective Site Demolition 33 4. Section 02 41 15—Paving Removal 34 5. Section 02 41 14—Utility Removal/Abandonment 35 6. Section 03 30 00—Cast-in-place Concrete 36 7. Section 03 34 13—Controlled Low Strength Material (CLSM) 37 8. Section 31 10 00—Site Clearing 38 9. Section 3125 00—Erosion and Sediment Control 39 10. Section 33 05 26—Utility Markers/Locators 40 11. Section 34 71 13—Traffic Control CITY OF FORT WORTH Northside II 48-Inch NKater Transmission iltain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 3305 10-2 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 2 of 20 1 1.2 PRICE AND PAYMENT PROCEDURES 2 A. Measurement and Payment 3 1. Trench Excavation, Embedment and Backfill associated with the installation of an 4 underground utility or excavation 5 a. Measurement 6 1) This Item is considered subsidiary to the installation of the utility pipe line 7 as designated in the Drawings. 8 b. Payment 9 1) The work performed and the materials firrnished in accordance with this 10 Item are considered subsidiary to the installation of the utility pipe for the 1 I type of embedment and backfill as indicated on the plans.No other 12 compensation will be allowed. 13 2, Imported Embedment or Backfill 14 a. Measurement 15 1) Measured by the cubic yard as delivered to the site and recorded by truck 16 ticket provided to the City 17 b. Payment 18 1) Imported fill shall only be paid when using materials for embedment and 19 backfill other than those identified in the Drawings. The work performed 20 and materials furnished in accordance with pre-bid item and measured as 21 provided under"Measurement"will be paid for at the unit price bid per 22 cubic yard of"Imported Embedment/Backfill" delivered to the Site for: 23 a) Various embedment/backfill materials 24 c. The price bid shall include: 25 1) Furnishing backfill or embedment as specified by this Specification 26 2) Hauling to the site 27 3) Placement and compaction of backfill or embedment 28 3. Concrete Encasement for Utility Lines 29 a. Measurement 30 1) Measured by the cubic yard per plan quantity. 31 b. Payment 32 1) The work performed and materials fiirnished in accordance with this Item 33 and measured as provided under"Measurement"will be paid for at the unit 34 price bid per cubic yard of"Concrete Encasement for Utility Lines"per 35 plan quantity. 36 c. The price bid shall include: 37 1) Furnishing,hauling,placing and finishing concrete in accordance with 38 Section 03 30 00 39 2) Clean-up 40 4. Ground Water Control 41 a. Measurement 42 4) Measurement shall be lump sum when a ground water control plan i-s 43 speeifleally required by the Contr-aet Doeuments. 44 2) This Item is considered subsidiary to the installation of the utility pipe line 45 as designated in the Drawings. 46 b. Payment 47 4-7 Payment shall be per the 1 e—b;'Irdfor- Gro Water-Control" 48 incl CITY OF FORT WORTH Northside H 48417ch Water Transmission Jlain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 3305 10-3 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 3 of 20 1 a) S 2 t.l Additional Toning 3 c) Ground water eentfol system installation 4 d) Ground watet!control system operations and maintenanee 5 e) Disposal of wat€f 7 2) The work performed and the materials furnished in accordance with this 8 Item are considered subsidiary to the installation of the utility piRe for the 9 type of embedment and backfill as indicated on the plans.No other 10 compensation will be allowed. 11 12 5. Trench Safety 13 a. Measurement 14 1) Measured per linear foot of excavation for all trenches that require trench 15 safety in accordance with OSHA excavation safety standards(29 CFR Part 16 1926 Subpart P Safety and Health regulations for Construction) 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 and measured as provided under"Measurement"will be paid for at the unit 20 price bid per linear foot of excavation to comply with OSHA excavation 21 safety standards(29 CFR Part 1926.650 Subpart P), including,but not 22 limited to, all submittals, labor and equipment. 23 1.3 REFERENCES 24 A. Definitions 25 1. General—Definitions used in this section are in accordance with Terminologies 26 ASTM F412 and ASTM D8 and Terminology ASTM D653,unless otherwise 27 noted. 28 2. Definitions for trench width,backfill, embedment, initial backfill,pipe zone, 29 haunching bedding, springline,pipe zone and foundation are defined as shown in 30 the following schematic: CITY OF FORT WORTH Northside H 48-Inch II'ater Transmission blain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 330510-4 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 4 of 20 PAVED AREAS ', UNPAVED AREAS vV /, A Q m m __j J Q z INITIAL BACKFILL ,\\ z /< w w m SPRINGLINE ----- w w IL HAUNCHING BEDDING FOUNDATION OD CLEARANCE EXCAVATED TRENCH WIDTH 1 2 3. Deleterious materials—Harmful materials such as clay lumps, silts and organic 3 material 4 4. Excavated Trench Depth—Distance from the surface to the bottom of the bedding 5 or the trench foundation 6 5. Final Backfill Depth 7 a. Unpaved Areas—The depth of the final backfill measured from the top of the 8 initial backfill to the surface 9 b. Paved Areas—The depth of the final backfill measured from the top of the 10 initial backfill to bottom of permanent or temporary pavement repair 11 B. Reference Standards 12 1. Reference standards cited in this Specification refer to the current reference 13 standard published at the time of the latest revision date logged at the end of this 14 Specification, unless a date is specifically cited. 15 2. ASTM Standards: 16 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 17 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 18 Magnesium Sulfate 19 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 20 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 21 Bridge Construction. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Hain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 3305 10-5 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 5 of 20 1 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 2 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 3 f. ASTM D588—Standard Test method for Moisture-Density Relations of Soil- 4 Cement Mixture 5 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 6 Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). 7 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 8 Place by Sand Cone Method. 9 i. ASTM 2487— 10 Standard Classification of Soils for Engineering Purposes 10 (Unified Soil Classification System) 11 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 12 and Other Gravity-Flow Applications 13 k. ASTM D2922—Standard Test Methods for Density of Soils and Soil 14 Aggregate in Place by Nuclear Methods (Shallow Depth) 15 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 16 place by Nuclear Methods(Shallow Depth) 17 in. ASTM D4254- Standard Test Method for Minimum Index Density and Unit 18 Weight of Soils and Calculations of Relative Density 19 3. OSHA 20 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 21 Regulations for Construction, Subpart P- Excavations 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination E` 24 1. Utility Company Notification 25 a. Notify area utility companies at least 48 hours in advance, excluding weekends 26 and holidays, before starting excavation. 27 b. Request the location of buried lines and cables in the vicinity of the proposed 28 work. 29 B. Sequencing 30 1. Sequence work for each section of the pipe installed to complete the embedment 31 and backfill placement on the day the pipe foundation is complete. 32 2. Sequence work such that proctors are complete in accordance with ASTM D698 33 prior to commencement of construction activities. 34 1.5 SUBMITTALS 35 A. Submittals shall be in accordance with Section 01 33 00. 36 B. All submittals shall be approved by the City prior to construction. 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 38 A. Shop Drawings 39 1. Provide detailed drawings and explanation for ground water and surface water 40 control, if required. 41 2. Trench Safety Plan in accordance with Occupational Safety and Health 42 Administration CFR 29,Part 1926-Safety Regulations for Construction, Subpart P - 43 Excavations 44 3. Stockpiled excavation and/or backfill material CITY OF FORT WORTH Northside H 48-Inch UUater Transmission Alain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 3305 10-6 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 6 of 20 I a. Provide a description of the storage of the excavated material only if the 2 Contract Documents do not allow storage of materials in the right-of-way of the 3 easement. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY,STORAGE,AND HANDLING 8 A. Storage 9 1. Within Existing Rights-of-Way (ROW) 10 a. Spoil, imported embedment and backfill materials may be stored within 11 existing ROW, easements or temporary construction easements, unless 12 specifically disallowed in the Contract Documents. 13 b. Do not block drainage ways, inlets or driveways. 14 c. Provide erosion control in accordance with Section 3125 00. 15 d. Store materials only in areas barricaded as provided in the traffic control pians. 16 e. In non-paved areas, do not store material on the root zone of any trees or in 17 landscaped areas. 18 2. Designated Storage Areas 19 a. If the Contract Documents do not allow the storage of spoils,embedment or 20 backfill materials within the ROW, easement or temporary construction 21 easement,then secure and maintain an adequate storage location. 22 b. Provide an affidavit that rights have been secured to store the materials on 23 private property. 24 c. Provide erosion control in accordance with Section 3125 00. 25 d. Do not block drainage ways. 26 e. Only materials used for 1 working day will be allowed to be stored in the work 27 zone. 28 B. Deliveries and haul-off- Coordinate all deliveries and haul-off. 29 1.11 FIELD [SITE] CONDITIONS 30 A. Existing Conditions 31 1. Any data which has been or may be provided on subsurface conditions is not 32 intended as a representation or warranty of accuracy or continuity between soils. It 33 is expressly understood that neither the City nor the Engineer will be responsible 34 for interpretations or conclusions drawn there from by the Contractor. 35 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH Northside 1148-Inch IPater Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Qv Project Number:02304 Revised June 19,2013 330510-7 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 7 of 20 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS 4 2.2 MATERIALS 5 A. Materials 6 1. Utility Sand 7 a. Granular and free flowing 8 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 9 fine aggregate according to ASTM C 33 10 c. Reasonably free of organic material 11 d. Gradation: Sieve Size Percent Retained 1 inch 0 3/8 inch 0-10 #40 20-60 #100 95 12 2. Crushed Rock 13 a. Durable crushed rock or recycled concrete 14 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 15 c. May be unwashed 16 d. Free from significant silt clay or unsuitable materials 17 e. Percentage of wear not more than 40 percent per ASTM C 131 or C535 18 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 19 sodium sulfate soundness per ASTM C88 20 3. Fine Crushed Rock 21 a. Durable crushed rock 22 b. Meets the gradation of ASTM D448 size numbers 8 or 89 23 c. May be unwashed 24 d. Free from significant silt clay or unsuitable materials. 25 e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 26 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 27 sodium sulfate soundness per ASTM C88 28 4. Ballast Stone 29 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 30 b. May be unwashed 31 c. Free from significant silt clay or unsuitable materials 32 d. Percentage of wear not more than 40 percent per ASTM C 131 or C535 33 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 34 sodium sulfate soundness per ASTM C88 35 5. Acceptable Backfill Material 36 a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with 37 ASTM D2487 38 b. Free from deleterious materials, boulders over 6 inches in size and organics 39 c. Can be placed free from voids CITY OF FORT WORTH Northside II 48-Inch Water Transmission Alain,Phase 2--Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 330510-8 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 8 of 20 1 d. Must have 20 percent passing the number 200 sieve 2 6. Blended Backfill Material 3 a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 4 b. Blended with in-situ or imported acceptable backfill material to meet the 5 requirements of an Acceptable Backfill Material 6 c. Free from deleterious materials,boulders over 6 inches in size and organics 7 d. Must have 20 percent passing the number 200 sieve 8 7. Unacceptable Backfill Material 9 a. In-situ soils classified as ML,MH,PT, OL or OH in accordance with ASTM 10 D2487 11 8. Select Fill 12 a. Classified as SC or CL in accordance with ASTM D2487 13 b. Liquid limit less than 35 14 c. Plasticity index between 8 and 20 15 9. Cement Stabilized Sand(CSS) 16 a. Sand 17 1) Shall be clean, durable sand meeting grading requirements for fine 18 aggregates of ASTM C33 and the following requirements: 19 a) Classified as SW, SP, or SM by the United Soil Classification System 20 of ASTM D2487 21 b) Deleterious materials 22 (1) Clay lumps,ASTM C142, less than 0.5 percent 23 (2) Lightweight pieces,ASTM C 123, less than 5.0 percent 24 (3) Organic impurities,ASTM C40, color no darker than standard 25 color 26 (4) Plasticity index of 4 or less when tested in accordance with ASTM 27 D4318. 28 b. Minimum of 4 percent cement content of Type I/II portland cement 29 c. Water 30 1) Potable water, free of soils, acids, alkalis, organic matter or other 31 deleterious substances,meeting requirements of ASTM C94 32 d. Mix in a stationary pug mill,weigh-batch or continuous mixing plant. 33 e. Strength 34 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 35 D1633, Method A 36 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 37 D 1633, Method A 38 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 39 that exceeds the maximum compressive strength shall be removed by the 40 Contractor for no additional compensation. 41 f. Random samples of delivered product will be taken in the field at point of 42 delivery for each day of placement in the work area. Specimens will be 43 prepared in accordance with ASTM D1632. 44 10. Controlled Low Strength Material (CLSM) 45 a. Conform to Section 03 34 13 46 11. Trench Geotextile Fabric 47 a. Soils other than ML or OH in accordance with ASTM D2487 48 1) Needle punch,nonwoven geotextile composed of polypropylene fibers CITY OF FORT WORTH Northside II 48-Itch 6I'ater Transmission ddain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Chi,Project Number:02304 Revised June 19,2013 3305 10-9 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 9 of 20 1 2) Fibers shall retain their relative position 2 3) Inert to biological degradation 3 4) Resist naturally occurring chemicals 4 5) UV Resistant 5 6) Mirafi 140N by Tencate, or approved equal 6 b. Soils Classified as ML or OH in accordance with ASTM D2487 7 1) High-tenacity monofilament polypropylene woven yarn 8 2) Percent open area of 8 percent to 10 percent 9 3) Fibers shall retain their relative position 10 4) Inert to biological degradation 11 5) Resist naturally occurring chemicals 12 6) UV Resistant 13 7) Mirafi FW402 by Tencate, or approved equal 14 12. Concrete Encasement 15 a. Conform to Section 03 30 00. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3 - EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION 21 A. Verification of Conditions 22 1. Review all known, identified or marked utilities,whether public or private,prior to 23 excavation. 24 2. Locate and protect all known, identified and marked utilities or underground 25 facilities as excavation progresses. 26 3. Notify all utility owners within the project limits 48 hours prior to beginning 27 excavation. 28 4. The information and data shown in the Drawings with respect to utilities is 29 approximate and based on record information or on physical appurtenances 30 observed within the project limits. 31 5. Coordinate with the Owner(s) of underground facilities. 32 6. Immediately notify any utility owner of damages to underground facilities resulting 33 from construction activities. 34 7. Repair any damages resulting from the construction activities. 35 B. Notify the City immediately of any changed condition that impacts excavation and 36 installation of the proposed utility. 37 3.3 PREPARATION 38 A. Protection of In-Place Conditions 39 1. Pavement 40 a. Conduct activities in such a way that does not damage existing pavement that is 41 designated to remain. CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 3305 10- 10 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 10 of 20 1 1) Where desired to move equipment not licensed for operation on public 2 roads or across pavement,provide means to protect the pavement from all 3 damage. 4 b. Repair or replace any pavement damaged due to the negligence of the 5 contractor outside the limits designated for pavement removal at no additional 6 cost to the City. 7 2. Drainage 8 a. Maintain positive drainage during construction and re-establish drainage for all 9 swales and culverts affected by construction. 10 3. Trees 11 a. When operating outside of existing ROW, stake permanent and temporary 12 construction easements. 13 b. Restrict all construction activities to the designated easements and ROW. 14 c. Flag and protect all trees designated to remain in accordance with Section 31 10 15 00. 16 d. Conduct excavation, embedment and backfill in a manner such that there is no 17 damage to the tree canopy. 18 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 19 specifically allowed by the City. 20 1) Pruning or trimming may only be accomplished with equipments 21 specifically designed for tree pruning or trimming. 22 £ Remove trees specifically designated to be removed in the Drawings in 23 accordance with Section 31 10 00. 24 4. Above ground Structures 25 a. Protect all above ground structures adjacent to the construction. 26 b. Remove above ground structures designated for removal in the Drawings in 27 accordance with Section 02 41 13 28 5. Traffic 29 a. Maintain existing traffic, except as modified by the traffic control plan, and in 30 accordance with Section 34 71 13. 31 b. Do not block access to driveways or alleys for extended periods of time unless: 32 1) Alternative access has been provided 33 2) Proper notification has been provided to the property owner or resident 34 3) It is specifically allowed in the traffic control plan 35 c. Use traffic rated plates to maintain access until access is restored. 36 6. Traffic Signal—Poles,Mast Arms, Pull boxes, Detector loops 37 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any 38 excavation that could impact the operations of an existing traffic signal. 39 b. Protect all traffic signal poles,mast anus,pull boxes,traffic cabinets, conduit 40 and detector loops. 41 c. Immediately notify the City's Traffic Services Division if any damage occurs to 42 any component of the traffic signal due to the contractors activities. 43 d. Repair any damage to the traffic signal poles,mast arms,pull boxes,traffic 44 cabinets, conduit and detector loops as a result of the construction activities. 45 7. Fences 46 a. Protect all fences designated to remain. 47 b. Leave fence in the equal or better condition as prior to construction. CITY OF FORT WORTH Northside II 48-Inch IPater Transmission llai17,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 3305 10- 11 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 11 of 20 1 3.4 INSTALLATION 2 A. Excavation 3 1. Excavate to a depth indicated on the Drawings. 4 2. Trench excavations are defined as unclassified. No additional payment shall be 5 granted for rock or other in-situ materials encountered in the trench. 6 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 7 and bracing in accordance with the Excavation Safety Plan. 8 4. The bottom of the excavation shall be firm and free from standing water. 9 a. Notify the City immediately if the water and/or the in-situ soils do not provide 10 for a firm trench bottom. 11 b. The City will determine if any changes are required in the pipe foundation or 12 bedding. 13 5. Unless otherwise permitted by the Drawings or by the City,the limits of the 14 excavation shall not advance beyond the pipe placement so that the trench may be 15 backfilled in the same day. 16 6. Over Excavation 17 a. Fill over excavated areas with the specified bedding material as specified for 18 the specific pipe to be installed. 19 b. No additional payment will be made for over excavation or additional bedding 20 material. 21 7. Unacceptable Backfill Materials 22 a. In-situ soils classified as unacceptable backfill material shall be separated from 23 acceptable backfill materials. 24 b. If the unacceptable backfill material is to be blended in accordance with this 25 Specification,then store material in a suitable location until the material is 26 blended. 27 c. Remove all unacceptable material from the project site that is not intended to be 28 blended or modified. 29 8. Rock—No additional compensation will be paid for rock excavation or other 30 changed field conditions. 31 B. Shoring, Sheeting and Bracing 32 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 33 specific excavation safety system in accordance with Federal and State 34 requirements. 35 2. Excavation protection systems shall be designed according to the space limitations 36 as indicated in the Drawings. 37 3. Furnish,put in place and maintain a trench safety system in accordance with the 38 Excavation Safety Plan and required by Federal, State or local safety requirements. 39 4. If soil or water conditions are encountered that are not addressed by the current 40 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 41 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 42 City. 43 5. Do not allow soil, or water containing soil,to migrate through the Excavation 44 Safety System in sufficient quantities to adversely affect the suitability of the 45 Excavation Protection System. Movable bracing, shoring plates or trench boxes 46 used to support the sides of the trench excavation shall not: CITY OF FORT WORTH Northside II 48-Inch Water Transmission:blain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 3305 10-12 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 12 of 20 1 a. Disturb the embedment located in the pipe zone or lower 2 b. Alter the pipe's line and grade after the Excavation Protection System is 3 removed 4 c. Compromise the compaction of the embedment located below the spring line of 5 the pipe and in the haunching 6 C. Water Control 7 1. Surface Water 8 a. Furnish all materials and equipment and perform all incidental work required to 9 direct surface water away from the excavation. 10 2. Ground Water 11 a. Furnish all materials and equipment to dewater ground water by a method 12 which preserves the undisturbed state of the subgrade soils. 13 b. Do not allow the pipe to be submerged within 24 hours after placement. 14 c. Do not allow water to flow over concrete until it has sufficiently cured. 15 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 16 Control Plan if any of the following conditions are encountered: 17 1) A Ground Water Control Plan is specifically required by the Contract 18 Documents 19 2) If in the sole judgment of the City, ground water is so severe that an 20 Engineered Ground Water Control Plan is required to protect the trench or 21 the installation of the pipe which may include: 22 a) Ground water levels in the trench are unable to be maintained below 23 the top of the bedding 24 b) A firm trench bottom cannot be maintained due to ground water 25 c) Ground water entering the excavation undermines the stability of the 26 excavation. 27 d) Ground water entering the excavation is transporting unacceptable 28 quantities of soils through the Excavation Safety System. 29 e. In the event that there is no bid item for a Ground Water Control and the City 30 requires an Engineered Ground Water Control Plan due to conditions 31 discovered at the site,the contractor will be eligible to submit a change order. 32 f. Control of ground water shall be considered subsidiary to the excavation when: 33 1) No Ground Water Control Plan is specifically identified and required in the 34 Contract Documents 35 g. Ground Water Control Plan installation, operation and maintenance 36 1) Furnish all materials and equipment necessary to implement, operate and 37 maintain the Ground Water Control Plan. 38 2) Once the excavation is complete,remove all ground water control 39 equipment not called to be incorporated into the work. 40 h. Water Disposal 41 1) Dispose of ground water in accordance with City policy or Ordinance. 42 2) Do not discharge ground water onto or across private property without 43 written pennission. 44 3) Permission from the City is required prior to disposal into the Sanitary 45 Sewer. 46 4) Disposal shall not violate any Federal, State or local regulations. 47 D. Embedment and Pipe Placement 48 1. Water Lines less than, or equal to, 12 inches in diameter: CITY OF FORT WORTH Northside H 48-Itch[Pater Transmission Main,Phase 2—Prn7 I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 3305 10- 13 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 13 of 20 1 a. The entire embedment zone shall be of uniform material. 2 b. Utility sand shall be generally used for embedment. 3 c. If ground water is in sufficient quantity to cause sand to pump,then use 4 crushed rock as embedment. 5 1) If crushed rock is not specifically identified in the Contract Documents, 6 then crushed rock shall be paid by the pre-bid unit price. 7 d. Place evenly spread bedding material on a firm trench bottom. 8 e. Provide finn,uniform bedding. 9 £ Place pipe on the bedding in accordance with the alignment of the Drawings. 10 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 11 proposed grade,unless specifically called for.in the Drawings. 12 h. Place embedment, including initial backfill,to a minimum of 6 inches,but not 13 more than 12 inches, above the pipe. 14 i. Where gate valves are present,the initial backfill shall extend to 6 inches above 15 the elevation of the valve nut. 16 j. Form all blocking against undisturbed trench wall to the dimensions in the 17 Drawings. 18 k. Compact embedment and initial backfill. 19 1. Place marker tape on top of the initial trench backfill in accordance with 20 Section 33 05 26. 21 2. Water Lines 16-inches through 24-inches in diameter: 22 a. The entire embedment zone shall be of uniform material. 23 b. Utility sand may be used for embedment when the excavated trench depth is 24 less than 15 feet deep. 25 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 26 trench depths 15 feet, or greater. 27 d. Crushed rock shall be used for embedment for steel pipe. 28 e. Provide trench geotextile fabric at any location where crushed rock or fine 29 crushed rock come into contact with utility sand 30 f. Place evenly spread bedding material on a firm trench bottom. 31 g. Provide firm, uniform bedding. 32 1) Additional bedding may be required if ground water is present in the 33 trench. 34 2) If additional crushed rock is required not specifically identified in the 35 Contract Documents, then crushed rock shall be paid by the pre-bid unit 36 price. 37 h. Place pipe on the bedding according to the alignment shown on the Drawings. 38 i. The pipe line shall be within: 39 1) f3 inches of the elevation on the Drawings for 16-inch and 24-inch water 40 lines 41 j. Place and compact embedment material to adequately support haunches in 42 accordance with the pipe manufacturer's recommendations. 43 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 44 but not more than 12 inches,above the pipe. 45 1. Where gate valves are present, the initial backfill shall extend to up to the valve 46 nut. 47 in. Compact the embedment and initial backfill to 95 percent Standard Proctor 48 ASTM D 698. 49 n. Density test may be performed by City to verify that the compaction of 50 embedment meets requirements. CITY OF FORT WORTH Northside H 48-Inch Ff7ater Transmission lrain,Phase 2—Part STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 3305 10-14 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 14 of 20 1 o. Place trench geotextile fabric on top of the initial backfill. 2 p. Place marker tape on top of the trench geotextile fabric in accordance with 3 Section 33 05 26. 4 3. Water Lines 30-inches and greater in diameter 5 a. The entire embedment zone shall be of uniform material. 6 b. Crushed rock shall be used for embedment. 7 c. Provide trench geotextile fabric at any location where crushed rock or fine 8 crushed rock come into contact with utility sand. 9 d. Place evenly spread bedding material on a firm trench bottom. 10 e. Provide firm,uniform bedding. 11 1) Additional bedding may be required if ground water is present in the 12 trench. 13 2) If additional crushed rock is required which is not specifically identified in 14 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 15 price. 16 f. Place pipe on the bedding according to the alignment shown on the Drawings. 17 g. The pipe line shall be within: 18 1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines 19 h. Place and compact embedment material to adequately support haunches in 20 accordance with the pipe manufacturer's recommendations. 21 i. For steel pipe greater than 30 inches in diameter,the initial embedment lift shall 22 not exceed the spring line prior to compaction. 23 j. Place remaining embedment,including initial backfill, to a minimum of 6 24 inches,but not more than 12 inches, above the pipe. 25 k. Where gate valves are present,the initial backfill shall extend to up to the valve 26 nut. 27 1. Compact the embedment and initial backfill to 98 percent Standard Proctor 28 ASTM D 698. 29 in. Density test may be performed by City to verify that the compaction of 30 embedment meets requirements. 31 n. Place trench geotextile fabric on top of the initial backfill. 32 o. Place marker tape on top of the trench geotextile fabric in accordance with 33 Section 33 05 26. 34 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 35 a. The entire embedment zone shall be of uniform material. 36 b. Crushed rock shall be used for embedment. 37 c. Place evenly spread bedding material on a firm trench bottom. 38 d. Spread bedding so that lines and grades are maintained and that there are no 39 sags in the sanitary sewer pipe line. 40 e. Provide firm, uniform bedding. 41 1) Additional bedding may be required if ground water is present in the 42 trench. 43 2) If additional crushed rock is required which is not specifically identified in 44 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 45 price. 46 f Place pipe on the bedding according to the alignment shown in the Drawings. 47 g. The pipe line shall be within±0.1 inches of the elevation, and be consistent 48 with the grade shown on the Drawings. CITY OF FORT WORTH Northside H 48-Inch 111ater Transwission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 3305 10-15 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 15 of 20 1 h. Place and compact embedment material to adequately support haunches in 2 accordance with the pipe manufacturer's recommendations. 3 i. For sewer lines greater than 30 inches in diameter,the embedment lift shall not 4 exceed the spring line prior to compaction. 5 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 6 but not more than 12 inches, above the pipe. 7 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 8 ASTM D 698. 9 1. Density test may be performed by City to verify that the compaction of 10 embedment meets requirements. 11 in. Place trench geotextile fabric on top of the initial backfill. 12 n. Place marker tape on top of the trench geotextile fabric in accordance with 13 Section 33 05 26. 14 5. Storm Sewer(RCP) 15 a. The bedding and the pipe zone up to the spring line shall be of uniform 16 material. 17 b. Crushed rock shall be used for embedment up to the spring line. 18 c. The specified backfill material may be used above the spring line. 19 d. Place evenly spread bedding material on a firm trench bottom. 20 e. Spread bedding so that lines and grades are maintained and that there are no 21 sags in the storm sewer pipe line. 22 f. Provide firm,uniform bedding. 23 1) Additional bedding may be required if ground water is present in the 24 trench. 25 2) If additional crushed rock is required which is not specifically identified in 26 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 27 price. 28 g. Place pipe on the bedding according to the alignment of the Drawings. 29 h. The pipe line shall be within±0.1 inches of the elevation, and be consistent 30 with the grade, shown on the Drawings. 31 i. Place embedment material up to the spring line. 32 1) Place embedment to ensure that adequate support is obtained in the haunch. 33 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 34 ASTM D 698. 35 k. Density test may be performed by City to verify that the compaction of 36 embedment meets requirements. 37 1. Place trench geotextile fabric on top of pipe and crushed rock. 38 6. Storrn Sewer Reinforced Concrete Box 39 a. Crushed rock shall be used for bedding. 40 b. The pipe zone and the initial backfill shall be: 41 1) Crushed rock, or 42 2) Acceptable backfill material compacted to 95 percent Standard Proctor 43 density 44 c. Place evenly spread compacted bedding material on a firm trench bottom. 45 d. Spread bedding so that lines and grades are maintained and that there are no 46 sags in the storm sewer pipe line. 47 e. Provide firm, uniform bedding. 48 1) Additional bedding may be required if ground water is present in the 49 trench. CITY OF FORT WORTH Northside 1198-h7ch 11'ater Transmission Alain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02309 Revised June 19,2013 3305 10-16 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 16 of 20 1 2) If additional crushed rock is required which is not specifically identified in 2 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 3 price. 4 f. Fill the annular space between multiple boxes with crushed rock, CLSM 5 according to 03 34 13. 6 g. Place pipe on the bedding according to the alignment of the Drawings. 7 h. The pipe shall be within X0.1 inches of the elevation,and be consistent with the 8 grade, shown on the Drawings. 9 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 10 D698. 11 7. Water Services(Less than 2 Inches in Diameter) 12 a. The entire embedment zone shall be of uniform material. 13 b. Utility sand shall be generally used for embedment. 14 c. Place evenly spread bedding material on a firm trench bottom. 15 d. Provide firm,uniform bedding. 16 e. Place pipe on the bedding according to the alignment of the Plans. 17 f Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 18 8. Sanitary Sewer Services 19 a. The entire embedment zone shall be of uniform material. 20 b. Crushed rock shall be used for embedment. 21 c. Place evenly spread bedding material on a firm trench bottom. 22 d. Spread bedding so that lines and grades are maintained and that there are no 23 sags in the sanitary sewer pipe line. 24 e. Provide finn,uniform bedding. 25 1) Additional bedding may be required if ground water is present in the 26 trench. 27 2) If additional crushed rock is required which is not specifically identified in 28 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 29 price. 30 f. Place pipe on the bedding according to the alignment of the Drawings. 31 g. Place remaining embedment, including initial backfill, to a minimum of 6 32 inches,but not more than 12 inches, above the pipe. 33 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 34 i. Density test may be required to verify that the compaction meets the density 35 requirements. 36 E. Trench Backfill 37 1. At a minimum,place backfill in such a manner that the required in-place density 38 and moisture content is obtained, and so that there will be no damage to the surface, 39 pavement or structures due to any trench settlement or trench movement. 40 a. Meeting the requirement herein does not relieve the responsibility to damages 41 associated with the Work. 42 2. Backfill Material 43 a. Final backfill depth less than 15 feet 44 1) Backfill with: 45 a) Acceptable backfill material 46 b) Blended backfill material, or 47 c) Select backfill material, CSS, or CLSM when specifically required 48 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) CITY OF FORT WORTH Northside H 48-inch{Vater Transmission ilkin,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 3305 10-17 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 17 of 20 1 1) Backfill depth from 0 tol5 feet deep 2 a) Backfill with: 3 (1) Acceptable backfill material 4 (2) Blended backfill material,or 5 (3) Select backfill material, CSS, or CLSM when specifically required 6 2) Backfill depth from 15 feet and greater 7 a) Backfill with: 8 (1) Select Fill 9 (2) CSS, or 10 (3) CLSM when specifically required 1 I c. Final backfill depth 15 feet or greater: (not under pavement or future pavement) 12 1) Backfill with: 13 a) Acceptable backfill material, or 14 b) Blended backfill material 15 d. Backfill for service lines: 16 1) Backfill for water or sewer service lines shall be the same as the 17 requirement of the main that the service is connected to. 18 3. Required Compaction and Density 19 a. Final backfill(depths less than 15 feet/not under existing or future pavement) 20 1) Compact acceptable backfill material,blended backfill material or select 21 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 22 moisture content within-2 to+5 percent of the optimum moisture. 23 2) CSS or CLSM requires no compaction. 24 b. Final backfill(depths less than 15 feet/under existing or future pavement) 25 1) Compact acceptable backfill material,blended backfill material or select 26 backfill to a minimum of 98 percent Standard Proctor per ASTM D698 at 27 moisture content within-2 to+5 percent of the optimum moisture. 28 2) CSS or CLSM requires no compaction. 29 c. Final backfill(depths 15 feet and greater/under existing or future pavement) 30 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 31 ASTM D 698 at moisture content within-2 to+5 percent of the optimum 32 moisture. 33 2) CSS or CLSM requires no compaction. 34 d. Final backfill (depths 15 feet and greater/not under existing or future pavement) 35 1) Compact acceptable backfill material blended backfill material,or select 36 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 37 moisture content within-2 to+5 percent of the optimum moisture. 38 4. Saturated Soils 39 a. If in-situ soils consistently demonstrate that they are greater than 5 percent over 40 optimum moisture content,the soils are considered saturated. 41 b. Flooding the trench or water jetting is strictly prohibited. 42 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 43 Appendix, Contractor shall proceed with Work following all backfill 44 procedures outlined in the Drawings for areas of soil saturation greater than 5 45 percent. 46 d. If saturated soils are encountered during Work but not identified in Drawings or 47 Geotechnical Report in the Appendix: 48 1) The Contractor shall: 49 a) Immediately notify the City. CITY OF FORT WORTH Northside II 48-Inch[-Pater Transmission 11ain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00,Project Number:02304 Revised June 19,2013 3305 10-18 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 18 of'20 1 b) Submit a Contract Claim for Extra Work associated with direction from 2 City. 3 2) The City shall: 4 a) Investigate soils and determine if Work can proceed in the identified 5 location. 6 b) Direct the Contractor of changed backfill procedures associated with 7 the saturated soils that may include: 8 (1) Imported backfill 9 (2) A site specific backfill design 10 5. Placement of Backfill 11 a. Use only compaction equipment specifically designed for compaction of a 12 particular soil type and within the space and depth limitation experienced in the 13 trench. 14 b. Flooding the trench or water setting is strictly prohibited. 15 c. Place in loose lifts not to exceed 12 inches. 16 d. Compact to specified densities. 17 e. Compact only on top of initial backfill, undisturbed trench or previously 18 compacted backfill. 19 f Remove any loose materials due to the movement of any trench box or shoring 20 or due to sloughing of the trench wall. 21 g. Install appropriate tracking balls for water and sanitary sewer trenches in 22 accordance with Section 33 05 26. 23 6. Backfill Means and Methods Demonstration 24 a. Notify the City in writing with sufficient time for the City to obtain samples 25 and perforin standard proctor test in accordance with ASTM D698. 26 b. The results of the standard proctor test must be received prior to beginning 27 excavation. 28 c. Upon commencing of backfill placement for the project the Contractor shall 29 demonstrate means and methods to obtain the required densities. 30 d. Demonstrate Means and Methods for compaction including: 31 1) Depth of lifts for backfill which shall not exceed 12 inches 32 2) Method of moisture control for excessively dry or wet backfill 33 3) Placement and moving trench box, if used 34 4) Compaction techniques in an open trench 35 5) Compaction techniques around structure 36 e. Provide a testing trench box to provide access to the recently backfilled 37 material. 38 f. The City will provide a qualified testing lab dull time during this period to 39 randomly test density and moisture continent. 40 1) The testing lab will provide results as available on the job site. 41 7. Varying Ground Conditions 42 a. Notify the City of varying ground conditions and the need for additional 43 proctors. 44 b. Request additional proctors when soil conditions change. 45 c. The City may acquire additional proctors at its discretion. 46 d. Significant changes in soil conditions will require an additional Means and 47 Methods demonstration. CITY OF FORT WORTH Northsic%II 48-Inch YI'crter Tramsulssi077 Alaim,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch),Project Number:02304 Revised June 19,2013 3305 10-19 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 19 of 20 1 3.5 REPAIR [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A. Field Tests and Inspections 5 1. Proctors 6 a. The City will perforin Proctors in accordance with ASTM D698. 7 b. Test results will generally be available to within 4 calendar days and distributed 8 to: 9 1) Contractor 10 2) City Project Manager 11 3) City Inspector 12 4) Engineer 13 c. Notify the City if the characteristic of the soil changes. 14 d. City will perforin new proctors for varying soils: 15 1) When indicated in the geotechnical investigation in the Appendix 16 2) If notified by the Contractor 17 3) At the convenience of the City 18 e. Trenches where different soil types are present at different depths,the proctors 19 shall be based on the mixture of those soils. 20 2. Density Testing of Backfill 21 a. Density Tests shall be in conformance with ASTM D2922. 22 b. Provide a testing trench protection for trench depths in excess of 5 feet. 23 c. Place,move and remove testing trench protection as necessary to facilitate all 24 test conducted by the City. 25 d. For final backfill depths less than 15 feet and trenches of any depth not under 26 existing or future pavement: 27 1) The City will perform density testing twice per working day when 28 backfilling operations are being conducted. 29 2) The testing lab shall take a minimum of 3 density tests of the current lift in 30 the available trench. 31 e. For final backfill depths 15 feet and greater deep and under existing or future 32 pavement: 33 1) The City will perform density testing twice per working day when 34 backfilling operations are being conducted. 35 2) The testing lab shall take a minimum of 3 density tests of the current lift in 36 the available trench. 37 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. 38 f. Make the excavation available for testing. 39 g. The City will determine the location of the test. 40 h. The City testing lab will provide results to Contractor and the City's Inspector 41 upon completion of the testing. 42 i. A formal report will be posted to the City's Buzzsaw site within 48 hours. 43 j. Test reports shall include: 44 1) Location of test by station number 45 2) Time and date of test 46 3) Depth of testing 1` 47 4) Field moisture CITY OF FORT WORTH Northside 1148-hach!!'rater Transmission iltain,Phase 2—PcIrt l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 3305 10-20 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 20 of 20 1 5) Dry density 2 6) Proctor identifier 3 7) Percent Proctor Density 4 3. Density of Embedment 5 a. Storm sewer boxes that are embedded with acceptable backfill material, 6 blended backfill material, cement modified backfill material or select material 7 will follow the same testing procedure as backfill. 8 b. The City may test fine crushed rock or crushed rock embedment in accordance 9 with ASTM D2922 or ASTM 1556. 10 B. Non-Conforming Work 11 1. All non-conforming work shall be removed and replaced. 12 3.8 SYSTEM STARTUP [NOT USED] 13 3.9 ADJUSTING [NOT USED] 14 3.10 CLEANING [NOT USED] 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2—Added Item for Concrete Encasement for Utility Lines Various Sections—Revised Depths to Include 15'and greater 12/20/2012 D.Johnson 3.3.A—Additional notes for pavement protection and positive drainage. 3.4.E.2—Added requirements for backfill of service lines. 3A.E.5—Added language prohibiting flooding of trench 1.2.A.3—Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D.Jolmson quantity 2.2.A—Added language for concrete encasement 20 CITY OF FORT WORTH Northside II 48-Inch A'ater Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 330521-I TUNNEL LINER PLATE Page 1 of 5 I SECTION 33 05 21 2 TUNNEL LINER PLATE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Minimum requirements for manufacturing, furnishing and transporting Tunnel 7 Liner Plate to be used for excavation support as installed By Other than Open Cut at 8 the locations shown on the Drawings 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. 2.2.C.1.b.7 11 2-. Nets€ 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 —General Requirements 16 3. Section 33 05 23 —Hand Tunneling 17 4. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 a. Measurement 21 1) Measured horizontally along the surface for the length of Tunnel Liner Plate 22 installed 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item and 25 measured as provided under"Measurement'will be paid for at the unit price 26 bid per linear foot of"Casing/Tunnel Liner Plate,By Other than Open Cut' 27 installed for: 28 a) Various Sizes 29 2) The work performed and materials filrnished in accordance with this Item and 30 measured as provided under"Measurement'will be paid for at the unit price 31 bid per linear foot of"Tunnel Liner Plate, By Other than Open Cut' installed 32 for: 33 a) Various Sizes 34 c. The price bid shall include: 35 1) Furnishing and installing Tunnel Liner Plate as specified by the Drawings 36 2) Mobilization 37 3) Launching shaft 38 4) Receiving shaft 39 5) Pavement removal 40 6) Excavation 41 7) Hauling 42 8) Disposal of excess material CITY OF FORT WORTH Northside H 48-Inch[Vater Transmission Blain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 330521-2 TUNNEL LINER PLATE Page 2 of 5 1 9) Furnishing,placement, and compaction of backfill 2 10) Clean-up 31.3 REFERENCES 4 A. Reference Standards 5 1. Reference standards cited in this Specification refer to the current reference 6 standard published at the time of the latest revision date logged at the end of this 7 Specification,unless a date is specifically cited. 8 2. American Association of State Highway and Transportation Officials(AASHTO) 9 a. LRFD,Bridge Design Manual, Section 12.13 10 b. M190, Bituminous-Coated Corrugated Metal Culvert Pipe and Pipe Arches. 11 3. American Society of Testing and Materials (ASTM): 12 a. A123, Standard Specification for Zinc (Hot- Dip Galvanized) Coating on Iron 13 and Steel Products. 14 b. A153, Standard Specification for Zinc Coating (Hot Dip) on Iron and Steel 15 Hardware. 16 c. A1011, Standard Specification for Steel, Sheet and Strip,Hot-Rolled, Carbon, 17 Structural,High-Strength Low-Alloy and High-Strength Los-Alloy with 18 Improved Formability, and Ultra-High Strength. 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A. Submittals shall be in accordance with Section 01 33 00. 22 B. All submittals shall be approved by the City prior to delivery. 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 24 A. Product Data 25 1. Tunnel Liner Plate and fasteners 26 a. Material data 27 2. Exterior Coating 28 a. Material data 29 b. Field touch-up procedures 30 3. Grout Mix 31 a. Material data 32 B. Shop Drawings 33 1. Submit calculations for the design of the Tunnel Liner Plate sealed by a Licensed 34 Engineer in the State of Texas. 35 2. Detailed plan for grouting the void space on the exterior of the Tunnel Liner Plate 36 3. Grout coupling location and spacing CITY OF FORT WORTH Northside 1148-Inch Mater Transmission iI Lain,Phase 2--Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 330521-3 TUNNEL LINER PLATE Page 3 of 5 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE,AND HANDLING 5 A. Deliver,handle and store Tunnel Liner Plate in accordance with the Manufacturer's 6 recommendations to protect coating systems. 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 11 2.2 MATERIALS 12 A. Manufacturers 13 1. Only the manufacturers as listed on the City's Standard Products List will be 14 considered as shown in Section 0l 60 00, and/or as specified herein. 15 a. The manufacturer must comply with this Specification and related Sections. 16 b. Manufactured by Contech Construction Products, Inc., American Commercial 17 Inc., or approved equal. 18 2. Any product that is not listed on the Standard Products List is considered a 19 substitution and shall be submitted in accordance with Section 0125 00. 20 B. Design Criteria 21 a. Manufacturer to design Tunnel Liner Plate in accordance with the methods and 22 criteria as specified in AASHTO LRFD, Bridge Design Manual, Section 12.13. 23 b. Soil parameters shall be determined by the Tunnel Liner Plate Manufacturer. 24 c. Allow a maximum deflection of 3 percent. 25 d. Thickness of the Tunnel Liner Plate specified herein is the minimum acceptable 26 and shall be increased as necessary to obtain adequate joint strength, stiffness, 27 buckling strength and resistance to deflection. 28 C. Materials 29 1. Tunnel Liner Plate 30 a. Provide new, corrugated metal Tunnel Liner Plates made from steel sheets 31 conforming to the requirements of ASTM A 1011. 32 1) Potable and Reclaimed Water carrier pipe 33 a) Galvanized 34 (1) Plate to be galvanized with zinc coating in accordance with 35 ASTM A 123 with the following exception: 36 (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on 37 each side. 38 b) Coated 39 (1) Plate to be coated with a bituminous coating meeting the 40 performance requirements of AASHTO M190 CITY OF FORT WORTH Northside H 48-Inch Hater Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Nnnrher:02304 Revised December 20,2012 330521-4 TUNNEL LINER PLATE Page 4 of 5 1 (2) Uniformly coat pipe inside and out to minimum thickness of 0.05 2 inches,measured on crests of corrugations. 3 2) Sanitary Sewer carrier pipe 4 a) Galvanized 5 (1) Plate to be galvanized with zinc coating in accordance with ASTM 6 A123 with the following exception: 7 (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on 8 each side. 9 b. Tunnel Liner Plates and fasteners shall comply with the requirements of 10 AASHTO LRFD, Bridge Design Manual, Section 12.13. 11 1) Liner plates shall be punched for bolting on both longitudinal and 12 circumferential seams and fabricated to permit complete erection from the 13 inside of the tunnel. 14 2) Bolts and nuts shall be galvanized to conform to ASTM A153. 15 3) Where groundwater is encountered gasketed liner plates shall be used. 16 4) Plates shall be of uniform fabrication and those intended for 1 size tunnel 17 shall be interchangeable. 18 5) Field welding of Tunnel Liner Plate, including grout couplings shall not be 19 allowed. 20 6) The material used for the constriction of these plates shall be new, unused 21 and suitable for the purpose intended. 22 7) Minimum thickness of Tunnel Liner Plate shall be as follows*: 23 2-Flanged Liner 4-Flanged Liner Tunnel Plate Thickness Plate Thickness Diameter (gauge) (gauge) (inches) Bury Depth: 8 feet—16 feet 48 14 12 54 14 12 60 14 11 66 12 10 72 4-2 8 72 10 5 Greater than 72 Project Specific Project Specific Design Design 24 25 *The inn tm do i the above oye table is based o the following t' . 26 AAS14T9 Section 16: "Steel Tunnel Lirler Plates",1420leading-angle Qf0 and 27 bury depth of 8-f€€t to 16 feet. Forprejeets not meeting these assumptions,a 28 speeific design should be performed to determine the ;ate thiekness for 29 the liner- .late- 30 2. Casing Insulators 31 a. Casing insulators shall be used for this project in accordance with 32 Section 33 05 24. CITY OF FORT WORTH Northside H 48-Itch Water Transmission ilkdn,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 330521 -5 TUNNEL LINER PLATE Page 5 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Tunnel Liner Plate shall be installed in accordance with appropriate portions of Section 9 33 0523. 10 B. Carrier pipe shall be installed inside Tunnel Liner Plate in accordance with 11 Section 33 05 24. 12 C. Contact grouting of the annulus outside the Tunnel Liner Plate shall be performed in 13 accordance with Section 33 05 23. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.3.A.3—AASHTO reference updated to current publication 26 CITY OF FORT WORTH Northside!148417th(Yater Transmission Alain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cio,Project Number:02304 Revised December 20,2012 33 05 22-1 STEEL CASING PIPE Page 1 of 6 I SECTION 33 05 22 2 STEEL CASING PIPE 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing 7 Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown 8 on the Drawings 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. Modified: l.3.A.3.a 11 2. Modified: 2.2.A.3 12 3. Modified: 2.2.C.1 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 15 Contract 16 2. Division 1 —General Requirements 17 3. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 18 4. Section 33 05 20—Auger Boring 19 5. Section 33 05 23 —Hand Tunneling 20 6. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Open Cut 24 a. Measurement 25 1) Measured horizontally along the surface for length of Steel Casing Pipe 26 installed 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under"Measurement"will be paid for at the unit 30 price bid per linear foot of"Casing, By Open Cut"installed for: 31 a) Various Sizes 32 c. The price bid shall include: 33 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 34 2) Mobilization 35 3) Pavement removal 36 4) Excavation 37 5) Hauling 38 6) Disposal of excess material 39 7) Furnishing,placement, and compaction of embedment 40 8) Furnishing,placement, and compaction of backfill 41 9) Clean-up CITY OF FORT WORTH Northside II 48-Inch TPater Transmission Alain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 330522-2 STEEL CASING PIPE Page 2 of 6 1 2. By Other than Open Cut 2 a. Measurement 3 1) Measured horizontally along the surface for length of Steel Casing Pipe 4 installed 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 and measured as provided under"Measurement"will be paid for at the unit 8 price bid per linear foot of"Casing/Tunnel Liner Plate, By Other than Open 9 Cut'installed for: 10 a) Various Sizes 11 2) The work performed and materials furnished in accordance with this Item 12 and measured as provided under"Measurement'will be paid for at the unit 13 price bid per linear foot of"Casing, By Other than Open Cut'installed for: 14 a) Various Sizes 15 c. The price bid shall include: 16 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 17 2) Mobilization 18 3) Launching shaft 19 4) Receiving shaft 20 5) Pavement removal 21 6) Excavation 22 7) Hauling 23 8) Disposal of excess material 24 9) Furnishing,placement, and compaction of backfill 25 10) Clean-up 26 1.3 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification,unless a date is specifically cited. 31 2. ASTM hrternational (ASTM): 32 a. A139, Standard Specification for Electric-Fusion(Arc)-Welded Steel Pipe 33 (NPS Sizes 4 and Over). 34 3. American Water Works Association(AWWA): 35 a: C203 Coal Tar Droteetiye Coatings and Linings s F r Stool Water Pipelines 36 Enamel and Tape Hot A p ie 37 a. C210, Liquid Epoxy Coating Systems for the Interior and Exterior of Steel 38 Water Pipelines 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS 41 A. Submittals shall be in accordance with Section 01 33 00. 42 B. All submittals shall be approved by the City prior to delivery. 43 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 44 A. Product Data CITY OF FORT WORTH Northside II 18-Inch(Yater TPQmndSSi017 Maim,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02301 Revised December 20,2012 330522-3 STEEL CASING PIPE Page 3 of 6 1 1. Exterior Coating 2 a. Material data 3 b. Field touch-up procedures 4 2. Interior Coating 5 a. Material data 6 b. Field touch-up procedures 7 B. Shop Drawings 8 1. No shop drawings required for Auger Boring 9 2. For Tunneling,provide the following: 10 a. Furnish details for Steel Casing Pipe outlining the following: 11 1) Grout/lubrication ports 12 2) Joint details 13 3) Other miscellaneous items for furnishing and fabricating pipe 14 b. Submit calculations in a neat, legible format that is sealed by a Licensed 15 Professional Engineer in Texas,consistent with the information provided in the 16 geotechnical report, and includes: 17 1) Calculations confirming that pipe jacking capacity is adequate to resist the 18 anticipated jacking loads for each crossing with a minimum factor of safety 19 of 2 20 2) Calculations confirming that pipe capacity is adequate to safely support all 21 other anticipated loads, including earth and groundwater pressures, 22 surcharge loads, and handling loads 23 3) Calculations confirming that jointing method will support all loading 24 conditions 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE [NOT USED] 28 1.10 DELIVERY, STORAGE,AND HANDLING 29 A. Delivery,Handling, and Storage 30 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, 31 as recommended by the manufacturer, for protection during shipping and storage. 32 2. Deliver,handle and store pipe in accordance with the Manufacturer's 33 recommendations to protect coating systems. 34 1.11 FIELD [SITE] CONDITIONS [NOT USED] 35 1.12 WARRANTY [NOT USED] 36 PART 2 - PRODUCTS 37 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 38 2.2 MATERIALS 39 A. Design Criteria CITY OF FORT WORTH Northside 1148-Inch RKater Transmission Alain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 330522-4 STEEL CASING PIPE Page 4 of 6 1 1. The Contractor is ftilly responsible for the design of Steel Casing Pipe that meets or 2 exceeds the design requirements of this Specification and that is specifically 3 designed for installation by the intended trenchless method. 4 2. For Steel Casing Pipe utilized for tunneling projects, consider the following: 5 a. Design of the casing pipe shall account for all installation and service loads 6 including: 7 1) Jacking loads 8 2) External groundwater and earth loads 9 3) Traffic loads 10 4) Practical consideration for handling, shipping and other construction 11 operations 12 5) Any other live or dead loads reasonably anticipated 13 b. Design shall be sealed and signed by a registered Professional Engineer 14 licensed in the State of Texas. 15 c. The allowable jacking capacity shall not exceed 50 percent of the minimum 16 steel yield stress. 17 3. Steel Casing Pipe shall have a minimum wall thickness as follows: 18 Casing Pipe Diameter Minimum Wall Thickness (inches) (inches) 14- 18 .3125 5/16) 20-24 .375 (3/8) 26-32 .5 1/2 34-42 .625 5/8 44-48 .6875 11/16) Greater-t *n Q 60-72 .8125 13/16 60 -72 at Railroad Crossings 1.000 19 20 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently 21 install the required carrier pipe with casing spacers as required in Section 33 05 24. 22 a. Allowable casing diameters are shown on the Drawings for each crossing. 23 5. Furnish in lengths that are compatible with Contractor's shaft sizes and allowable 24 work areas. 25 6. Random segments of pipe will not be permitted for straight Ions of casing. 26 a. Closing piece segments,however, shall be acceptable. 27 7. When required by installation method,provide grout/lubricant ports along the pipe 28 at intervals of 10 feet or less. 29 a. Ports and fittings shall be attached to the pipe in a manner that will not 30 materially affect the strength of the pipe nor interfere with installation of carrier 31 pipe. 32 b. Plugs for sealing the fittings shall be provided by the Contractor and shall be 33 capable of withstanding all external and internal pressures and loads without 34 leaking. 35 B. Materials CITY OF FORT WORTH Northsicle H 48-Inch Water Transmission Alain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgject Number:02304 Revised December 20,2012 330522-5 STEEL CASING PIPE Page 5 of 6 1 1. Provide new, smooth-wall, carbon steel pipe conforming to ASTM A139, Grade B. 2 2. Dimensional Tolerances 3 a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are 4 compatible with performance requirements and proposed installation methods 5 that meet or exceed the specific requirements below: 6 1) Minimum wail thickness at any point shall be at least 87.5 percent of the 7 nominal wall thickness. 8 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal 9 circumference, whichever is less. 10 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside 11 diameter. 12 4) Roundness such that the difference between the major and minor outside 13 diameters shall not exceed 0.5 percent of the specified nominal outside 14 diameter or 1/4 inch,whichever is less. 15 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot 16 length. 17 3. All steel pipe shall have square ends. 18 a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from 19 a true plane perpendicular to the axis of the pipe and passing through the center 20 of the pipe at the end. 21 b. When pipe ends have to be beveled for welding,the ends shall be beveled on 22 the outside to an angle of 35 degrees with a tolerance of±2'/2 degrees and with 23 a width of root face 1/16 inch zL 1/32 inch. 24 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. 25 a. All girth weld seams shall be ground flush. 26 C. Finishes 27 1. Provide inside and outside of Steel Casing Pipe with a coal-tar protective coating in 28 accordance with the requirements of AWWA C-2$3 C210. 29 a. Touch up after field welds shall provide coating equal to those specified above. 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3 - EXECUTION 33 3.1 INSTALLERS [NOT USED] 34 3.2 EXAMINATION [NOT USED] 35 3.3 PREPARATION [NOT USED] 36 3.4 INSTALLATION 37 A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 05 38 20 or Section 33 05 23. Install Steel Casing Pipe for Open Cut in accordance with 39 Section 33 05 10. 40 1. Steel Casing Pipe connections shall be achieved by full penetration field butt 41 welding or an integral machine press-fit connection(Permalok or equal)prior to 42 installation of the pipe, depending on the type of carrier pipe. CITY OF FORT WORTH Northside H 48-hnch Water Transmission Main,Phase 2—Part L STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 330522-6 STEEL CASING PIPE Page 6 of 6 1 2. Allowable joint types for each crossing are shown on the Drawings. 2 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of 3 steel pipe is acceptable. 4 4. Integral machined press-fit connections shall be installed in accordance with the 5 manufacturer's installation procedures and recommendations. 6 B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with 7 Section 33 05 24. 8 C. Contact grouting of the annulus outside the casing pipe shall be performed in 9 accordance with Section 33 05 23 or Section 33 05 20. 10 3.5 REPAIR/RESTORATION [NOT USED] 11 3.6 RE-INSTALLATION [NOT USED] 12 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2•A—Formatting modified to apply thickness requirements for all casing installation methods 22 CITY OF FORT WORTH Northside H 48-Inch Waler Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 330524-1 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 1 of 11 1 SECTION 33 05 24 2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner 7 plate at locations shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. 1.1 C. 5.—Add reference to Section 33 11 14 Buried Steel Pipe and Fittings. 10 2. 2.2 B. 1.Remove AWWA C301 and added AWWA C200 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division I —General Requirements 15 3. Section 33 01 30—Sewer and Manhole Testing 16 4. Section 33 11 13—Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 17 5. Section 33 11 14—Buried Steel Pipe and Fittings 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate 21 a. Measurement 22 1) Measured horizontally along the surface from centerline to centerline of the 23 beginning of the casing/liner to the end of the casing/liner 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under"Measurement"shall be paid for at the 27 unit price bid per linear foot for"Sewer Carrier Pipe"complete in place for: 28 a) Various Sizes 29 c. The price bid shall include: 30 1) Furnishing and installing Sanitary Sewer Main(Pipe) in Casing/Tunnel 31 Liner Plate as specified by the Drawings 32 2) Mobilization 33 3) Grout 34 4) Casing Spacers 35 5) End seals 36 6) Excavation 37 7) Hauling 38 8) Disposal of excess material 39 9) Clean-up 40 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate 41 a. Measurement CITY OF FORT WORTH Northside H 48-Inch IPnter Transmission kkin,Phase 2—Pcn•t STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 330524-2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 2 of 11 1 1) Measured horizontally along the surface from centerline to centerline of the 2 beginning of the casing/liner to the end of the casing/liner Payment 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under"Measurement"shall be paid for at the 6 unit price bid per linear foot for"Water Carrier Pipe"complete in place for: 7 a) Various Sizes 8 c. The price bid shall include: 9 1) Furnishing and installing Water Main(Pipe)in Casing/Tunnel Liner Plate 10 as specified by the Drawings 11 2) Mobilization 12 3) Grout 13 4) Joint restraint 14 5) Casing Spacers 15 6) End seals 16 7) Excavation 17 8) Hauling 18 9) Disposal of excess material 19 10) Clean-up 20 1.3 REFERENCES 21 A. Definitions 22 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 23 2. Casing: A steel pipe or trumel liner installed by trenchless methods that supports the 24 ground and provides a stable underground excavation for installation of the carrier 25 pipe 26 B. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. American Society of Testing and Materials (ASTM) 31 a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 32 Specimens. 33 b. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 34 Mortars(Using 2-in or [50 mm] Cube Specimens). 35 c. D638, Standard Test Method for Tensile Properties of Plastics. 36 3. International Organization for Standardization(ISO): 37 a. 9001, Quality Management Systems - Requirements. 38 4. Occupational Safety and Health Administration(OSHA) 39 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 40 1926, Subpart S,Underground Construction and Subpart P, Excavation. 41 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 42 1.5 SUBMITTALS 43 A. Submittals shall be in accordance with Section 01 33 00. 44 B. All submittals shall be approved by the City prior to delivery. CITY OF FORT WORTH Northside 1148-Inch tVater Trwismissio17 JlAdI7,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 330524-3 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 3 of 1 I 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Casing Isolators/Spacers 4 a. Material Data 5 2. Grout Mix 6 a. Material Data 7 B. Shop Drawings 8 1. Required for 24-inch and larger pipe installations 9 2. Submit Work Plan describing the carrier pipe installation equipment, materials and 10 construction methods to be employed. 11 3. Casing Spacers/Isolators 12 a. Detail drawings and manufacturer's information for the casing isolators/spacers 13 that will be used. 14 1) Include dimension and component materials and documentation of 15 manufacturer's ISO 9001:2000 certification. 16 b. Alternatives to casing spacers/isolators may be allowed by the City on a case- 17 by-case basis. 18 c. For consideration of alternate method, submit a detailed description of method 19 including details. 20 4. End seal or bulkhead designs and locations for casing/liners. 21 5. Annular Space(between casing pipe and casing/tunnel liner plate) Grouting Work 22 Plan and Methods including: 23 a. Grouting methods 24 b. Details of equipment 25 c. Grouting procedures and sequences including: 26 1) Injection methods 27 2) Injection pressures 28 3) Monitoring and recording equipment 29 4) Pressure gauge calibration data 30 5) Materials 31 d. Grout mix details including: 32 1) Proportions 33 2) Admixtures including: 34 a) Manufacturer's literature 35 b) Laboratory test data verifying the strength of the proposed grout mix 36 c) Proposed grout densities 37 d) Viscosity 38 e) Initial set time of grout 39 (1) Data for these requirements shall be derived from trial batches from 40 an approved testing laboratory. 41 e. Submit a minimum of 3 other similar projects where the proposed grout mix 42 design was used. 43 f Submit anticipated volumes of grout to be pumped for each application and 44 reach grouted. 45 g. For pipe installations greater than 36-inches,without hold down jacks or a 46 restrained spacer,provide buoyant force calculations during grouting and 47 measures to prevent flotation. CITY OF FORT WORTH Northside H 48-Inch 11,ater Transmission Blain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 330524-4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of I 1 1 1) Calculations sealed by a licensed Engineer in the State of Texas. 2 h. Description of methods and devices to prevent buckling of carrier pipe during 3 grouting of amn lar space, if required 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Certifications 8 1. Casing isolator/spacer manufacturer shall be certified against the provisions of 9 ISO9001:2000. 10 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 15 2.2 MATERIALS 16 A. Manufacturers 17 1. Only the manufacturers as listed on the City's Standard Products List will be 18 considered as shown in Section 01 60 00. 19 a. The manufacturer must comply with this Specification and related Sections. 20 2. Any product that is not listed on the Standard Products List is considered a 21 substitution and shall be submitted in accordance with Section 01 25 00. 22 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer 23 regularly engaged in the manufacturing of casing spacers/isolators. 24 B. Design Criteria and Materials 25 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as 26 indicated in PART 3 of this Specification,incorporating all support/insulator 27 dimensions required. CITY OF FORT WORTH Northside ll 48-Inch(rater Transmission jIlain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 330524-5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 5 of 11 1 Diameter Specification (inches) Material Reference Water Line 6-12 DIP Restrained 33 11 10 DIP(Restrained) 33 11 10 16-20 AWWA C3O3 Restrained 33 11 13 DIP (Restrained) 33 11 10 AWWA C3O3 (Restrained) 33 11 13 AWWA C3O1 C2OO 33 11 15 24 and greater Restrained Sanitary DIP (with Ceramic Epoxy) 33 11 10 Sewer Line 8-16 PVC C9O0 DR14 33 31 20 DIP(with Ceramic Epoxy) 33 11 10 18 and greater Fiberglass 33 31 13 2 2. Grout of annular space 3 a. For gravity sewer carrier pipe installation: 4 1) Fill all voids between the carrier pipe and the casing or liner with grout. 5 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces 6 shall be in contact with the grout. 7 b. For water line installation: 8 1) No annular space fill will be used. 9 3. Grout Mixes 10 a. Low Density Cellular Grout(LDCC) 11 1) Annular space(between sewer carrier pipe and casing/liner)grout shall be 12 LDCC. 13 2) The LDCC shall be portland cement based grout mix with the addition of a 14 foaming agent designed for this application. 15 3) Develop 1 or more grout mixes designed to completely fill the annular 16 space based on the following requirements: 17 a) Provide adequate retardation to completely fill the annular space in 1 18 monolithic pour. 19 b) Provide less than 1 percent shrinkage by volume. 20 c) Compressive Strength 21 (1) Minimum strength of 10 psi in 24 hours, 300 psi in 28 days 22 d) Design grout mix with the proper density and use proper methods to 23 prevent floating of the carrier pipe. 24 e) Proportion grout to flow and to completely fill all voids between the 25 carrier pipe and the casing or liner. 26 4. End Seals 27 a. Provide end seals at each end of the casing or liner to contain the grout backfill 28 or to close the casing/liner ends to prevent the inflow of water or soil. 29 1) For water piping less than 24-inch diameter,use hard rubber seals,Model 30 PL Link Seal as manufactured by the Thunderline Corporation or approved 31 equal. 32 2) For water piping 24-inch diameter and greater, use pull-on, 1/8 inch thick, 33 synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and 34 Insulator, Inc. or approved equal. 35 3) For sewer piping,no end seals are required since the annular space between 36 the carrier pipe and the casing will be grouted. CITY OF FORT WORTH Northside II 48-Inch[Pater Transmission Alain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 330524-6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 6 of I I 1 b. Design end seals to withstand the anticipated soil or grouting pressure and be 2 watertight to prevent groundwater from entering the casing. 3 5. Casing Spacers/Insulators 4 a. Provide casing spacers/insulators to support the carrier pipe during installation 5 and grouting(where grout is used). 6 1) For concrete pressure pipe,mortar bands may be allowed in lieu of casing 7 spacers/isolators. 8 2) Mortar bands shall be in accordance with Section 33 11 13. 9 b. Casing Spacers/Isolators material and properties: 10 1) Shall be minimum 14 gage 11 2) For water pipe, utilize Stainless Steel. 12 3) For sewer pipe,utilize Coated Steel. 13 4) Suitable for supporting weight of carrier pipe without deformation or 14 collapse during installation 15 c. Provide restrained-style casing spacers to hold all pipes stable during grouting 16 operations and prevent floating or movement. 17 d. Provide dielectric strength sufficient to electrically isolate each component 18 from one another and from the casing. 19 e. Design risers for appropriate loads, and, as a minimum: 20 1) Provide 10 gage steel risers 21 a) Provide stainless steel bands and risers for water installations. 22 f. Band material and criteria 23 1) Provide polyvinyl chloride inner liner with: 24 a) Minimum thickness of 0.09 inches 25 b) Durometer"A"of 85-90 hardness 26 c) Minimum dielectric strength of 58,000 volts 27 g. Runner material and criteria 28 1) Provide pressure-molded glass reinforced polymer or UHMW with: 29 a) Minimum of 2 inches in width and a minimum of 11 inches in length. 30 2) Attach to the band or riser with 3/8 inch minimum welded steel or stainless 31 steel studs. 32 3) Runner studs and nuts shall be recessed well below the wearing surface of 33 the runner 34 a) Fill recess with a corrosion inhibiting filler. 35 h. Riser height 36 1) Provide sufficient height with attached runner allow a minimum clearance 37 of 2 inches between the outside of carrier pipe bells or couplings and the 38 inside of the casing liner surface. CITY OF FORT WORTH Northsicie II 48-Inch A,'ester Transn7issio77 714ah7,Phase 2—Prn9 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised June 19,2013 330524-7 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 7 of 11 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Carrier pipe installation shall not begin until the following tasks have been 10 completed: 11 a. All required submittals have been provided,reviewed and accepted. 12 b. All casing/liner joints are watertight and no water is entering casing or liner 13 from any sources. 14 c. All contact grouting is complete. 15 d. Casing/liner alignment record drawings have been submitted and accepted by 16 City to document deviations due to casing/liner installation. 17 e. Site safety representative has prepared a code of safe practices and an 18 emergency plan in accordance with applicable requirements. 19 2. The carrier pipe shall be installed within the casings or liners between the limits 20 indicated on the Drawings,to the specified lines and grades and utilizing methods 21 which include due regard for safety of workers, adjacent structures and 22 improvements,utilities and the public. 23 B. Control of Line and Grade 24 1. Install Carrier pipe inside the steel casing within the following tolerances: 25 a. Horizontal 26 1) �L 2 inches from design line 27 b. Vertical 28 1) ±1 inch from design grade 29 2. Check line and grade set up prior to beginning carrier pipe installation. 30 3. Perform survey checks of line-and-grade of carrier pipe during installation 31 operations. 32 4. The Contractor is fully responsible for the accuracy of the installation and the 33 correction of it, as required. 34 a. Where the carrier pipe installation does not satisfy the specified tolerances, 35 correct the installation, including if necessary,redesign of the pipe or structures 36 at no additional cost to City. 37 C. Installation of Carrier Pipe 38 1. Pipe Installation 39 a. Remove all loose soil from casing or liner. 40 b. Grind smooth all rough welds at casing joints. 41 2. Installation of Casing Spacers CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised June 19,2013 330524-8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 8 of I I 1 a. Provide casing spacers, insulators or other approved devices to prevent 2 flotation, movement or damage to the pipe during installation and grout backfill 3 placement. 4 b. Assemble and securely fasten casing spacers to the pipeline to be installed in 5 casings or tunnels. 6 c. Correctly assemble, evenly tighten and prevent damage during tightening of the 7 insulators and pipe insertion. 8 d. Install spacers in accordance with manufacturer's recommendations. 9 e. Install carrier pipe so that there is no metallic contact between the carrier pipe 10 and the casing. 1 I f. Carrier pipe shall be installed without sliding or dragging it on the ground or in 12 the casing/liner in a manner that could damage the pipe or coatings. 13 1) If guide rails are allowed, place cement mortar on both sides of the rails. 14 g. Coat the casing spacer runners with a non-corrosive/environmentally safe 15 lubricant to minimize friction when installing the carrier pipe. 16 h. The carrier pipe shall be electrically isolated from the carrier pipe and from the 17 casing. 18 i. Grade the bottom of the trench adjacent to each end of the casing to provide a 19 firm, uniform and continuous support for the pipe. If the trench requires some 20 backfill to establish the final trench bottom grade,place the backfill material in 21 6-inch lifts and compact each layer. 22 j. After the casing or tunnel liner has been placed,pump dry and maintain dry 23 until the casing spacers and end seals are installed. 24 3. Insulator Spacing 25 a. Maximum distance between spacers is to be 6 feet. 26 b. For 18 and 20 foot long joints, install a minimum of 4 spacers. 27 1) Install 2 spacers within 1 foot on each side of the bell or flange. 28 2) Remaining 2 spacers shall be spaced equally. 29 c. If the casing or pipe is angled or bent,reduce the spacing. 30 d. The end spacer must be within 6 inches of the end of the casing pipe, regardless 31 of size of casing and pipe or type of spacer used. 32 e. Install spacers on PVC pipe at the insertion line to prevent over-insertion of the 33 spigot into the bell. 34 4. After installation of the carrier pipe: 35 a. Mortar inside and outside of the joints, as applicable 36 b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. 37 1) If continuity exists,remedy the short,by all means necessary including 38 removing and reinstalling the carrier pipe,prior to applying cellular grout. 39 c. If hold down jacks or casing spacers are used, seal or plug the ends of the 40 casing. 41 d. If steel pipe is used and not welded prior to installation in casing/liner,welding 42 of pipe will only be allowed after grouting of annular space is complete. 43 D. Installation of End Seals 44 1. For Water Pipes 45 a. Grout end of casing/liner a minimum of 6 inches and a maximum of 12 inches. 46 b. Place pull-on synthetic rubber end seals on the pipe and pull over the end of the 47 casing. Securely fasten with stainless steel bands. 48 2. For Sewer Pipes CITY OF FORT WORTH Northsicle 1148-etch Water Transmission d4ain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 330524-9 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 9 of I 1 1 a. Grout annular space between carrier pipe and casing as indicated in this 2 Specification. 3 E. Annular Space Grouting(For Sewer Only) 4 1. Prepare pipe as necessary to prevent the pipe from floating during grouting 5 operation as necessary. 6 2. Mixing of Grout 7 a. Mix material in equipment of sufficient size to provide the desired amount of 8 grout material for each stage in a single operation. 9 1) The equipment shall be capable of mixing the grout at the required densities 10 for the approved procedure and shall be capable of changing the densities 11 as required by field conditions. 12 3. Backfill Annular Space with Grout 13 a. Prior to filling of the annular space, test the carrier pipe in accordance with 14 Section 33 0130. 15 b. Verify the maximum allowable pressure with the carrier pipe manufacturer and 16 do not exceed this pressure. 17 c. After the installation of the carrier pipe,the remaining space(all voids)between 18 the casing/liner and the carrier shall be filled with LDCC grout. 19 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall 20 be in contact with the grout. 21 2) Grout shall be pumped through a pipe or hose. 22 3) Use grout pipes, or other appropriate materials,to avoid damage to carrier 23 pipe during grouting. 24 4. Injection of LDCC Grout 25 a. Grout injection pressure shall not exceed the carrier pipe manufacturer's 26 approved recommendations or 5 psi(whichever is lower). 27 b. Pumping equipment shall be of a size sufficient to inject grout at a volume, 28 velocity and pressure compatible with the size/volume of the annular space. 29 c. Once grouting operations begin, grouting shall proceed uninterrupted,unless 30 grouting procedures require multiple stages. 31 d. Grout placements shall not be terminated until the estimated annular volume of 32 grout has been injected. 33 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 34 6. Protect and preserve the interior surfaces of the casing from damage. 35 3.5 REPAIR/RESTORATION [NOT USED] 36 3.6 RE-INSTALLATION [NOT USED] 37 3.7 FIELD [OR] SITE QUALITY CONTROL 38 A. Reports and Records required for pipe installations greater than 48-inches and longer 39 than 350 feet 40 1. Maintain and submit daily logs of grouting operations. 41 a. Include: 42 1) Grouting locations 43 2) Pressures 44 3) Volumes 45 4) Grout mix pumped CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 33 05 24-10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 10 of 1 I 1 5) Time of pumping 2 2. Note any problems or unusual observations on logs. 3 B. Grout Strength Tests 4 1. City will perform testing for 24-hour and 28-day compressive strength tests for the 5 cylinder molds or grout cubes obtained during grouting operations. 6 2. City will perform field sampling during annular space grouting. 7 a. City will collect at least 1 set of 4 cylinder molds or grout cubes for each 100 8 cubic yards of grout injected but not less than 1 set for each grouting shift. 9 b. City will perform 24-hour and 28-day compressive strength tests per ASTM 10 C39 (cylindrical specimens) or ASTM C 109 (cube specimens). 11 c. Remaining samples shall be tested as directed by City. 12 C. Safety 13 1. The Contractor is responsible for safety on the job site. 14 a. Perform all Work in accordance with the current applicable regulations of the 15 Federal, State and local agencies. 16 b. In the event of conflict, comply with the more restrictive applicable 17 requirement. 18 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving 19 shafts/pits. 20 a. Diesel, electrical,hydraulic and air powered equipment is acceptable, subject to 21 applicable local, State and Federal regulations. 22 3. Methods of construction shall be such as to ensure the safety of the Work, 23 Contractor's and other employees on site and the public. 24 4. Furnish and operate a temporary ventilation system in accordance with applicable 25 safety requirements when personnel are underground. 26 a. Perform all required air and gas monitoring. 27 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 28 atmosphere free of toxic or flammable gasses in all underground work areas. 29 5. Perform all Work in accordance with all current applicable regulations and safety 30 requirements of the federal, state and local agencies. 31 a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 32 Underground Construction and Subpart P, Excavations. 33 b. In the event of conflict, comply with the more stringent requirements. 34 6. If personnel will enter the pipe during construction, the Contractor shall develop an 35 emergency response plan for rescuing personnel trapped underground in a shaft 36 excavation or pipe. 37 a. Keep on-site all equipment required for emergency response in accordance with 38 the agency having jurisdiction CITY OF FORT WORTH Northside 7145-Inch Water Transmission blain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised Jule 19,2013 330524- 11 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 1 I of 11 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2.B.1—Modified minimum water line diameter from 8-inches to 6-inches Added Blue Text for clarification l.1.0—Added Concrete Pressure Pipe Specification reference. 6/19/2013 D.Johnson 2.2.B.5—Added provisions for mortar bands on concrete pressure pipe. 3.4.C.3—Revised language related to spacing of casing spacers to correspond to the City's Standard Detail. 10 CITY OF FORT WORTH Northside II48-Inch Water Transmission Alain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised June 19,2013 330530-1 LOCATION OF EXISTING UTILITIES Page I of 6 I SECTION 33 05 30 2 LOCATION OF EXISTING UTILITIES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Locating and verifying the location and elevation of the existing underground 7 utilities that may conflict with a facility proposed for construction by use of- 8 a. Exploratory Excavation 9 b. Vacuum Excavation 10 B. Deviations from this City of Fort Worth Standard Specification I 1 1. 1.2 A. including the submittal report in the measurement and payment. Report is 12 required before payment. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 15 Contract 16 2. Division I —General Requirements 17 3. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Exploratory Excavation of Existing Utilities 21 a. Measurement 22 1) Measurement for this Item shall be per each excavation performed as 23 identified in the Drawings, or as directed. 24 b. Payment 25 1) The work performed and materials filrnished in accordance with this Item 26 and measured as provided under"Measurement'will be paid for at the unit 27 price bid per each "Exploratory Excavation for Existing Utilities"specified. 28 c. The price bid shall include: 29 1) Grade survey 30 2) Pavement removal 31 3) Excavation 32 4) Utility Location 33 5) Hauling 34 6) Disposal of excess material 35 7) Furnishing,placing and compaction of embedment 36 8) Furnishing,placing and compaction of backfill 37 9) Clean-up 38 10) Surface restoration 39 11) Submittal of Location of Existing Utilities Report, see Appendix A 40 2. Vacuum Excavation of Existing Utilities 41 a. Measurement f CITY OF FORT WORTH Northside 1148-Lich Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 6 1 1) Measurement for this Item shall be per each excavation performed as 2 identified in the Drawings, or as directed. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under"Measurement"will be paid for at the unit 6 price bid per each"Vacuum Excavation" specified. 7 c. The price bid shall include: 8 1) Grade survey 9 2) Pavement removal 10 3) Vacuum Excavation 11 4) Utility Location 12 5) Hauling 13 6) Disposal of excess material 14 7) Furnishing,placing and compaction of embedment 15 8) Furnishing,placing and compaction of backfill 16 9) Clean-up 17 10) Surface restoration 18 11) Submittal of Location of Existing Utilities Report, see Appendix A 19 1.3 REFERENCES 20 A. Definitions 21 1. Exploratory Excavation: Previously called"D-Hole"within the City, a method 22 used to locate existing underground utility as shown on the plans through the use of 23 standard excavation equipment. 24 2. Vacuum Excavation: Method used to locate existing underground utility as shown 25 on the plans through the use of geophysical prospecting equipment such as vacuum 26 excavation. 27 B. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification,unless a date is specifically cited. 31 2. American Society of Civil Engineers (ASCE) 32 a. ASCE Publication CI/ASCE 38 (Standard Guideline for the Collection and 33 Depiction of Existing Subsurface Utility Data) 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. Coordination 36 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for 37 Exploratory Excavation of Existing Utilities. 38 2. Coordinate location of all other existing utilities within vicinity of excavation prior 39 to commencing Exploratory Excavation. 40 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to 41 commencement. 42 B. Sequencing 43 1. Exploratory Excavations shall be conducted prior to the construction of the entire 44 project. CITY OF FORT WORTH Northside 114&-Inch(Pater Transmission ilIain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 6 1 C. Scheduling 2 1. For critical utility locations,the City may choose to be present during excavation. 3 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate 4 City personnel. 5 1.5 SUBMITTALS [NOT USED] 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 7 1.7 CLOSEOUT SUBMITTALS 8 A. Report of Utility Location 9 1. Horizontal location of utility as surveyed 10 2. Vertical elevation of utility as surveyed 11 a. Top of utility 12 b. Spring line of utility 13 c. Existing ground 14 3. Material type, diameter and description of the condition of existing utility 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] r, 18 IJI FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION 24 A. Verification of Conditions 25 1. Verify location of existing utilities in accordance with the General Requirements, 26 the General Notes and the Drawings. 27 3.3 PREPARATION 28 A. Coordinate with City Survey,if applicable. CITY OF FORT WORTH Northside 1148-Inch II'ater Transmission drain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 330530-4 LOCATION OF EXISTING UTILITIES Page 4 of 6 1 2 3.4 INSTALLATION 3 A. Exploratory Excavation 4 1. Verify location of existing utility at location denoted on the Drawings, or as 5 directed by the City. 6 a. Expose utility to spring line, as necessary. 7 b. Excavate and Backfill Trench for the Exploratory Excavation in accordance 8 with Section 33 05 10. 9 B. Vacuum Excavation 10 1. Verify location of existing utility at location denoted on the Drawings, or as 11 directed by the City. 12 2. Designate the horizontal position of the existing underground utilities that are to be 13 located using geophysical prospecting equipment. 14 a. Acquire record documentation from and coordinate with utility companies, as 15 necessary to locate utility. 16 3. Perform excavation in general accordance with the recommended practices and 17 procedures described in ASCE Publication CI/ASCE 38. 18 C. Upon completion of the utility locating, submit a report of the findings. 19 D. If location of utility is in conflict with the Drawings,notify the City Project Manager 20 for appropriate design modifications. 21 E. Place embedment and backfill in accordance with Section 33 05 10. 22 F. Once necessary data is obtained, immediately restore surface to existing conditions to: 23 1. Obtain a safe and proper driving surface, if applicable 24 2. Ensure the safety of the general public 25 3. The satisfaction of the City 26 3.5 REPAIR/RESTORATION [NOT USED] 27 3.6 RE-INSTALLATION [NOT USED] 28 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 END OF SECTION CITY OF FORT WORTH Northside II 48-Inch[Pater Transmission JUCIM,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cihy Project Number:02304 Revised December 20,2012 330530-5 LOCATION OF EXISTING UTILITIES Page 5 of 6 1 Revision Log DATE NAME SUMMARY OF CHANGE Title-Exploratory Excavation of Utilities changed to Location of Existing Utilities 12/20/2012 D.Johnson 1.2—Added Measurement of Payment for Vacuum Excavation 1.3—Added Definitions 3.4—Added requirements for Vacuum Excavation 2 CITY OF FORT WORTH Northside II 48-Inch Mater Transmission Alain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 330530-6 LOCATION OF EXISTING UTILITIES Page 6 of 6 1 APPENDIX A 2 LOCATION OF EXISTING UTILITIES REPORT 3 4 5 Utility Description: 6 Location utility: Station: Depth of cover 7 Survey Information(if available): 8 Northing: Easting: 9 Ground elevation: 10 Top of utility: 11 Spring line of utility: 12 Utility material type: 13 Size or diameter of utility: 14 Condition of existing utility: 15 16 Were pictures taken? Yes No 17 Location method used: Exploratory Excavation Vacuum Excavation 18 Additional Notes: 19 20 21 22 23 24 25 26 27 28 CITY OF FORT WORTH Northsicle H 48-Inch Water Transmission ddain,Phase 2—Par-t I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciq,Project Number:02304 Revised December 20,2012 33 11 10-1 DUCTILE IRON PIPE Page 1 of 13 >' 1 1 SECTION 33 11 10 2 DUCTILE IRON PIPE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.9 A. 1. d. 10 2. Modified 2.2 B. 4. 11 3. Modified 2.2.B.6.b.9 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 —General Requirements 16 3. Section 33 01 31 —Closed Circuit Television(CCTV)Inspection 17 4. Section 33 04 10—Joint Bonding and Electrical Isolation 18 5. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 19 6. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 20 7. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 21 8. Section 33 11 05 —Bolts,Nuts, and Gaskets 22 9. Section 33 11 11 —Ductile Iron Fittings 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Ductile Iron Pipe 26 a. Measurement 27 1) Measured horizontally along the surface from center line to center line of 28 the fitting, manhole, or appurtenance 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under"Measurement"will be paid for at the unit 32 price bid per linear foot for"DIP" installed for: 33 a) Various sizes 34 b) Various types of backfill 35 c) Various linings 36 d) Various Depths,for miscellaneous sewer projects only 37 e) Various restraints 38 f) Various uses 39 c. The price bid shall include: CITY OF FORT WORTH Northside H 48-Inch IlIater Transmission lkin,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 33 11 10-2 DUCTILE IRON PIPE Page 2 of 13 1 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 2 Drawings 3 2) Mobilization 4 3) Polyethylene encasement 5 4) Lining 6 5) Pavement removal 7 6) Excavation 8 7) Hauling 9 8) Disposal of excess material 10 9) Furnishing,placement and compaction of embedment 11 10) Furnishing,placement and compaction of backfill 12 11) Trench water stops 13 12) Thrust restraint, if required in Contract Documents 14 13) Bolts and nuts 15 14) Gaskets 16 15) Clean-up 17 16) Cleaning 18 17) Disinfection 19 18) Testing 20 1.3 REFERENCES 21 A. Definitions 22 1. Gland or Follower Gland 23 a. Non-restrained,mechanical joint fitting 24 2. Retainer Gland 25 a. Mechanically restrained mechanical joint fitting 26 B. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification,unless a date is specifically cited. 30 2. American Association of State Highway and Transportation Officials (AASHTO). 31 3. American Society of Mechanical Engineers (ASME): 32 a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 33 4. ASTM International(ASTM): 34 a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 35 High Temperature or High Pressure Service and Other Special Purpose 36 Applications 37 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 38 Pressure or High Temperature Service, or Both 39 c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 40 d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 41 Tensile Strength. 42 e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 43 Water or Other Liquids. 44 f. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. 45 g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 46 Steel. CITY OF FORT WORTH Northsicle 1148-Inch[Vater Transmission 1fairn,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeel Number:02304 Revised December 20,2012 33 11 10-3 DUCTILE IRON PIPE Page 3 of 13 1 5. American Water Works Association(AWWA): 2 a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines— 3 Enamel and Tape—Hot Applied. 4 b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. 5 c. M41, Ductile-Iron Pipe and Fittings. 6 6. American Water Works Association/American National Standards Institute 7 (AWWA/ANSI): 8 a. C 104/A21.4, Cement—Mortar Lining for Ductile-Iron Pipe and Fittings. 9 b. C 105/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. 10 c. C I I I/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. I I d. C 115/A21.15,Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 12 Threaded Flanges. 13 e. C 150/A21.50,Thickness Design of Ductile-hron Pipe. 14 f. C151/A21.51,Ductile-h•on Pipe, Centrifugally Cast, for Water. 15 g. C600, Installation of Ductile-Iron Water Mains and their Appurtenances 16 7. NSF International(NSF): 17 a. 61, Drinking Water System Components—Health Effects. 18 8. Society for Protective Coatings(SSPC): 19 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1.5 SUBMITTALS 22 A. Submittals shall be in accordance with Section 01 33 00. 23 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 24 specials. 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 26 A. Product Data 27 1. Interior lining 28 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 29 C 104/A21.4, including: 30 1) Material 31 2) Application recommendations 32 3) Field touch-up procedures 33 2. Thrust Restraint 34 a. Retainer glands, thrust harnesses or any other means 35 3. Gaskets 36 a. If hydrocarbon or other special gaskets are required 37 B. Shop Drawings—Furnish for Ductile h•on Pipe used in the water distribution system or 38 for a wastewater force main for 24-inch and greater diameters, including: 39 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 40 Texas including: 41 a. Working pressure 42 b. Surge pressure 43 c. Deflection CITY OF FORT WORTH Northside 1148-Inch iI'ater Transmission llain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 33 11 10-4 DUCTILE IRON PIPE Page 4 of 13 1 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 2 Professional Engineer in Texas, to verify the restraint lengths shown in the 3 Drawings. 4 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 5 Professional Engineer in Texas including: 6 a. Pipe class 7 b. Joints type 8 c. Fittings 9 d. Stationing 10 e. Transitions I 1 f. Joint deflection 12 C. Certificates 13 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 14 Section, each run of pipe furnished has met Specifications, all inspections have 15 been made, and that all tests have been performed in accordance with 16 AWWA/ANSI C151/A21.51. 17 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Qualifications 22 1. Manufacturers 23 a. Finished pipe shall be the product of 1 manufacturer. 24 1) Change orders, specials, and field changes may be provided by a different 25 manufacturer upon City approval. 26 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 27 under the control of the manufacturer. 28 c. Ductile Iron Pipe 29 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 30 a) Perform quality control tests and maintain results as outlined within 31 standard to assure compliance. 32 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 33 of at least 10 seconds. 34 d. Approved manufacturers inchude American Ductile Iron Pipe Co., Griffin Pipe 35 Products, US Pipe, and McWane Pipe Co. No other Suppliers will be allowed. 36 B. Preconstruetion Testing 37 1. The City may, at its own cost, subject random lengths of pipe for testing by an 38 independent laboratory for compliance with this Specification. 39 a. The compliance test shall be performed in the United States. 40 b. Any visible defects or failure to meet the quality standards herein will be 41 grounds for rejecting the entire order. 42 1.10 DELIVERY,STORAGE,AND HANDLING 43 A. Storage and Handling Requirements CITY OF FORT WORTH Northside H 48-67ch Water Transmission Alain,Phase 2—Part STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit>>Project Number:02304 Revised December 20,2012 33 11 10-5 DUCTILE IRON PIPE Page 5 of 13 1 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 2 stated in AWWA M41. 3 2. Secure and maintain a location to store the material in accordance with Section 01 4 6600. 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS 8 2.1 OWNER-FURNISHED 10R] OWNER-SUPPLIED PRODUCTS [NOT USED] 9 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 10 A. Manufacturers 11 1. Only the manufacturers as listed in the City's Standard Products List will be 12 considered as shown in Section 01 60 00. 13 a. The manufacturer must comply with this Specification and related Sections. 14 2. Any product that is not listed on the Standard Products List is considered a 15 substitution and shall be submitted in accordance with Section 01 25 00. 16 B. Pipe 17 1. Pipe shall be in accordance with AWWA/ANSI CI I I/A21.11,AWWA/ANSI 18 CI50/A21.15, and AWWA/ANSI C151/A21.51. 19 2. All pipe shall meet the requirements of NSF 61. 20 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or 21 closure pieces and necessary to comply with the Drawings. 22 4. As a minimum the following pressures classes apply. The Drawings may specify a 23 higher pressure class or the pressure and deflection design criteria may also require 24 a higher pressure class,but in no case should they be less than the following: 25 Diameter Min Pressure Class (inches) (psi) 3 through 12 350 14 through 20 250 24 200 P 4,,.atig>, 64 -1-58 36 250 30 & 42 through 150 64 26 27 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI 28 C151/A21.51. Minimum pipe markings shall be as follows: 29 a. "DI"or"Ductile"shall be clearly labeled on each pipe 30 b. Weight,pressure class and nominal thickness of each pipe 31 c. Year and country pipe was cast 32 d. Manufacturer's mark CITY OF FORT WORTH Northside 1148-Inch FNater Transmission Junin,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 33 Il 10-6 DUCTILE IRON PIPE Page 6 of 13 1 6. Pressure and Deflection Design 2 a. Pipe design shall be based on trench conditions and design pressure class 3 specified in the Drawings. 4 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 5 C150/A21.50,AWWA/ANSI C151/A21.51, and AWWA M41 for trench 6 construction,using the following parameters: 7 1) Unit Weight of Fill (w)= 130 pcf 8 2) Live Load=AASHTO HS 20 9 3) Trench Depth= 12 feet minimum, or as indicated in Drawings 10 4) Bedding Conditions=Type 4 11 5) Working Pressure (P„-)= 150 psi 12 6) Surge Allowance(Ps)= 100 psi 13 7) Design Internal Pressure (Pi)=P,,,+Ps or 2:1 safety factor of the actual 14 working pressure plus the actual surge pressure, whichever is greater. 15 a) Test Pressure= 16 (1) No less than 1.25 minimum times the stated working pressure (187 17 psi minimum) of the pipeline measured at the highest elevation 18 along the test section. 19 (2) No less than 1.5 times the stated working pressure (225 psi 20 minimum) at the lowest elevation of the test section. 21 8) Maximum Calculated Deflection (Ds)=3 percent 22 9) Restrained Joint Safety Factor(Sr) = 'fin 200 percent 23 c. Trench depths shall be verified after existing utilities are located. 24 1) Vertical alignment changes required because of existing utility or other 25 conflicts shall be accommodated by an appropriate change in pipe design 26 depth. 27 2) In no case shall pipe be installed deeper than its design allows. 28 7. Provisions for Thrust 29 a. Thrust at bends, tees,plugs or other fittings shall be mechanically restrained 30 joints when required by the Drawings. 31 b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means 32 through casing and for a sufficient distance each side of casing. 33 c. No thrust restraint contribution shall be allowed for the restrained length of 34 pipe within the casing. 35 d. Restrained joints, when required, shall be used for a sufficient distance from 36 each side of the bend, tee,plug, valve or other fitting to resist thrust which will 37 be developed at the design pressure of the pipe. For the purpose of thrust,the 38 following shall apply: 39 1) Valves shall be calculated as dead ends. 40 2) Design pressure shall be greater than the working pressure of the pipe or 41 the internal pressure (Pi) whichever is greater. 42 3) Restrained joints shall consist of approved mechanical restrained or push- 43 on restrained joints as listed in the City's Standard Products List as shown 44 in Section 01 60 00. 45 e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 46 resist thrust in accordance with the Drawings,AWWA M41, and the following: 47 1) The weight of earth(We) shall be calculated as the weight of the projected 48 soil prism above the pipe,for unsaturated soil conditions. CITY OF FORT WORTH Northside H 48-Inch Water Transmission Blain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit),Project Number:02304 Revised December 20,2012 33 11 10-7 DUCTILE IRON PIPE Page 7 of 13 1 2) Soil density= 130 pcf(maximum value to be used),for unsaturated soil 2 conditions 3 3) If indicated on the Drawings and the Geotechnical Borings that ground 4 water is expected, account for reduced soil density. 5 8. Joints 6 a. General—Comply with AWWA/ANSI C 111/A21.11. 7 b. Push-On Joints 8 c. Mechanical Joints 9 d. Push-On Restrained Joints 10 1) Restraining Push-on joints by means of a special gasket I 1 a) Only those products that are listed in Section 01 60 00 12 b) The working pressure rating of the restrained gasket must exceed the 13 test pressure of the pipe line to be installed. 14 c) Approved for use of restraining Ductile Iron Pipe in casing with a 15 carrier pipe of 4-inches to 12-inches 16 d) Otherwise only approved if specially listed on the Drawings 17 2) Push-on Restrained Joint bell and spigot 18 a) Only those products list in the standard products list will be allowed for 19 the size listed in the standard products list per Section 01 60 00. 20 b) Pressure rating shall exceed the working and test pressure of the pipe 21 line. 22 e. Flanged Joints—AWWA/ANSI Cl 15/A2L15,ASME B16.1, Class 125 23 £ Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 24 g. Field fabricated flanges are prohibited. 25 9. Gaskets 26 a. Provide Gaskets in accordance with Section 33 11 05. 27 10. Isolation Flanges 28 a. Flanges required by the drawings to be Isolation Flanges shall conform to 29 Section 33 04 10. 30 11. Bolts and Nuts 31 a. Mechanical Joints 32 1) Provide bolts and nuts in accordance with Section 33 11 05. 33 b. Flanged Ends 34 1) Meet requirements of AWWA C 115. 35 a) Provide bolts and nuts in accordance with Section 33 11 05. 36 12. Flange Coatings 37 a. Connections to Steel Flanges 38 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 39 Tape System in accordance with Section 33 1105. 40 13. Ductile Iron Pipe Exterior Coatings 41 a. All ductile iron shall have an asphaltic coating,minimum of 1 mil thick, on the 42 pipe exterior,unless otherwise specified in the Contract Documents. 43 14. Polyethylene Encasement 44 a. All buried Ductile Iron Pipe shall be polyethylene encased. 45 b. Only manufacturers listed in the City's Standard Products List as shown in 46 Section 01 60 00 will be considered acceptable. 47 c. Use only virgin polyethylene material. CITY OF FORT WORTH Northside 1I 48-h7ch 11,ater Transmission Alain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project jVrunber:02304 Revised December 20,2012 33 11 10-8 DUCTILE IRON PIPE Page 8 of 13 1 d. Encasement for buried pipe shall be 8 mil linear low density (LLD) 2 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 3 cross-laminated(HDCL)polyethylene encasement conforming to 4 AWWA/ANSI C 105/A21.5 and ASTM A674. 5 e. Marking: At a minimum of every 2 feet along its length, the mark the 6 polyethylene film with the following information: 7 1) Manufacturer's name or trademark 8 2) Year of manufacturer 9 3) AWWA/ANSI C 105/A21.5 10 4) Minimum film thickness and material type 11 5) Applicable range of nominal diameter sizes 12 6) Warning—Corrosion Protection—Repair Any Damage 13 f. Special Markings/Colors 14 1) Reclaimed Water,perform one of the following: 15 a) Label polyethylene encasement with"RECLAIMED WATER", 16 b) Provide purple polyethylene in accordance with the American Public 17 Works Association Uniform Color Code; or 18 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 19 2) Wastewater,perform one of the following: 20 a) Label polyethylene encasement with"WASTEWATER"; 21 b) Provide green polyethylene in accordance with the American Public 22 Works Association Uniform Color Code; or 23 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 24 g. Minimu n widths 25 Polyethylene Tube and Sheet Sizes for Push-On Joint Pipe Nominal Pipe Diameter Min.Width—Flat Tube Min.Width—Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 CITY OF FORT WORTH Northside H 44-117CIr Wcaer Trmrsmission 1kin,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 33 11 10-9 DUCTILE IRON PIPE Page 9 of 13 1 15. Ductile hron Pipe Interior Lining 2 a. Cement Mortar Lining 3 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 4 accordance with AWWA/ANSI C 104/A21.04 and be acceptable according 5 to NSF 61. 6 b. Ceramic Epoxy or Epoxy Linings 7 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 8 Ceramic Epoxy or Epoxy lining as designated in the City's Standard 9 Products List as shown in Section 01 60 00. 10 2) Apply lining at a minimum of 40 mils DFT. 11 3) Due to the tolerances involved,the gasket area and spigot end up to 6 12 inches back from the end of the spigot end must be coated with 6 mils 13 nominal, 10 mils maximum using a Joint Compound as supplied by the 14 manufacturer. 15 a) Apply the joint compound by brush to ensure coverage. 16 b) Care should betaken that the joint compound is smooth without excess 17 buildup in the gasket seat or on the spigot ends. 18 c) Coat the gasket seat and spigot ends after the application of the lining. 19 4) Surface preparation shall be in accordance with the manufacturer's 20 recommendations. 21 5) Check thickness using a magnetic film thickness gauge in accordance with 22 the method outlined in SSPC PA 2. 23 6) Test the interior lining of all pipe barrels for pinholes with a non- 24 destructive 2,500 volt test. 25 a) Repair any defects prior to shipment. 26 7) Mark each fitting with the date of application of the lining system along 27 with its numerical sequence of application on that date and records 28 maintained by the applicator of his work. 29 8) For all Ductile hron Pipe in wastewater service where the pipe has been 30 cut, coat the exposed surface with the touch-up material as recommended 31 by the manufacturer. 32 a) The touch-up material and the lining shall be of the same manufacturer. 33 2.3 ACCESSORIES [NOT USED] 34 2.4 SOURCE QUALITY CONTROL [NOT USED] 35 PART 3 - EXECUTION 36 3.1 INSTALLERS [NOT USED] 37 3.2 EXAMINATION [NOT USED] 38 3.3 PREPARATION [NOT USED] 39 3.4 INSTALLATION 40 A. General CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phrase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 33 11 10-10 DUCTILE IRON PIPE Page 10 of 13 1 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 2 AWWA C600, AWWA M41 and in accordance with the pipe manufacturer's 3 recommendations. 4 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 5 3. Lay pipe to the lines and grades as indicated in the Drawings. 6 4. Excavate and backfill trenches in accordance with Section 33 05 10. 7 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 8 6. For installation of carrier pipe within casing, see Section 33 05 24. 9 B. Pipe Handling 10 1. Haul and distribute pipe and fittings at the project site. 11 2. Handle piping with care to avoid damage. 12 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 13 lowering into the trench. 14 b. Do not handle the pipe in such a way that will damage the interior lining. 15 c. Use only nylon ropes, slings or other lifting devices that will not damage the 16 surface of the pipe for handling the pipe. 17 3. At the close of each operating day: 18 a. Keep the pipe clean and free of debris, dirt, animals and trash—during and after 19 the laying operation. 20 b. Effectively seal the open end of the pipe using a gasketed night cap. 21 C. Joint Making 22 1. Mechanical Joints 23 a. Bolt the follower ring into compression against the gasket with the bolts 24 tightened down evenly then cross torqued in accordance with AWWA C600. 25 b. Overstressing of bolts to compensate for poor installation practice will not be 26 permitted. 27 2. Push-on Joints 28 a. Install Push-on joints as defined in AWWA/ANSI C 111/A21.11. 29 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 30 c. Place the gasket in the bell in the position prescribed by the manufacturer. 31 d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 32 gasket and the outside of the spigot prior to entering the spigot into the bell. 33 e. When using a field cut plain end piece of pipe,refinish the field cut and scarf to 34 conform to AWWA C600. 35 3. Flanged Joints 36 a. Use erection bolts and drift pins to make flanged connections. 37 1) Do not use undue force or restraint on the ends of the fittings. 38 2) Apply even and uniform pressure to the gasket. 39 b. The fitting must be free to move in any direction while bolting. 40 1) Install flange bolts with all bolt heads faced in one direction. 41 4. Joint Deflection 42 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 43 and grades and shown in the Drawings. 44 b. The deflection of each joint Must be in accordance with AWWA C600 Table 3. CITY OF FORT WORTH Northside I7 48-Inch[Vater Transmission 11ain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 33 11 10-11 DUCTILE IRON PIPE Page I 1 of 13 1 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 2 C6OO. 3 d. The manufacturer's recommendation may be used with the approval of the 4 Engineer. 5 D. Polyethylene Encasement Installation 6 1. Preparation 7 a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to 8 installation of polyethylene encasement. 9 1) Prevent soil or embedment material from becoming trapped between pipe 10 and polyethylene. 11 b. Fit polyethylene film to contour of pipe to affect a smug,but not tight encase 12 with minimum space between polyethylene and pipe. 13 1) Provide sufficient slack in contouring to prevent stretching polyethylene 14 where it bridges irregular surfaces such as bell-spigot interfaces,bolted 15 joints or fittings and to prevent damage to polyethylene due to backfilling 16 operations. 17 2) Secure overlaps and ends with adhesive tape and hold. 18 c. For installations below water table and/or in areas subject to tidal actions, seal 19 both ends of polyethylene tube with adhesive tape at joint overlap. 20 2. Tubular Type (Method A) 21 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 22 b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent 23 pipe section and bunching it accordion-fashion lengthwise until it clears pipe 24 ends. 25 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 26 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 27 e. After assembling pipe joint,make overlap of polyethylene tube,pull bunched 28 polyethylene from preceding length of pipe, slip it over end of the new length 29 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 30 f Secure overlap in place. 31 g. Take up slack width at top of pipe to make a smug,but not tight, fit along barrel 32 of pipe, securing fold at quarter points. 33 h. Repair cuts, tears,punctures or other damage to polyethylene. 34 i. Proceed with installation of next pipe in same manner. 35 3. Tubular Type (Method B) 36 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 37 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 38 c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 39 of pipe, securing fold at quarter points; secure ends. 40 d. Before making up joint,slip 3-foot length of polyethylene tube over end of 41 proceeding pipe section,bunching it accordion-fashion lengthwise. 42 e. After completing joint,pull 3-foot length of polyethylene over joint, 43 overlapping polyethylene previously installed on each adjacent section of pipe 44 by at least 1 foot; make each end snug and secure. 45 4. Sheet Type 46 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 1, 47 section. CITY OF FORT WORTH Northside 1148 Inch(Pater Transmission 1fairr,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 33 11 10-12 DUCTILE IRON PIPE Page 12 of 13 1 b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 2 it until it clears the pipe ends. 3 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 4 quadrant of pipe. 5 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 6 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 7 of pipe. 8 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 9 g. After completing joint,make overlap and secure ends. 10 h. Repair cuts,tears,punctures or other damage to polyethylene. 1 I i. Proceed with installation of next section of pipe in same manner. 12 5. Pipe-Shaped Appurtenances 13 a. Cover bends,reducers, offsets and other pipe-shaped appurtenances with 14 polyethylene in same manner as pipe and fittings. 15 6. Odd-Shaped Appurtenances 16 a. When it is not practical to wrap valves, tees, crosses, and other odd-shaped 17 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 18 sheet under appurtenances and bringing it up around body. 19 b. Make seams by bringing edges together, folding over twice and taping down. 20 c. Tape polyethylene securely in place at the valve stem and at any other 21 penetrations. 22 7. Repairs 23 a. Repair any cuts, tears,punctures or damage to polyethylene with adhesive tape 24 or with short length of polyethylene sheet or cut open tube, wrapped around 25 fitting to cover damaged area and secured in place. 26 8. Openings in Encasement 27 a. Provide openings for branches, service taps, blow-offs, air valves and similar 28 appurtenances by making an X-shaped cut in polyethylene and temporarily 29 folding back film. 30 b. After appurtenance is installed,tape slack securely to appurtenance and repair 31 cut, as well as other damaged area in polyethylene with tape. 32 c. Service taps may also be made directly through polyethylene, with any 33 resulting damaged areas being repaired as described above. 34 9. Junctions between Wrapped and Unwrapped Pipe: 35 a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, 36 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 37 b. Secure end with circumferential turns of tape. 38 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 39 tape for minimum clear distance of 3 feet away from Cast or Ductile h•on Pipe. 40 3.5 REPAIR/RESTORATION 41 A. Patching 42 1. Excessive field-patching is not permitted of lining or coating. 43 2. Patching of lining or coating will be allowed where area to be repaired does not 44 exceed 100 square inches and has no dimensions greater than 12 inches. 45 3. In general, there shall not be more than 1 patch on either the lining or the coating of 46 any 1 joint of pipe. CITY OF FORT WORTH nYorthside H 48-Inch IFoter Transmission,Ilain,Please 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 33 11 10-13 DUCTILE IRON PIPE Page 13 of 13 1 4. Wherever necessary to patch the pipe: 2 a. Make patch with cement mortar as previously specified for interior joints. 3 b. Do not install patched pipe until the patch has been properly and adequately 4 cured and approved for laying by the City. 5 5. Promptly remove rejected pipe from the site. 6 3.6 RE-INSTALLATION [NOT USED] 7 3.7 FIELD [ORI SITE QUALITY CONTROL 8 A. Potable Water Mains 9 1. Cleaning, disinfection,hydrostatic testing and bacteriological testing of water mains 10 a. Clean,flush,pig, disinfect,hydrostatic test and bacteriological test the water I 1 main as specified in Section 33 04 40. 12 B. Wastewater Lines 13 1. Closed Circuit Television(CCTV) Inspection 14 a. Provide a Post-CCTV Inspection in accordance with Section 33 01 31. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.I.b.—Updated Payment types 12/20/2012 D.Johnson 1.3—Added definitions of gland types for clarity 2.2.13.9, 10, 11 and 12—Added reference to Section 33 11 05 and removed material specification for bolts,nuts and gaskets 24 F CITY OF FORT WORTH Northside 1148-Inch iPater Transmission Alain,Phase 2—Parl l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 331113- 1 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page I of 19 1 1 SECTION 33 11 13 2 CONCRETE PRESSURE PIPE, BAR-WRAPPED, STEEL CYLINDER TYPE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete Pressure Pipe,Bar-Wrapped, Steel Cylinder Type (Concrete Pressure 7 Pipe)24-inch through 72-inch for potable water applications in conformance with 8 AWWA C303 and AWWA M9 Concrete Pressure Pipe. 9 B. Deviations from this City of Fort Worth Standard Specification. Additions are 10 underlined and deletions are strike-thio. 11 1. 1.1 A. 1. 12 2. 1.3 A. 7. 13 3. 1.3 A. 9. 14 4. 1.6 B. 4. 15 5. 1.6 B. 5 16 6. 1.6 C. 17 7. 1.9 A. 1. a. 18 8. 1.9 A. 1. c. 19 9. 1.9 A. 1. e. 20 10. 1.9 A. 1. £ 21 11. 1.9 C. 2. a. 22 12. 1.10 A. 4. d, iv. 23 13. 2.2 A. 3. 24 14. 2.2 A. 4. 25 15. 2.2 B. 7. a. 1) c) 26 16. 2.2 B. 10. a. 27 17. 2.2 B. 17. 28 18. 2.2 C. 1, e. 8) 29 19. 2.2 C. 1. e. 12) 30 20. 2.2 C. 1. e. 13) 31 21. 2.2 C. 1. e. 14) 32 22. 2.2 C. 1. g. 33 23. 2.2 C. 2, c.1 34 24. 2.2 C. 2. c. 1. b 35 25. 2.2 C. 2. c. 1. c 36 26. 2.2 C. 2. c. 1. d 37 27. 2.2 C. 2. c. 1. E 38 28. 2.2 C. 5. CITY OF FORT WORTH Northside II 48-Inch(Pater Transmission Main,Phase 2-Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 33 11 13-2 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 2 of 19 1 29. 2.2 C. 7. 2 30. 3.4 B. 3. 3 31. 3.4 C. 1. e. 1) 4 32. 3.4 C. 2. a. 6) 5 33. 3.4 C. 4. a. 6 34. 3.7 A. 2. 7 8 C. Related Specification Sections include,but are not necessarily limited to: 9 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 10 Contract 11 2. Division 1 —General Requirements 12 3. Section 33 01 31 —Closed Circuit Television(CCTV) Inspection 13 4. Section 33 04 10—Joint Bonding and Electrical Isolation 14 5. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 15 6. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 16 7. Section 33 11 05—Bolts,Nuts, and Gaskets 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Concrete Pressure Pipe 20 a. Measurement 21 1) Measured horizontally along the surface from center line to centerline of 22 the fitting or appurtenance 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under"Measurement"shall be paid for at the unit 26 price bid per linear foot for"Concrete AWWA C303 Pipe" installed for: 27 a) Various sizes 28 b) Various types of backfill 29 c. The price bid shall include: 30 1) Furnishing and installing Concrete Pressure Pipe with joints as specified by 31 the Drawings 32 2) Mobilization 33 3) Coating 34 4) Lining 35 5) Pavement removal 36 6) Excavation 37 7) Hauling 38 8) Disposal of excess material 39 9) Furnishing,placement, and compaction of embedment 40 10) Trench water stops 41 11) Joint restraint 42 12) Bolts and nuts 43 13) Welding 44 14) Gaskets, if allowed 45 15) Furnishing,placement, and compaction of backfill CITY OF FORT WORTH Northside H 48-Inch Water Transmission)Vain,Phase 2—Pm9 I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cil,Proiect Number:02304 Revised December 20,2012 33 11 13-3 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 3 of 19 1 16) Clean-up 2 17) Cleaning 3 18) Disinfection 4 19) Testing 5 2. Concrete Pressure Pipe Fittings 6 a. Measurement 7 1) Measurement for this Item shall be by lump sum. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 shall be paid for at the lump sum price bid for"C303 Fittings"installed for: 1 1 a) Various sizes 12 b) Various types of backfill 13 c. The price bid shall include: 14 1) Furnishing and installing Concrete Pressure Pipe Fittings as specified by 15 the Drawings 16 2) Mobilization 17 3) Coating 18 4) Lining 19 5) Pavement removal 20 6) Excavation 21 7) Hauling 22 8) Disposal of excess material 23 9) Furnishing,placement, and compaction of embedment 24 10) Trench water stops 25 11) Joint restraint 26 12) Bolts and nuts 27 13) Welding 28 14) Gaskets, if allowed 29 15) Furnishing,placement, and compaction of backfill 30 16) Clean-tip 31 17) Cleaning 32 18) Disinfection 33 19) Testing 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 Specification,unless a date is specifically cited. 39 2. American Society of Mechanical Engineers (ASME): 40 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 41 3. American Society of Testing and Materials (ASTM): 42 a. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 43 b. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI 44 Tensile Strength. 45 c. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. 46 d. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 47 Steel. 48 e. C33, Standard Specification for Concrete Aggregates. CITY OF FORT WORTH Alorthside II 48-Inch Water Transmission Blain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 33 11 13-4 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 4 of 19 1 f. C144, Standard Specification for Aggregate for Masonry Mortar. 2 g. C 150, Specification for Portland Cement. 3 h. C293, Standard Test Method for Flexural Strength of Concrete(Using Simple 4 Beam with Center-Point Loading). 5 i. C497, Methods of Testing Concrete Pipe. 6 j. C882, Standard Test Method for Bond Strength of Epoxy-Resin Systems Used 7 With Concrete By Slant Shear. 8 k. C1090, Standard Test Method for Measuring Changes in Height of Cylindrical 9 Specimens of Hydraulic-Cement Grout. 10 1. E 165, Standard Practice for Liquid Penetrant Examination for General Industry. 11 4. American Welding Society(AWS): 12 a. D 1.1, Structural Welding Code -Steel. 13 5. American Water Works Association(AWWA): 14 a. C206, Field Welding of Steel Water Pipe. 15 b. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. 16 c. C303, Concrete Pressure Pipe, Bar-Wrapped, Steel-Cylinder Type. 17 d. M9, Concrete Pressure Pipe. 18 6. American Water Works Association/American National Standards Institute 19 (AW WA/ANSI): 20 a. C111/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 21 Fittings. 22 7.hitT''4 erna-t-ie'nal Orgarr'ization er-S-tanda-ar dizati8rr-(ivv)r 23 8. National Sanitation Foundation(NSF): 24 a. NSF 61, Drinking Water System Components -Health Effects 25 9. American Concrete Pressure Pipe Association(ACPPA) 26 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 27 1.5 SUBMITTALS 28 A. Submittals shall be in accordance with Section 01 33 00. 29 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 30 specials. 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Product Data 33 1. Exterior Coating 34 a. Material data 35 b. Application recommendations 36 c. Field touch-up procedures 37 2. Joint Wrappers 38 a. Material data 39 b. Installation recommendations 40 3. Flexible Joint Couplings 41 a. Manufacturer 42 b. Model 43 4. Mixes 44 a. Mortar for interior joints and patches CITY OF FORT WORTH Northside 1148-Inch Water Trcinsnrission,11ain, Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Member:02304 Revised December 20,2012 33 11 13-5 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 5 of 19 1 b. Bonding agents for patches 2 5. Gaskets (if applicable) 3 B. Shop Drawings—Furnish for Concrete Pressure Pipe used in the potable water systems 4 including: 5 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 6 Texas including: 7 a. Internal pressure 8 1) Working Pressure 9 2) Test Pressure 10 3) Surge pressure 11 b. External pressure 12 1) Deflection 13 2) Buckling 14 c. Special physical loading such as supports or joint design 15 d. Thermal expansion and/or contraction, if applicable for the proposed 16 installation 17 2. Thrust restraint calculations for all fittings and valves including the restraint length 18 sealed by a Licensed Professional Engineer in Texas. 19 3. Fabrication and lay drawings showing a schematic location with profile and a 20 tabulated layout schedule that is sealed by a Licensed Professional Engineer in 21 Texas and includes: 22 a. Pipe class 23 b. Joint types 24 c. Fittings 25 d. Thrust Restraint 26 e. Stationing(in accordance with the Drawings) 27 f. Transitions 28 g. Joint deflection 29 h. Outlet locations for welding,ventilation, and access 30 i. Welding requirements 31 4. Pipe within Casing 32 a. Provide drawings detailing how pipe is restrained to prevent floating within the 33 casing and built up mortar rings used for supports. 34 5. Contractor's proposed field welding procedure in accordance with AWWA C 206 35 and AWS D1.1 36 C. Certificates and Test Reports 37 a. Submittals for certificates and testing reports shall be as outlined in Article 1.9 38 of this Section. 39 b. Certified test reports for factory welds of fittings from an independent certified 40 welding inspector not, employed by the pipe manufacturer. 41 c. Certified test reports for field welds from an independent certified weldin 42 inspector,not employed by the pipe manufacturer. f CITY OF FORT WORTH Nm9hside 11 48-Inch Id'ater Trcinsmission 1kin,Phrase 2—Pcnrt I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02309 Revised December 20,2012 33 11 13-6 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 6 of 19 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. Qualifications 5 1. Manufacturers 6 a. Shall be American Concrete Pressure Pipe Association (ACPPA) Quality 7 Program certified, I.S.O. 9001 Quality Certification Program certified, or equal, 8 for Concrete Pressure Pipe and accessory manufacturing. 9 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 10 under the control of the manufacturer. 11 c. Pipe shall be the product of 1 manufacturer which has had not less than 5 years 12 successftil experience manufacturing AWWA C303 pipe within the United 13 States of the particular type and size indicated. 14 1) This experience record will be thoroughly investigated by the Engineer, and 15 acceptance will be at the sole discretion of the Engineer and City. 16 2) Pipe manufacturing operations (pipe, fittings, lining, and coating) shall be 17 performed at 1 location,unless otherwise approved by the Engineer. 18 d. Pipe shall be manufactured in accordance with the latest revisions of 19 AWWA C303. 20 e. All pipe and fittings shall not be shipped over salt waterways or via rail. 21 f. Approved manufacturers include US Pipe. No other Suppliers will be allowed. 22 B. Certifications 23 1. Prior to shipment of the pipe, the Pipe Manufacturer shall submit the following: 24 a. A Certificate of Adequacy of Design stating that the pipe to be filrnished 25 complies with AWWA C303 and these Specifications 26 b. Copies of results of factory hydrostatic tests shall be provided to the Engineer 27 c. Mill certificates, including chemical and physical test results for each heat of 28 steel 29 1) The manufacturer shall perform the tests described in AWWA C303, for all 30 pipe,fittings, and specials, except that the absorption test detailed in this 31 Specification shall supersede the requirements of the applicable portion of 32 AWWA C303. 33 d. Certified test reports for welder certification for factory and field welds in 34 accordance with AWWA C303, Section 5 35 e. Certified test reports for cement mortar tests 36 f. Certified test reports for steel cylinder tests 37 C. Hydrostatic Pressure Testing 38 1. Hydrostatic pressure testing shall meet or exceed the requirements of AWWA C303 39 Section 4.6—Fabrication. 40 a. Each pipe cylinder,with rings welded to its ends, shall be hydrostatically tested 41 prior to application of lining or coating. 42 b. The internal test pressure shall be that which results in a fiber stress equal to 75 43 percent of the minimum yield strength of the steel used. 44 c. Each pipe cylinder tested shall be completely watertight under maximum test 45 pressure. 46 d. Test pressure shall be held for sufficient time to observe the weld seams. CITY OF FORT WORTH Northside H 4S Inch IYaler Transmission X/ain,Phase 2—Pal-1 I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit.v Project Number:02304 Revised December 20,2012 33 11 13-7 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 7 of 19 I e. Pipe manufacturer shall maintain a recording of the pressure gauge report and 2 provide to the Engineer. 3 2. Fittings shall be fabricated from hydrostatically tested pipe or fabricated of welded 4 steel sheets or plates. 5 a. Fittings shall be tested in accordance with AWWA C303. All welds on fittings 6 shall be tested by ydrostatic test,ultrasonic test, air test, or magnetic particle 7 test. Air test shall be made by applying air to the weld at 10 pounds per square 8 inch pressure and checking for leaks around and through welds with soap 9 solution. In addition, 5 percent of welds on fittings shall be checked with x-ray 10 or ultrasonic testing by an independent certified welding inspector paid for by 11 the Pipe Manufacturer. 12 3. Factory Testing 13 a. Cement Mortar Coating-Absorption Test 14 1) A water absorption test shall be performed on samples of cured mortar 15 coating taken from each working shift. 16 a) The mortar coating samples shall have been cured in the same manner 17 as the pipe. 18 b) A test value shall consist of the average of a minimum of 3 samples 19 taken from the same working shift. 20 c) The test method shall be in accordance with ASTM C497, Method A. 21 d) The average absorption value for any test shall not exceed 9 percent 22 and no individual sample shall have an absorption exceeding 11 23 percent. 24 e) Tests for each working shift shall be performed on a daily basis until 25 conformance to the absorption requirements has been established by 10 26 consecutive passing test results, at which time testing may be 27 performed on a weekly basis for each working shift. 28 (1) Daily testing shall be resumed for each working shift with failing 29 absorption test results and shall be maintained until conformance to 30 the absorption requirements is re-established by 10 consecutive 31 passing test results. 32 D. Cement Mortar Lining 33 1. Shop-applied cement mortar linings shall be tested in accordance with AWWA 34 C303. 35 E. City Testing and Inspection 36 1. The City reserves the option to have an independent testing laboratory, at the City's 37 expense, inspect pipe and fittings at the pipe manufacturer's plant. 38 a. The City's testing laboratory and Engineer shall have free access to the 39 manufacturer's plant. 40 b. The pipe manufacturer shall notify the City, in writing, at least 2 weeks prior to 41 pipe fabrication as to start of fabrication and fabricating schedule. The City will 42 then advise the manufacturer as to City's decision regarding tests to be 43 performed by an independent testing laboratory. 44 c. In the event the City elects to retain an independent testing laboratory to make 45 material tests and weld tests, it is the intent that the tests be limited to 1 spot 46 testing of each category unless the tests do not show compliance with the 47 standard. CITY OF FORT WORTH Northside H 48417ch Mater Transmission jUain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit),Project Number:02304 Revised December 20,2012 33 11 13-8 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 8 of 19 1 1) If these tests do not show compliance, the City reserves the right to have 2 the laboratory snake additional tests and observations. 3 2. The inspection and testing by the independent testing laboratory anticipates that 4 production of pipe shall be done over a normal period of time and without "slow 5 downs" or other abnormal delays. 6 a. In the event that an abnormal production time is required, and the City is 7 required to pay excessive costs for inspection, then the Contractor shall be 8 required to reimburse the City for Such costs over and above those which would 9 have been incurred under a normal schedule of production as determined by the 10 Engineer. 11 F. Manufacturer's Technician for Pipe Installation 12 1. Pipe Manufacturer's Representative 13 a. During the construction period, the pipe manufacturer shall f imish the services 14 of a factory trained, qualified,job experienced technician to advise and instruct, 15 as necessary, in pipe laying and pipe jointing. 16 1) The technician shall assist and advise the Contractor in his pipe laying 17 operations and shall instruct construction personnel in proper joint assembly 18 and joint inspection procedures. 19 2) The technician is not required to be on-site full time;however,the 20 technician shall be regularly on-site during the first 2 weeks of pipe laying 21 and thereafter as requested by the Engineer, City or Contractor. 22 1.10 DELIVERY,STORAGE,AND HANDLING 23 A. Packing 24 1. Prepare pipe for shipment to: 25 a. Afford maximum protection from normal hazards of transportation 26 b. Allow pipe to reach project site in an undamaged condition 27 2. Pipe damaged in shipment shall not be delivered to the project site unless such 28 damaged pipe is properly repaired. 29 3. After the completed pipe and fittings have been removed from the final cure at 30 the manufacturing plant: 31 a. Protect pipe lining from drying by means of plastic end covers banded to the 32 pipe ends. 33 b. Maintain covers over the pipe ends at all times until ready to be installed. 34 c. Moisture shall be maintained inside the pipe by periodic addition of water as 35 necessary. 36 4. Pipes shall be carefully supported during shipment and storage. 37 a. Pipe,fittings and specials shall be separated so that they do not bear against 38 each other and the whole load shall be securely fastened to prevent 39 movement in transit. 40 b. Ship pipe on padded bunks with tie-down straps approximately over stalling. 41 c. Store pipe on padded skids, sand or dirt berms, tires or other suitable means 42 to protect the pipe from damage. 43 d. Each end and each length of pipe,fitting or special (42-inches and larger) 44 and the middle of each pipe joint shall be internally supported and braced 45 with stulls to maintain a true circular shape. 46 i. Internal stulls shall consist of timber or steel firmly wedged and secured 47 so that shills remain in place during storage, shipment and installation. CITY OF FORT WORTH Northsicle 1148-111th Water Transmission Hain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02301 Revised December 20,2012 33 11 13-9 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 9 of 19 I ii. Pipe shall be rotated so that one stull remains vertical during storage, 2 shipment and installation. 3 iii. At a minimum, stubs shall be placed at each end,each quarter point and 4 center. 5 iv. Stubs shall not be removed until pipe is backfilled. 6 B. Delivery, Handling, and Storage 7 1. Once the first shipment of pipe has been delivered to the site,the Engineer and 8 the Contractor shall inspect the pipe's interior coating for excessive cracking. 9 a. If excessive cracking is found, exceeding the allowance in AWWA C303, 10 modify shipping procedures to reduce or eliminate cracking. 11 2. Deliver,handle and store pipe in accordance with the manufacturer's 12 recommendations to protect coating systems. 13 C. Marking for Identification 14 1. For each joint of pipe and each fitting, plainly mark on 1 end: 15 a. Class for which it is designated 16 b. Date of manufacturer 17 c. Identification number 18 d. Top centerlines shall be marked on all specials. 19 D. Point of Delivery 20 1. The Contractor is responsible for securing and maintaining a location to store the 21 material in accordance with Section 01 66 00. 22 23 1.11 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER-FURNISHED [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES,AND MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed in the City's Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 0125 00. 33 3. Mortar lining shall be centrifugally cast to leave a smooth lining. All rough spots 34 shall be ground down with a rubbing stone or other approved method. 35 4. Mortar coating shall be dense, hard, with no cracks lamer than hairline(0.010 36 inches . 37 B. Materials 38 1. General 39 a. Pipe shall be manufactured in accordance with the latest revisions of 40 AWWA C303,AWWA M9, as well as the special requirements of this 41 Specification. 42 b. All pipe shall meet the requirements of NSF 61. 43 2. Cement i' CITY OF FORT WORTH Northside 1148-Inch Water Transmission Mainz,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cil),Project Number:02304 Revised December 20,2012 331113-10 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 10 of 19 1 a. Cement for use in concrete and mortar shall be Type I or II Portland Cement. 2 3. Aggregates 3 a. Aggregates for concrete lining and coating shall conform to ASTM C33. 4 4. Sand 5 a. Sand used for inside and outside joints shall be of silica base,conforming to 6 ASTM C 144. 7 5. Special Coating(Mortar Rings) 8 a. Pipe to be installed in casing shall have 2 built-up mortar rings, each 9 approximately 2 feet long and slightly higher than the pipe bell,to prevent the 10 pipe from being supported by the pipe bell. 11 b. Built-up mortar rings are to be applied at the quarter points of the pipe section. 12 6. Bushings, Couplings and Plugs 13 a. Where outlets or taps are threaded, fiurnish and install brass reducing bushings 14 in larger steel half couplings for the outlet size indicated. 15 b. Threaded plugs shall be brass. 16 7. Mixes 17 a. Cement Mortar 18 1) Cement mortar used for pouring joints shall consist of: 19 a) 1 part Portland Cement 20 b) 2 parts clean, fine, sharp silica sand 21 c) Mixed withop table water 22 d) No manufactured sand shall be permitted. 23 e) Exterior joint mortar shall be mixed to the consistency of thick cream. 24 f) Interior joint mortar shall be mixed with as little water as possible so 25 that the mortar is very stiff, but workable. 26 g) Cement shall be ASTM C150, Type I or Type II. 27 h) Sand shall conforin to ASTM C 144. 28 2) Cement mortar used for patching shall be mixed as per cement mortar for 29 inside joints. 30 8. Joint Wrappers 31 a. Joint wrappers shall be manufactured by Mar-Mac Manufacturing Company, or 32 approved equal. 33 b. For pipe within casing, Flex Protex joint filler, or approved equal, maybe used 34 for pipes that can be welded from the interior. 35 9. Flexible Joint Couplings 36 a. Flexible Joint Couplings shall be Dresser Style 38, Smith-Blair Style 411 or 37 approved equal. 38 10. Pipe Ends 39 a. The standard pipe end shall include Carnegie steel joint ring and a continuous 40 solid rubber ring gasket as per AWWA M9. 41 11. Gaskets 42 1) Flange in accordance with AWWA C207. 43 2) Provide Gaskets in accordance with Section 33 11 05. 44 12. Bolts and Nuts 45 a. Flanged Ends 46 1) Flange in accordance with AWWA C207. 47 2) Provide bolts and nuts in accordance with Section 33 11 05. CITY OF FORT WORTH Alorfluide H 48-Inch PVater Transmission Blain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 331113- I1 CONCRETE PRESSURE,PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page I 1 of 19 1 13. Isolation Flanges 2 a. Flanges required by the drawings to be Isolation Flanges shall conform to 3 Section 33 04 10. 4 14, Flange Coatings 5 a. Flange Coatings in accordance with Section 33 11 05. 6 15. Threaded Outlets 7 a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and 8 install brass bushings for the outlet size indicated. 9 16. Weld Lead Outlets (if applicable) 10 a. Use of threaded outlets for access for weld leads is permitted. 11 b. Additional outlet configurations shall be approved by the Engineer. 12 C. Outlets shall be welded after use. 13 17. Snap Rings 14 a. Snap rings shall be manufactured by Hansati Forterra, or approved equal. 15 C. Perfonnance/Design Criteria 16 1. Pipe Design 17 a. Pipe shall be designed,manufactured and tested in accordance with the latest 18 revisions of AWWA C303,AWWA M9, as well as the special requirements of 19 this Specification. 20 b. Sizes and pressure classes(working pressure) shall be as specified in the 21 Drawings. 22 c. For the purposes of pipe design, working pressure plus transient pressure shall 23 be as indicated below. 24 d. Pipe design shall be based on trench conditions and design pressure class 25 specified in the Drawings. 26 e. Pipe shall be designed according to the methods indicated in AWWA C303 and 27 AWWA M9 for trench construction,using the following parameters: 28 1) Unit Weight of Fill (w)= 130 pounds per cubic foot 29 2) Live Load=AASHTO H-20 truck for unpaved conditions 30 3) Live Load=Cooper E-80 loading for railroad crossings 31 4) Trench Depth=As indicated on Drawings 32 5) Coefficient Ku=0.150 33 6) Trench Width(Bd) as indicated on Drawings 34 7) Bedding Conditions=as indicated on Drawings 35 8) Pressure Class = 150 psi min.working pressure,unless higher classes are 36 shown on drawings 37 9) Surge Allowance= 100 psi minimum 38 a) where: Total Pressure (including surge)= 150 psi+ 100 psi=250 psi. 39 10) Deflection Lag Factor= 1.0 40 11) Soil Reaction Modulus (E')< 1,000 for gravel embedment 41 12) Soil Reaction Modulus (E')<4,000 for CSLM embedment 42 13) Maximum calculated deflection,Dy=Dx=1% 43 14) Coefficient k=0.09 44 15) Maximum steel stress level at working pressure equal 18,000 psi. 45 f. Trench depths indicated on Drawings shall be verified after existing utilities are 46 located. CITY OF FORT WORTH Northside II 48-Inch[Vater Transmission Alain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 33 11 13-12 CONCRETE.PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 12 of 19 1 1) Vertical alignment changes required because of existing utility or other 2 conflicts shall be accommodated by an appropriate change in pipe design 3 depth. 4 2) In no case shall pipe be installed deeper than its design allows. 5 g. Where the pipe requires additional external support to achieve the specified 6 maximum deflection,the Contractor and pipe supplier will be required to ftimish 7 alternate methods for pipe embedment. No additional compensation will be 8 made to the Contractor by the Owner where this method is required. 9 2. Provisions for Thrust 10 a. Thrust at bends, tees or other fittings shall be resisted by restrained joints or 1 I snap rings. 12 1) Thrust at bends adjacent to casing shall be restrained by welding joints 13 through the casing and a sufficient distance each side of the casing. 14 2) No thrust restraint contribution shall be allowed for pipe in casing unless 15 the annular space in the casing is filled with grout. 16 3) The distance for thrust restraint shown on the Drawings is the minimum 17 restraint and does not relieve the manufacturer from calculating the restraint 18 needs as specified herein. 19 a) In no case shall the restrained distance be less than indicated on the 20 Drawings. 21 b. Restrained joints shall be used a sufficient distance from each side of the bend, 22 tee, plug or other fitting to resist thrust which develops at the design pressure of 23 the pipe. 24 1) The distance for thrust restraint shown on the Drawings is the minimum 25 restraint and does not relieve the manufacturer from calculating the restraint 26 needs as specified herein. 27 a) hi no case shall the restrained distance be less than indicated on the 28 Drawings. 29 2) Restrained joints shall consist of welded joints or snap rings. 30 3) In areas where restrained joints are used for thrust restraint, the pipe shall 31 have adequate cylinder thickness to transmit the thrust forces. 32 c. Thrust restraint design 33 1) The length of pipe with restrained joints to resist thrust forces shall be 34 verified by the pipe manufacturer in accordance with AWWA M9 and TRDP 35 program and the following: 36 a) The Weight of Earth(We) shall be calculated as the weight of the 37 projected soil prism above the pipe. 38 (1) Soil Density= 130 pounds per cubic foot(maximum value to be 39 used for unsaturated soil). 40 b) use soil type V IV 41 c) friction factor=0-24 0.35 in CSLM embedment or 0.25 in crushed rock 42 embedment. 43 d) thrust design pressure equal working pressure plus surge pressure 44 e) assume only fetor•six feet of cover over the pipe in all cases. 45 d. Thrust collars will only be permitted for temporary plugs. 46 1) Thrust collars may not be used for any other application, unless approved in 47 writing by the Engineer. 48 3. Inside Diameter CITY OF FORT WORTH Northside If 48-h2ch Rater Ti-ansmission lfain,Phase 2—Pm9 I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit),Project Number:02304 Revised December 20,2012 33 11 13-13 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 13 of 19 I a. The inside diameter, of the cement mortar lining shall be the nominal diameter 2 specified, unless otherwise indicated on the Drawings. 3 4. Joint Bonds, Insulated Connections and Flange Gaskets 4 a. Joint Bonds, Insulated Connection and Flange Gaskets shall be in accordance 5 with Section 33 04 10. 6 5. Bend Fittings 7 a. All bend fittings shall be long radius or 2.5 x diameter to perinit passage of 8 pipeline pigs. 9 6. Fittings with Flanges 10 1) Flanged joints shall be provided at connections to valves and where 11 indicated on the Drawings. 12 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral 13 welds ground flush to accommodate the type of flanges provided. 14 3) Pipe flanges and welding of flanges to Concrete Pressure Pipe shall 15 conform to the requirements of AWWA C207 and AWWA C206. 16 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent 17 pipe class. 18 5) Flanges shall match the fittings or appurtenances which are to be attached. 19 6) Flanges shall be Class E with 275 psi working pressure in accordance with 20 AWWA C207 and in accordance with ASME B 16.1 Class 125 for areas 21 designated with a 225 psi test pressure. 22 7. Pipe fittings and specials shall be designed such that the maximum stress in the pipe 23 due to thrust loading will not exceed 18,000 psi. Bend fittings over 15 degrees, 24 pipe with outlets 24-inch inches and larger,main line tees, and wyes shall have the 25 following minimum thickness: 26 1) 36-inch diameter and smaller=0.25-inches 27 2) 37-inch to 60-inch diameter=0.375-inches 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMINATION [NOT USED] 33 3.3 PREPARATION [NOT USED] 34 3.4 INSTALLATION 35 A. General 36 1. Install Concrete Pressure Pipe, fittings, specials and appurtenances as required for 37 the proper fimctioning of the completed pipe line. 38 2. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 39 AWWA M9, and in accordance with the pipe manufacturer's recommendations. 40 3. Lay pipe to the lines and grades show on the Drawings. CITY OF FORT WORTH Northside H 48-Lich Maier Transmission Hain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 33 11 13-14 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 14 of 19 1 4. Excavate,embed and backfill trenches in accordance with Section 33 05 10. 2 5. At the close of each operating day: 3 a. Keep the pipe clean and free of debris, dirt, animals and trash—during and after 4 the laying operation. 5 b. Effectively seal the open end of the pipe using a gasketed night cap. 6 6. If pipe is placed in casing, restrain pipe from floating as required in Article 1.6.B.4. 7 B. Pipe Handling 8 1. Haul and distribute pipe fittings at the project site and handle piping with care to 9 avoid damage. 10 2. Before lowering into the trench and inspect each joint of pipe and reject or repair 11 any damaged pipe. 12 3. Pipe shall be handled at all times with a minimum of 1 wide non-abrasive sling, 13 belts or other equipment designed to prevent damage to the coating or lining. 14 Chains will not be allowed. 15 4. The equipment shall be kept in such repair that its continued use is not injurious to 16 the coating. 17 5. The spacing of pipe supports required to handle the pipe shall be adequate to 18 prevent cracking or damage to the lining or coating. 19 C. Pipe Jointing 20 1. General 21 a. Thoroughly clean the bell and spigot rings before laying each joint of pipe by 22 brushing and wiping. 23 b. If any damage to the protective coating on the metal has occurred, repair the 24 damage before laying the pipe. 25 c. Lubricate the gasket and the inside surface of the bell with an approved 26 lubricant(flax soap)which will facilitate the telescoping of the joint. 27 d. Tightly fit together sections of pipe and exercise care to secure true alignment 28 and grade. 29 e. When a joint of pipe is being laid,place the gasket on the spigot ring and enter 30 the spigot end of the pipe into the bell of the adjoining pipe and force into 31 position. 32 1) The inside joint space between ends of the pipe sections shall have an 33 opening within the tolerances as recommended by the pipe manufacturer. Use 34 joint spacers at all locations to prevent over-stabbing joints. 35 f. No "blocking up" of pipe or joints will be permitted, and if the pipe is not 36 uniformly supported or the joint not made up properly, remove the joint and 37 properly prepare the trench. 38 g. After joining, check the position of the gasket with a feeler gauge. 39 1) If the gasket is out of position, disassemble the joint and repeat the joint 40 laying procedure. 41 h. For interior welded joints, complete backfilling before welding. 42 i. For exterior field-welded joints,provide adequate working room under and 43 beside the pipe. 44 2. Exterior Joints 45 a. Make the exterior joint by placing a joint wrapper around the pipe and secure in 46 place with 2 metal straps. CITY OF FORT WORTH Northside II 48-Inch iVnier Transmission Blain,Phnse 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01,Project Number:02304 Revised December 20,2012 331113-15 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 15 of 19 1 1) The wrapper shall be 9 inches wide for pipe 36-inches and larger, and 7 2 inches wide for smaller pipe, hemmed on each side. 3 2) The wrapper shall be fiberglass reinforced or burlap cloth, with lengths 4 encircling the pipe, leaving enough opening between ends to allow the mortar 5 to be poured inside the wrapper into the joint. 6 3) Fill the joint with mortar from 1 side in 1 continuous operation until it has 7 flowed entirely around the pipe. 8 4) During the filling of the joint, pat or manipulate the sides of the wrapper to 9 settle the mortar and expel any entrapped air. 10 5) Leave wrappers in place undisturbed until the mortar has set-up. 11 6) Do not embed or backfill over pipe for a minimum of two hours to allow 12 mortar to set up. At the start of the project,excavate two joints of pipe to 13 verify mortar does not have shrinkage cracks. 14 3. Interior Joints 15 a. Upon completion of backfilling of the pipe trench, fill the inside joint recess 16 with a stiff cement mortar/high-strength grout. 17 b. Prior to placing of mortar/grout,clean out dirt or trash which has collected in 18 the joint and moisten the concrete surfaces of the joint space by spraying or 19 brushing with a wet brush. 20 c. Ram or pack the stiff mortar/grout into the joint space and take extreme care to 21 insure that no voids remain in the joint space. 22 d. After the joint has been filled, level the surfaces of the joint mortar/grout with 23 the interior surfaces of the pipe with a steel trowel so that the surface is smooth. 24 e. Interior joints of pipe smaller than 21-inches shall have the bottom of the bell 25 buttered with grout,prior to inserting the spigot, such that when the spigot is 26 pushed into position it will extrude surplus grout from the joint. 27 1) The surplus grout shall be struck off flush with the inside of the pipe by 28 pulling a filled burlap bag or an inflated ball through the pipe with a rope. 29 4. Welded Joints 30 a. Weld joints in accordance with the AWWA M9 and AWWA C2O6. 31 1) Contractor shall provide adequate ventilation for welders and for the City to 32 observe welds. 33 2) Unless otherwise specified on the Drawings,welds shall be full circle fillet 34 welds. 35 b. Adequate provisions for reducing temperature stresses shall be the 36 responsibility of the Contractor. 37 c. Before welding: 38 1) Thoroughly clean pipe ends. 39 2) Weld pipe by machine or by the manual shielded electric arc process. 40 d. Welding shall be performed so as not to damage lining or coating. 41 e. Furnish labor, equipment,tools and supplies, including shielded type welding 42 rod. 43 1) Protect welding rod from any deterioration prior to its use. 44 2) If any portion of a box or carton is damaged, reject the entire box or carton. 45 f. In all hand welding: 46 1) The metal shall be deposited in successive layers. 47 2) Not more than 1/8 inch of metal shall be deposited in each pass. CITY OF FORT WORTH Alorthside II 48-Inch Water Transmission Alain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 331113-16 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 16 of 19 1 3) Each pass except the final 1, whether in butt or fillet welds, shall be 2 thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, 3 slag or flux before the succeeding bead is applied. 4 4) Each pass shall be thoroughly Rised into the plates at each side of the 5 welding groove or fillet and shall not be permitted to pile up in the center of 6 the weld. 7 5) Undercutting along the side shall not be permitted. 8 g. Welds shall be free from pin holes,non-metallic inclusions, air pockets, 9 undercutting and/or any other defects. 10 h. If the ends of the pipe are laminated, split or damaged to the extent that 11 satisfactory welding contact cannot be obtained, remove the pipe from the line. 12 i. Furnish each welder employed with a steel stencil for marking the welds so that 13 the work of each welder may be identified. 14 1) Have each welder stencil the pipe adjacent to the weld with the stencil 15 assigned to him. 16 a) Lithe event any welder leaves the job,his stencil shall be voided and 17 not duplicated if another welder is employed. 18 j. Welders 19 1) Each welder employed by the Contractor shall be required to satisfactorily 20 pass a welding test in accordance with AWWA C206 before being allowed to 21 weld on the line. 22 2) After each welder has qualified in the preliminary tests referred to above, 23 inspections shall be made of joints in the line. 24 a) The inspection will be done by a Certified Welding Inspector retained 25 by the City. 26 3) Any welder making defective welds shall not be allowed to continue to 27 weld. 28 k. Weld Testing 29 1) Dye penetrant tests in accordance with ASTM E165, or magnetic particle 30 test in accordance with AWWA C206 and set forth in AWS D.1.1., shall be 31 performed by the Contractor under the supervision and inspection of the 32 City's Representative or an independent testing laboratory, on all fiull welded 33 joints. 34 a) Welds that are defective will be replaced or repaired,whichever is 35 deemed necessary by the Engineer, at the Contractor's expense. 36 b) If the Contractor disagrees with the Engineer's interpretation of welding 37 tests, test sections may be cut from the joint for physical testing. The 38 Contractor shall bear the expense of repairing the joint,regardless of 39 the results of physical testing. 40 (1) The procedure for repairing the joint shall be approved by the 41 Engineer before proceeding. 42 5. Protection of Exposed Metal 43 a. Protect exposed ferrous metal by a minimum of 1 inch coating of cement 44 mortar as previously specified for inside joints, unless otherwise specified in the 45 Drawings. 46 b. Exposed large flat surfaces such as flanges,bolts, caulked joints, threaded 47 outlets, closures,etc., shall have coating reinforced with galvanized wire mesh. 48 c. Thoroughly clean and wet the surface receiving a cement mortar coating with 49 water just prior to placing the cement mortar coating. CITY OF FORT WORTH Northside 1145-Inch(Yater Transmission dlai17,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cir) Project Number:02304 Revised December 20,2012 33 11 13-17 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 17 of 19 1 d. After placing, take care to prevent cement mortar from drying out too rapidly 2 by covering with damp earth or burlap. 3 e. Cement mortar coating shall not be applied during freezing weather. 4 6. Patching 5 a. Excessive field-patching of lining or coating shall not be permitted. 6 b. Patching of lining or coating will be allowed where area to be repaired does not 7 exceed 100 square inches and has no dimensions greater than 12 inches. 8 c. In general,there shall not be more than 1 patch on either the lining or the 9 coating of any 1 joint of pipe. 10 d. Wherever necessary to patch the pipe,make patch with cement mortar as I 1 previously specified for interior joints. 12 e. Do not install patched pipe until the patch has been properly and adequately 13 cured and approved for laying by the City. 14 f Promptly remove rejected pipe from the site. 15 3.5 REPAIR/RESTORATION [NOT USED] 16 3.6 RE-INSTALLATION [NOT USED] 17 3.7 FIELD QUALITY CONTROL 18 A. Field[OR] Site Tests and Inspections 19 1. Cleaning and Testing 20 a. Cleaning, disinfection,hydrostatic testing and bacteriological testing of water 21 mains 22 1) Clean,flush,pig, disinfect,hydrostatic test and bacteriological test the 23 water main as specified in Section 33 04 40. 24 2. Deflection Testing 25 a. Prior to hydrostatic testing,the City's inspector and Contractor shall perform 26 deflection testing at a minimum rate of 2 measurement for every pipe joint. 27 b. City may reject any areas not meeting the deflection requirements of this 28 Specification. 29 c. The Contractor shall complete internal welding of joints, welding inspections 30 and grout of the inside joints prior to measuring deflection. The welding 31 inspections shall be done by an independent CWI as described in Section 01 45 32 23 "Testing and Inspection Services". 33 d. Deflection measurements shall be made by the City's inspector and Contractor. 34 1) Welds that are defective will be replaced or repaired, whichever is deemed 35 necessary y the Engineer,at the Contractor's expense. 36 2) Method for taking measurements shall be agreed to by the Owner and 37 Engineer in writing prior to installing the first joint of pipe. 38 3) Measurements shall be recorded by the Contractor. 39 4) The deflection measurements shall be made no sooner than 5 days and no 40 later than 30 days after backfilling operations are complete. 41 e. Deflection shall be determined with vertical measurements taken at the 42 locations indicated below. Locations where vertical measurements are taken 43 shall be clearly marked on the interior of the pipe. 44 1) For pipe joints 36 feet in length or less,vertical measurements shall be 45 taken at two locations, 1/4-distance from each pipe end. CITY OF FORT WORTH Vorthsicle H 48 Inch Mater Transmission 1Iain,Phase 2—Pmv I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit) Project Number:02304 Revised December 20,2012 33 11 13-18 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 18 of 19 1 2) For pipe joints longer than 36 feet, vertical measurements shall be taken at 2 3 locations including 1/4-distance from each pipe end and at the pipe 3 midpoint. 4 f. Correction of Pipe Not Complying with Deflection Requirements 5 1) If the average joint deflection of a single joint or any single measurement 6 fails to meet specifications,the entire joint shall be reworked in accordance 7 with the manufacturer's recommendations and as directed by the Owner at 8 no additional cost to the Owner. This may include uncoveringthe he pipe, re- 9 compaction of the pipe bedding, and repair of the coating. It is the 10 Contractor's responsibility to continuously measure and calculate pipe 11 deflection to verify it meets specification. 12 2) All costs associated with measuring for pipe deflection and any repairs or 13 rework associated with meeting these requirements shall be borne by the 14 Contractor. 15 g. Pipe Deflection Reports 16 1) A monthly report shall be submitted as Record Data showing allowable 17 deflection and 1.5 times allowable deflection and the deflection 18 measurements and calculated average deflection for each location measured 19 per joint for each joint of pie 20 2) It is the responsibility of the Contractor to verify that the nominal pipe 21 diameter meets specifications at all measured locations. Contractor shall 22 coordinate pipe replacement with the pipe manufacturer for any pipe not 23 meetingthe he specified internal diameter. 24 h. Average allowable pipe deflection shall not exceed 1.0%. In no case shall 25 individual measurements exceed 1.5%or D2/4 000 whichever controls where D 26 =pipe inside nominal diameter. These measurements include the allowable 27 tolerance for lining thickness variation Additionallypots or pipe with 28 damaged lining shall be repaired. 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 END OF SECTION 37 CITY OF FORT WORTH Northside 1198-h7ch Water Transmission illain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 33 11 13-19 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 19 of 19 Revision Log DATE NAME SUMMARY OF CHANGE 1.10.A.4.d.—Size revision for stun requirement 12/20/2012 D.Johnson 2.2.13.10, 11, 12 and 13—Added reference to Sections 33 11 05 and 33 04 10; removed material specifications for bolts,nuts and gaskets 1 CITY OF FORT WORTH Northside II 48-Inch!Pater Transmission blain,Phase 2-Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 33 11 14-1 BURIED STEEL PIPE AND FITTINGS Page] of 33 1 1 SECTION 33 11 14 2 BURIED STEEL PIPE AND FITTINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Buried Steel Pipe 24-inches and larger for potable water applications. The allowed 7 coating system for Unit I is polyurethane. Cement mortar coatingis's only allowed 8 for the 36-inch water line(Unit lI) and the only coatingsystem permitted for this 9 line. 10 2. 11 B. Deviations from this City of Fort Worth Standard Specification. Additions are 12 underlined and deletions are strike-thru. 13 1. 1.1 A. 14 2. 1.3 A. 2. 15 3. 1.3 A. 4. a. 16 4. 1.3 A. 4. n. 17 5. 1.3 A. 4. o. 18 6. 1.3 A. 5. a. 19 7. 1.3 A. 6. 20 8. 1.3 A. 7.j. 21 9. 1.3 A. 7. k. 22 10. 1.3 A. 13. e. 23 11. 1.3 A. 13. f. 24 12. 1.3 A. 14. 25 13. 1.6 A. 1. a. 26 14. 1.6 B. 3. 1. 27 15. 1.6 B. 4. 28 16. 1.6 C. 1. h. 29 17. 1.6 C. 1. i. 30 18. 1.9 A. 1. a. 31 19. 1.9 A. 1. d. 32 20. 1.9 A. 1. f. 33 21. 1.9 A. 1, g. 34 22. 1.9 A. 1. h. 35 23. 1.9 A. 1. i. 36 24. 1.10 A. 3. d. 37 25. 1.10 A. 4. d. 4) 38 26. 1.10 B. 1. CITY OF FORT WORTH Northside H 48-Inch Water Transmission Blain,Phase 2--Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch),Project Number:02304 Revised December 20,2012 33 11 14-2 BURIED STEEL PIPE AND FITTINGS Page 2 of 33 1 27, 2.2 B. 2. 2 28. 2.2 B. 2. a. 1) 3 29. 2.2 B. 2. a. 1) d. 4 30. 2.2 B. 2. a. 1)f. 5 31. 2.2 B. 2, a. 1)g. 6 32. 2.2 B. 2. a. 1)h. 7 33. 2.2 B. 2. a. 1)k. 8 34. 2.2 B. 2. a. 1) 1. 9 35. 2.2 B. 2, a. 1)m. 10 36. 2.2 B. 2, a. 1) n. 11 37. 2.2 B. 2. b. 1) 12 38. 2.2 B. 3. 13 39. 2.2 B. 3.b 14 40. 2.2 B. 3.b.1) 15 41. 2.2 B. 3.b.3) 16 42. 2.2 B. 3.b.4) 17 43. 2.2 B. 3.b.5) 18 44. 2.2 B. 4. 1) 19 45. 2.2 B. 7. e. 20 46. 2.2 B. 8. b. 21 47. 2.2 B. 10. c 22 48. 2.2 B. 11. a. 1) 23 49. 2.2 B. 11. a. 4) 24 50. 2.2 B. 12, b. 25 51. 2.2 B. 12. c. 26 52. 2.2 B. 12. d. 27 53. 2.2 B. 13, 28 54. 2.2 C. 1. b. 29 55. 2.2 C. 1. e. 30 56. 2.2 C. 2. d. 31 57. 2.2 C. 4, a. 32 58. 2.2 C. 4, c. 2) 33 59. 2.2 C. 4. e. 34 60. 2.2 C. 6. b. 35 61. 2.2 C. 8. a. 36 62. 2.2 C. 9, c. 37 63. 2.2 C. 9. d. 1) 38 64. 2.2 C. 10 39 65. 2.2 C. 10. b. 40 66. 2.2 C. 11. CITY OF FORT WORTH Northsicle H 48-Inch[Vater Transmission Alain,Phase 2-Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit,Proiect Number:02304 Revised December 20,2012 33 ll 14-3 BURIED STEEL PIPE AND FITTINGS Page 3 of 33 1 67. 2.2 C. 12. 2 68. 2.4 B. 1. 3 69. 2.4 B. 2. b. 1) 4 70. 2.4 B. 2. b. 2) 5 71. 2.4 D. 2. c. 6 72. 2.4 D. 3. 7 73. 3.4 A. 1. 8 74. 3.4 A. 5. 9 75. 3.4 B. 2. 10 76. 3.4 C. 3. 11 77. 3.4 D. 1. d. 12 78. 3.4 D. 2. a. 3) 13 79. 3.4 E. 6. 14 80. 3.4 F. 2. 15 81. 3.4 G. 1. a. 4) 16 82. 3.4 G. 1. c. 17 83. 3.4 G. 1. d. 18 84. 3.4 G. 2. 19 85. 3.5 A. 1. 20 86. 3.5 C. J, 21 87. 3.7 A. 3. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the 24 Contract 25 2. Division 1 -General Requirements 26 3. Section 33 01 31 -Closed Circuit Television(CCTV)Inspection 27 4. Section 33 04 10-Joint Bonding and Electrical Isolation 28 5. Section 33 04 40-Cleaning and Acceptance Testing of Water Mains 29 6. Section 33 05 10-Utility Trench Excavation, Embedment, and Backfill 30 7. Section 33 11 05-Bolts, Nuts, and Gaskets 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Buried Steel Pipe 34 a. Measurement 35 1) Measured horizontally along the surface from center line to center line of 36 the fitting or appurtenance 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement'will be paid for at the unit 40 price bid per linear foot of"Steel AWWA C200 Pipe"installed for: 41 a) Various sizes 42 b) Various type of backfill CITY OF FORT WORTH Northside 1148-Inch ffciter Transmission llkin,Phrase 2-Pcn•t 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 33 11 14-4 BURIED STEEL PIPE AND FITTINGS Page 4 of 33 1 c. The price bid shall include: 2 1) Furnishing and installing Buried Steel Pipe with joints as specified by the 3 Drawings 4 2) Mobilization 5 3) Coating 6 4) Lining 7 5) Pavement removal 8 6) Excavation 9 7) Hauling 10 8) Disposal of excess material 11 9) Furnishing,placement and compaction of embedment 12 10) Thrust restraint 13 11) Bolts and nuts 14 12) Welding 15 13) Gaskets 16 14) Furnishing,placement and compaction of backfill 17 15) Trench water stops 18 16) Clean-up 19 17) Cleaning 20 18) Disinfection 21 19) Testing 22 2. Buried Steel Pipe Fittings 23 a. Measurement 24 1) Measurement for this Item shall be by lump sum. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement" will be paid for at the 28 lump sum price bid for"Steel Fittings". 29 c. The price bid shall include: 30 1) Furnishing and installing Buried Steel Pipe with joints as specified by the 31 Drawings 32 2) Mobilization 33 3) Coating 34 4) Lining 35 5) Pavement removal 36 6) Excavation 37 7) Hauling 38 8) Disposal of excess material 39 9) Furnishing,placement and compaction of embedment 40 10) Thrust restraint 41 11) Bolts and nuts 42 12) Welding 43 13) Gaskets 44 14) Furnishing,placement and compaction of backfill 45 15) Trench water stops 46 16) Clean-up 47 17) Cleaning 48 18) Disinfection 49 19) Testing CITY OF FORT WORTH Northside LI 48-Inch TPater Transmission Blain,Phase 2—Port I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjectlVmnber:02304 Revised December 20,2012 33 11 14-5 BURIED STEEL PIPE AND FITTINGS Page 5 of 33 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification,unless a date is specifically cited. 6 2. American ^ -ehiteetu al NzlanufaetureFs Association of State Highway and 7 Transportation Officials (AASHTO). 8 3. American Society of Mechanical Engineers(ASME): 9 a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250). 10 4. ANSI International(ASTM): 11 a. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 gBl PSI 12 Tensile Strength. 13 b. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. 14 c. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 15 Steel. 16 d. C33, Standard Specifications for Concrete Aggregates. 17 e. C 144, Standard Specification for Aggregate for Masonry Mortar. 18 f. C 150, Standard Specification for Portland Cement. 19 g. C216, Standard Specification for Facing Brick(Solid Masonry Units Made 20 from Clay or Shale). 21 It. D16, Standard Terminology for Paint, Related Coatings, Materials, and 22 Applications. 23 i. D242, Standard Specification for Mineral Filler for Bituminous Paving 24 Mixtures. 25 j. DD522, Standard Test Methods for Mandrel Bend Test of Attached Organic 26 Coatings. 27 k. D2240, Standard Test Method for Rubber Propel y-Durometer Hardness. 28 1. D4541, Standard Test Method for Pull-Off Strength of Coatings Using Portable 29 Adhesion Testers. 30 In. E165, Standard Practice for Liquid Penetrant Examination for General Industry. 31 n. ASTM E 709 Practice for Magnetic Particle 32 o. ASTM E1444 Guide for Magnetic Particle Examination 33 5. American Welding Society(AWS) 34 a. DLI, Structure Welding Code - Steel. 35 6—z'�tfucture Welding Code Stool 36 7. American Water Works Association(AWWA): 37 a. C200, Steel Water Pipe-6 Inches and Larger. 38 b. C205, Cement Mortar Protective Lining and Coating for Steel Water Pipe 4 In 39 and Larger Shop-Applied. 40 c. C206, Field Welding of Steel Water Pipe. 41 d. C207, Steel Pipe Flanges for Waterworks Service -Sizes 4 IN through 144 IN 42 e. C208, Dimensions for Fabricated Steel Water Pipe Fittings. 43 f. C210, Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel 44 Water Pipelines. 45 g. C216, Heat Shrinkable Cross-Linked Polyolefin Coatings for the Exterior of 46 Special Sections, Connections, and Fittings for Steel Water Pipelines 47 It. C222,Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe 48 and Fittings CITY OF FORT WORTH Northside H 48-Inch fPater Transmission dlctin,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 33 11 14-6 BURIED STEEL PIPE AND FITTINGS Page 6 of 33 I i. M11, Steel Pipe -A Guide for Design and Installation. 2 j. C217, Petrolatum and Petroleum Wax Tape Coating;for the Exterior of Special 3 Sections, Connections, and Fittings for Steel Water Pipelines 4 k. C604, Installation of Steel Water Pipe 5 8. American Water Works Association/American National Standards Institute 6 (AWWA/ANSI): 7 a. CI I I/A21.1 1, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 8 Fittings. 9 9. International Organization for Standardization(ISO). 10 10. NACE International(NACE): 11 a. SP0188, Discontinuity(Holiday)Testing of New Protective Coatings on 12 Conductive Substrates. 13 11. NSF hlternational (NSF): 14 a. 61, Drinking Water System Components -Health Effects. 15 12. Spray Polyurethane Foam Alliance (SPFA). 16 13. Society for Protective Coatings (SSPC)/National Associate of Corrosion Engineers 17 (NAGE) 18 a. PA 2,Measurement of Dry Coating Thickness with Magnetic Gages. 19 b. SP 1, Solvent Cleaning. 20 c. SP 2,Hand Tool Cleaning. 21 d. SP 3, Power Tool Cleaning. 22 e. SP 10/NACE No. 2,Near-White Blast Cleaning. 23 f. SP 5 White Metal Abrasive Blast 24 25 (SSPG,L 1 A CE) 26 a. SP 1 044AGE No. , Isleaf White Blast Cleani..,. 27 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 28 1.5 SUBMITTALS 29 A. Submittals shall be in accordance with Section 01 33 00. 30 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 31 specials. 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 33 A. Product Data 34 1. Exterior Coating 35 a. Material data per 2.2 B. 2 or 2.2 13.3. 36 b. Application recommendations 37 c. Field touch-up procedures 38 2. Heat Shrink Sleeves,if applicable 39 a. Material data 40 b. Installation recommendations 41 3. Joint Wrappers,if applicable 42 a. Material data 43 b. Installation recommendations 44 4. Mixes CITY OF FORT WORTH Northside II 48-Inch lllaterTransmission Alain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 33 11 14-7 BURIED STEEL PIPE AND FITTINGS Page 7 of 33 I a. Mortar for interior joints and patches 2 b. Bonding agents for patches 3 5. Gaskets 4 B. Shop Drawings 5 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 6 Texas including: 7 a. Internal pressure 8 1) Maximum design pressure 9 2) Surge pressure 10 b. External pressure 11 1) Deflection 12 2) Buckling 13 3) Extreme loading conditions 14 c. Special physical loading such as supports or joint design 15 d. Thermal expansion and/or contraction 16 2. Thrust restraint calculations for all fittings and valves including the restraint length 17 sealed by a Licensed Professional Engineer in Texas to verify the restraint lengths 18 shown in the Drawings. 19 3. Fabrication and lay drawings showing a schematic location with profile and a 20 tabulated layout schedule that is sealed by a Licensed Professional Engineer in 21 Texas and includes: 22 a. Pipe class 23 b. Joint types 24 c. Fittings 25 d. Outlets 26 e. Thrust Restraint 27 f. Stationing(in accordance with the Drawings) 28 g. Transitions 29 h. Joint deflection 30 i. Interior lining 31 j. Outlet locations for welding, ventilation, and access 32 k. Welding requirements and provisions for thermal stress control 33 1. Contractor's proposed field welding procedure in accordance with AWWA 34 C206 and AWS D 1.1. 35 4. Poly>_nethane coating and heat shrink sleeve catalog sheets and technical 36 information. 37 C. Certificates and Test Reports 38 1. Prior to shipment of the pipe, the pipe manufacturer shall submit the following: 39 a. A Certificate of Adequacy of Design stating that the pipe to be furnished 40 complies with AWWA C200,AWWA C205, AWWA C210,AWWA C222 41 and these Specifications. 42 b. Copies of results of factory hydrostatic tests shall be provided to the Engineer. 43 c. Mill certificates, including chemical and physical test results for each heat of 44 steel. 45 d. A Certified Test Report from the polyurethane coating manufacturer indicating 46 that the coatings were applied in accordance with manufacturer's requirements 47 and in accordance with this Specification. CITY OF FORT WORTH Northside 17 48-Incl?1Poter Transmission iI fain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit),Project Number:02304 Revised December 20,2012 33 11 14-8 BURIED STEEL PIPE AND FITTINGS Page 8 of 33 1 e. Certified test reports for welder certification for factory and field welds in 2 accordance with AWWA C200, Section 4.11. 3 f. Certified test reports for cement mortar tests. 4 g. Certified test reports for steel cylinder tests. 5 h. Certified test reports for factory welds of fittings from an independent certified 6 welding inspector,not employedy the pipe manufacturer. 7 i. Certified test report for field welds from an independent certified welding 8 inspector, not employed b. the e pipe manufacturer. 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. Qualifications 13 1. Manufacturers 14 a. Shall be certified under S.P.F.A, or I.S.O. 9001 quality certification program 15 for steel pipe and accessory manufacturing 16 b. Finished pipe shall be the product of 1 manufacturer. 17 c. Pipe manufacturing operations (pipe,lining and coatings) shall be performed 18 under the control of the manufacturer. 19 d. The pipe manufacturer shall not have less than 5 years successfiul experience 20 manufacturing pipe including the lining and coating, within the United States to 21 AWWA standards of the particular type and size indicated or demonstrate an 22 experience record that is satisfactory to the Engineer and City. 23 1) This experience record will be thoroughly investigated by the Engineer, and 24 acceptance will be at the sole discretion of the Engineer and City. 25 2) Pipe manufacturing operations (pipe, fittings, lining, coating) shall be 26 performed at 1 location, unless otherwise approved by the Engineer. 27 e. Manufacture pipe in accordance with the latest revisions of AWWA C200, 28 AWWA C205, AWWA C210 and AWWA C222. 29 f. All pipe shall be new and not supplied from inventory. 30 g. All pipe and fittings shall not be shipped over salt waterways. 31 h. All mortar coated steel pipe and fittings shall not be shipped via rail. 32 i. Approved manufacturers include US Pipe,Northwest Pipe, and American 33 SpiralWeld Pipe. No other Suppliers will be allowed. 34 1.10 DELIVERY,STORAGE,AND HANDLING 35 A. Packing 36 1. Prepare pipe for shipment to: 37 a. Afford maximum protection from normal hazard of transportation 38 b. Allow pipe to reach project site in an undamaged condition 39 2. Pipe damaged in shipment shall not be delivered to the project site unless such 40 damaged pipe is properly repaired. 41 3. After the completed pipe and fittings have been removed from the final cure at the 42 manufacturing plant: 43 a. Protect pipe lining from drying by means of plastic end covers banded to the 44 pipe ends. 45 b. Maintain covers over the pipe ends at all times until ready to be installed. CITY OF FORT WORTH Northshle H 48-Inch Water Transmission Hain,Phase 2-Part l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 33 11 14-9 BURIED STEEL PIPE AND FITTINGS Page 9 of 33 1 c. Moisture shall be maintained inside the pipe by periodic addition of water, as 2 necessary. 3 d. Mortar coating shall be intermittently prayed with water per AWWA C205. 4 4. Pipes shall be carefully supported during shipment and storage. 5 a. Pipe, fittings and specials shall be separated so that they do not bear against 6 each other and the whole load shall be securely fastened to prevent movement 7 in transit. 8 b. Ship pipe on padded bunks with tie-down straps approximately over stulling. 9 c. Store pipe on padded skids, sand or dirt berms,tires or other suitable means to 10 protect the pipe from damage. 11 d. Each end of each length of pipe, fitting or special and the middle of each pipe 12 joint shall be internally supported and braced with shells to maintain a true 13 circular shape. 14 1) Internal stulls shall consist of timber or steel firmly wedged and secured so 15 that stulls remain in place during storage, shipment and installation. 16 2) Pipe shall be rotated so that 1 stull remains vertical during storage, 17 shipment and installation. 18 3) At a minimum, stulls shall be placed at each end and center. 19 a) Additional stulls may be required depending upon the length of the 20- joints and pipe design. 21 4) Stulls shall not be removed until backfill operations are complete. 23 satisfaetionthat Femoval of stulls. ill Hot adyer-sely aff et pipe installation. 24 B. Delivery, Handling, and Storage 25 1. Once the first shipment of pipe has been delivered to the site,the Engineer and the 26 Contractor shall inspect the pipe's interior coating and exterior coating if applicable 27 for excessive cracking. 28 2. If excessive cracking is found,the Contractor shall modify shipping procedures to 29 reduce or eliminate cracking. 30 3. Deliver,handle and store pipe in accordance with the manufacturer's 31 recommendations to protect coating systems. 32 4. Secure and maintain a location to store the material in accordance with Section 01 33 6600. 34 1.11 FIELD CONDITIONS [NOT USED] 35 1.12 WARRANTY [NOT USED] 36 PART 2 - PRODUCTS 37 2.1 OWNER-FURNISHED [NOT USED] 38 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 39 A. Manufacturers 40 1. Only the manufacturers as listed by the City's Standard Products List will be 41 considered as shown in Section 01 60 00. 42 a. The manufacturer must comply with this Specification and related Sections. CITY OF FORT WORTH Northside II 48-hhch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 33 11 14-10 BURIED STEEL PIPE AND FITTINGS Page 10 of 33 1 2. Any product that is not listed on the Standard Products List is considered a 2 substitution and shall be submitted in accordance with Section 0125 00. 3 B. Materials 4 1. General 5 a. Pipe shall be manufactured in accordance with the latest revisions of AWWA 6 C200, AWWA C205, AWWA C210 and AWWA C222. 7 b. All pipe lining material in contact with potable water shall meet the 8 requirements of NSF 61. 9 2. Exterior Polyurethane Coating(Unit 1 —48-Inch Pipe) 10 a. For Pipe: 11 1) Polyurethane Coating shall be factory applied and meet the requirements of 12 AWWA C222. Use a Coating Standard ASTM D16, Type V system which 13 is a 100 percent solids,2-component polyurethane (or 2-package 14 polyisocyanate, polyol-cured urethane) coating. Polyurethane shall meet 15 the minimum laboratorytg standards: 16 a) Components shall have balanced viscosities in their liquid state and 17 shall not require agitation during use. 18 b) Conversion to Solids by Volume: 97 percent± 3 percent 19 c) Temperature Resistance: Minus 40 degrees F and plus 150 degrees F 20 d) Minimum Adhesion for Qualification Testing: 4-500 3,000 psi,when 21 applied to steel pipe which has been blasted to comply with SSPC SP 22 1 nN n rE No. 2 SP 5, per ASTM D4541 with DeFlsko PosiTector and 23 20 min dollies, scored to substrate. 24 (1) Cure Time: For handling in 2-3 minutes at 120 degrees F and full 25 cure within 7 days at 70 degrees F 26 e) Maximum Specific Gravities 27 (1) Polyisocyanate resin, 1.20 28 (2) Polyol resin, 1.15 29 f) Minimum Impact Resistance: 8-0 125 inch-pounds using 1 ineh 30 matfett,r stool ball per ASTM G14 31 g) Minimum Tensile Strength: 2000 psi 4,000 psi per ASTM D412 32 h) Hardness: Minimum Durometer hardness of 6-5 70 on the Shore D 33 scale in accordance with ASTM D2240 34 i) Flexibility Resistance 35 (1) ASTM D522 using 1-inch mandrel 36 (2) Allow coating to cure for 7 days. 37 (3) Perform testing on test coupons held for 15 minutes at temperature 38 extremes specified above. 39 j) Dry Film Thicluiess: 35 mils 40 k) Coating shall be a self priming,plural component, 100 percent solids, 41 non-extended polyurethane, suitable for burial or immersion and shall 42 be: 43 (1) Coffopipe 11 Omni as manufaettifed by Madison Ghemieal 44 industries hi 45 (2) Durashield 210 as manufactured by LifeLast, Inc., or 46 (3) Protee Il, as manufactured by ITW—FUtUra Coatings, Inc. 47 (4) Chemtane 2265 Chemline Inc. St. Louis Missouri 48 (5) Carboline,Polygard 777, St. Louis Missouri CITY OF FORT WORTH Nortlisicle H 48-Itch rNater Transmission lfain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cil) Project Number:02304 Revised December 20,2012 33 11 14- 11 BURIED STEEL PIPE AND FITTINGS Page 11 of33 1 1) Water absorption: 270 maximum using the long term immersion 2 method and sample of 1 mm maximum thickness per ASTM D570 3 m) Permeance: 0.20 inch pond when method of water procedure BW(App 4 X1) per ASTM E96 is used. 5 n) Cathodic Disbodment: 12 mm maximum with a potential of—3.00 6 volts for 30 days tests, per ASTM 95. 7 2) The coating manufacturer shall have a minimum of 5 years experience in 8 the production of this type coating. 9 b. For Specials, Fittings,Repair and Connections 10 1) Provide shop-applied and field-applied coating as follows: I I aGaffopip� 11 O„-, n GP 11(E) T b, T T ti 1 s I "', " LT x oucr:r Up, 'i vop�v-c `r'c y', a 12 'Iffidisen Chefflieal industries, of 13 b) Durashield 210, Durashield 310, or Durashield 310 JARS as 14 manufactured by LifeLast, Inc., or 15 c) Protec I1, ^ , ded by the e0atin^ ,r „f ewre as 16 manufactured by ITW—Futura Coatings. 17 d) Chemtane 2265, Chemline,Inc., St. Louis,Missouri 18 e) Carboline, Polygard 777, St. Louis,Missouri 19 f) Properties specified above. 20 g) Mix and apply polyurethane coatings in accordance with the coating 21 manufacturer's recommendations. 22 3. Cement Mortar Coatings (Unit II—36-Inch Pipe) and Linings 23 a. Cement mortar linings shall be shop-applied(plant-spun). Lining shall be fully 24 cured before coating is applied. 25 b. Shop-applied cement mortar coatings and linings shall conform to the 26 requirements of AWWA C205 with the following modifications: 27 1) Sand used for cement mortar shall be silica sand ASTM C33 and shall not 28 leach in water. 29 2) Curing of the coatings and linings shall conform to the requirements of 30 AWWA C205. 31 3) Cement mortar linings and coating shall be dense and smooth without 32 bumps,blisters,ridges or spalling, to the satisfaction of the Engineer. 33 Lining and coating shall be in intimate contact with steel cylinder and shall 34 not have a drumming sound when tapped. 35 4) Mortar coating reinforcing shall be electrically continuous with the steel 36 cylinder and shall be spiral wire per AWWA C205,applied under tension. 37 5) Cement mortar coating shall be a minimum of 1"thick nominal. 38 4. Gaskets 39 1) Flangeash in accordance with AWWA C207. O-ring gaskets in 40 accordance with AWWA C-200 41 2) Provide Gaskets in accordance with Section 33 11 05. 42 5. Bolts and Nuts 43 a. Flanged Ends 44 1) Flange in accordance with AWWA C207. 45 2) Provide bolts and nuts in accordance with Section 33 1105. 46 6. Flange Coatings 47 a. Flange Coatings in accordance with Section 33 11 05. 48 7. Steel shall: 49 a. Meet the requirements of AWWA C200 CTTy OF FORT WORTH Aror•thsicle 1148-Inch Water Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 33 11 14- 12 BURIED STEEL PIPE AND FITTINGS Page 12 of 33 1 b. Be of continuous casting 2 c. Be homogeneous 3 d. Be suitable for field welding 4 e. Be fully kilned killed 5 f. Be fine austenitic grain size 6 8. Bend Fittings 7 a. Fabricate all fittings from hydrostatically tested pipe. 8 b. All bend fittings shall be long radius to permit easy passage of pipeline pigs. 9 All bend fittings shall have a minimum radius of 2.5 times the diameter. 10 9. Threaded Outlets 11 a. Where outlets or taps are threaded, Threaded with CC Threads and fiirnish and 12 install brass bushings for the outlet size indicated. 13 10. Weld Lead Outlets 14 a. Use of threaded outlets for access for weld leads is permitted. 15 b. Additional outlet configurations shall be approved by the Engineer. 16 c. Outlets shall be welded after use, and covered with a heat shrink sleeve 17 (polyurethane coating pipe)or mortar coating for mortar coated steel pipe. 18 11. Mixes 19 a. Mortar for Joints 20 1) Mortar shall be 1 part cement to 2 3 parts sand. 21 2) Cement shall be ASTM C150, Type I or II. 22 3) Sand shall be of sharp silica base. 23 a) Sand shall conform to ASTM C144. 24 4) Interior joint mortar shall be mixed with as little water as possible so that 25 the mortar is very stiff,but workable. Exterior joint mortar shall be mixed 26 to the consistency of thick cream. 27 5) Water for cement mortar shall be from a potable water source. 28 6) Mortar for patching shall be as per interior joints. 29 b. Bonding Agent 30 1) Bonding Agent for Cement Mortar Lining must meet NSF 61, if cement 31 lining is in contact with potable water. 32 2) Bonding agent for cement mortar lining patching shall be: 33 a) Probond Epoxy Bonding Agent ET-150, parts A and B 34 b) Sikadur 32 Hi-Mod, or 35 c) Approved equal 36 12. Heat Shrink Sleeves for Polyurethane Coated Steel Pipe 37 a. Primer: Provide as recommended by the sleeve manufacturer. 38 b. Filler Mastic: Provide mastic filler as recormnended by the heat shrink sleeve 39 manufacturer for all locations which have 1/8" or larger change in outside 40 diameter. 41 1) Size and type shall be as recommended by the sleeve manufacturer for type 42 of pipe and joint. Filler material shall have a melting point of 500 "For 43 higher. Filler shall be Can usa SG79 or Raychem covalence 939 filler. 44 c. Joint Coating: Cross-linked polyolefin wrap or sleeve with a mastic sealant, 85 45 mils total thickness, suitable for pipeline operating temperature, sleeve material 46 recovery as recommended by the manufacturer. 47 1) Standard recovery sleeve shall be used for welded or bell and spigot joints. 48 High recovery sleeves shall be provided for bell and spigot flange and 49 coupling style joints with a minimum of 50 percent recovery. CITY OF FORT WORTH Northside H 48-Inch 61'ater Transmission JLain,Phnse 2—Pcn•t 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 33 l 114-13 BURIED STEEL PIPE AND FITTINGS Page 13 433 1 2) Sleeve length shall provide a minimum of 3 inches overlap onto intact pipe 2 coating on each side of the joint. Sleeve shall be a minimum of 17 inches 3 wide. 4 3) Width to take into consideration shrinkage of the sleeve due to installation 5 and joint profile 6 d. Heat shrink sleeves shall meet AWWA C216, as manufactLlred by: 7 1) Canusa CPS: Aqua-Shield AQW—WAB System 8 2) Rayehem, or- 9 3) Appfoved equal 10 4) Berry CPG—Covalence: Water Wrap -WAB 11 e. Provide heat shrink sleeve suitable to interior joint welding without damage to 12 heat shrink sleeve. 13 13. Special Coatings in Tunnels and Casings: Pipe to be laid in casing or tunnel shall 14 have a mortar coating over the polyurethane coating or mortar coating. The coating 15 shall have at least two mortar bands at a minimum of two inches thick and thick 16 enough to be larger outside diameter than the bell including the heat shrink sleeve. 17 The mortar coating is to allow the pipe to be installed by skidding on rails. The 18 Manufacturer shall design the mortar bands and reinforcement sufficiently to 19 prevent damage to the coating from the installation process. 20 C. Performance/Design Criteria 21 1. Pipe Design 22 a. Steel pipe shall be designed,manufactured and tested in conformance with 23 AWWA C200,AWWA M11 and these Specifications. 24 b. Sizes and pressure classes(working pressure) shall be as shown below, unless 25 otherwise indicated on the drawings. 26 c. For the purpose of pipe design, the transient pressure phis working pressure 27 shall be as indicated below. 28 d. Fittings, specials and connections shall be designed for the same pressures as 29 the adjacent pipe. 30 e. Pipe design shall be based on trench conditions and the design pressure in 31 accordance with AWWA M11; using the following parameters: 32 1) Unit Weight of Fill(W)= 130 pounds per cubic foot 33 2) Live Load 34 a) =AASHTO HS 20, at all locations except at railroads 35 b) =Cooper E80, at Railroads 36 3) Trench Depth=As indicated in the Drawings 37 4) Deflection Lag Factor(D1)= 1.0 38 5) Coefficient(K)=0.10 39 6) Maximum Calculated Deflection: 40 a) Dx=-3 2 percent(for polyurethane coated pipe) 41 b) Dx=-2 1 percent(for cement mortar coated pipe) 42 7) Soil Reaction Modulus (E') < 1,000 for gravel embedment 43 8) Soil Reaction Modulus (E') <4,000 for CSLM embedment 44 9) Working Pressure= 150 psi 45 a) Test Pressure= 46 (1) No less than 1.25 minimum times the stated working pressure (187 47 psi minimum) of the pipeline measured at the highest elevation 48 along the test section. t s CITY OF FORT WORTH Northside II 48-Inch fEctler Ti insmission Blain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit) Project Number:02304 Revised December 20,2012 33 11 14-14 BURIED STEEL PIPE AND FITTINGS Page 14 of33 1 (2) No less than 1.5 times the stated working pressure (225 psi 2 minimum) at the lowest elevation of the test section. 3 10) Surge Allowance= 100 psi,minimum 4 a) Where Total Pressure (including surge)= 150 psi+ 100 psi=250 psi 5 f. Fittings and specials shall be: 6 1) Designed in accordance with AWWA C208 and AWWA MI I except that 7 crotch plates shall be used for outlet reinforcement for all Pressure 8 Diameter Values, PDV, greater than 6,000. 9 g. Where the pipe requires additional external support to achieve the specified 10 rnaxilntun deflection,the Contractor and pipe supplier will be required to 11 furnish alternate methods for pipe embedment. 12 1) No additional compensation will be made to the Contractor by the Owner 13 where this method is required. 14 h. Trench depths indicated shall be verified after existing utilities are located. 15 1) Vertical alignment changes required because of existing utility or other 16 conflicts shall be accommodated by an appropriate change in pipe design 17 depth. 18 2) In no case shall pipe be installed deeper than its design allows. 19 i. Field fabrication or cutting is not allowed, unless otherwise approved by the 20 City. 21 2. Provisions for Thrust 22 a. Thrust at bends, tees or other fittings shall be resisted by restrained joints. 23 1) Thrust at bends adjacent to casing shall be restrained by welding joints 24 through the casing and a sufficient distance each side of the casing. 25 2) The distance for thrust restraint shown on the Drawings is the minimum 26 restraint and does not relieve the manufacturer from calculating the restraint 27 needs as specified herein. 28 a) In no case shall the restrained distance be less than indicated on the 29 Drawings. 30 b. Restrained joints shall be used a sufficient distance from each side of the bend, 31 tee,plug or other fitting to resist thi List which develops at the design pressure of 32 the pipe. 33 c. Restrained joints shall consist of welded joints. 34 d. The length of pipe designed with restrained joints to resist thrust shall be 35 verified by the pipe manufacturer in accordance with AWWA M 11 and the 36 following: 37 1) The weight of the earth(We) shall be calculated as the weight of the 38 projected soil prism above the pipe,for unsaturated soil conditions 39 2) Soil Density=44-8-130 pounds per cubic foot(maximum value to be used), 40 for unsaturated soil conditions. Use a maximum of six feet of cover over 41 the pipe in all cases. 42 3) Coefficient of Friction=9-.2-5 0.20 (maximum value to be used for 43 polyurethane coated steel pipe). 0.25 (maximum value to be used for 44 mortar coated steel pipe). 45 4) If indicated on the Drawings and the Geotechnical Borings that ground 46 water is expected, account for reduced soil density. 47 5) For horizontal bends,the length of pipe to be restrained shall be calculated 48 as follows: 49 50 L=_p A(1 -cos 0) CITY OF FORT WORTH Northside H 45-Inch Water Transmission lAdI7,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 33 11 14-15 BURIED STEEL PIPE AND FITTINGS Page 15 of 33 1 f(2We+Wp+W,,) 2 3 Where: 4 A= Deflection angle 5 L=Length of pipe to be restrained on each side 6 P=internal pressure=working pressure plus surge allowance 7 A=Cross sectional area of pipe steel cylinder I.D. 8 We=Weight of prism of soil over the pipe 9 Wp=Weight of pipe 10 W,4= Weight of water 1 I f=Coefficient of friction between pipe and soil 12 3. Inside Diameter 13 a. The inside diameter, including the cement-mortar lining, shall be a minimum of 14 the nominal diameter of the pipe specified, unless otherwise indicated on the 15 Drawings. 16 4. Wall Thickness 17 a. The minimum pipe wall steel thickness shall be as designed,but not less than 18 0�5 0.1875 inches or pipe D/230 D/240, whichever is greater for pipe and 19 fittings, with no minus tolerance, where D is the nominal inside pipe diameter. 20 b. Where indicated on the Drawings, pipe and fittings shall have thicker steel pipe 21 wall. 22 c. The minimum steel wall thickness shall also be such that the fiber stress shall 23 not exceed: 24 1) 50 percent of the minimum yield strength of the steel for working pressure 25 and 26 2) 75 percent of the minimum yield strength of the steel at the maximum 27 pressure (including transient pressure),nor the following, at the specified 28 working pressure: 29 Maximum Stress at Pipe Tye Working Pressure Polyurethane Coated Steel 23,000 psi Mortar Coated Steel NOT US X18,000 psi 30 31 d. Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel 32 thickness of 0.375 inches or pipe D/144, whichever is greater, where D is the 33 nominal pipe diameter. 34 e. Pipe, fittings and specials shall be designed such that the maximum stresses in 35 the pipe due to thrust loading will not exceed 18,000 psi. Bend fittings over 15 36 degrees,pipe with outlets 24-inches and larger,main line tees, and woes shall 37 have the following minimum thickness: 38 1) 36-inch diameter and smaller=0.25-inches 39 2) 37-inch to 60-inch diameter=0.375-inches 40 5. Seams 41 a. Except for mill-type pipe,the piping shall be made from steel plates rolled into 42 cylinders or sections thereof with the longitudinal and girth seams butt welded 43 or shall be spirally formed and butt welded. 44 1) There shall be not more than 2 longitudinal seams. CITY OF FORT WORTH Northside II 48-Inch Fluter Transmission DLain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 33 11 14-16 BURIED STEEL PIPE AND FITTINGS Page 16 of 33 1 2) Girth seams shall be butt welded and shall not be spaced closer than 6 feet 2 except in specials and fittings. 3 6. Joint Length 4 a. Maximum joint length shall not exceed 50 feet. 5 b. Maximum joint length of steel pipe installed in casing shall,root the p-ej 6 not exceed 25 feet. 7 c. Manufactured random segments of pipe will not be permitted for straight runs 8 of pipe. 9 1) Closing piece segments,however, shall be acceptable. 10 7. Joint Bonds, Insulated Connections and Flange Gaskets 11 a. Joint Bonds, Insulated Connection, and Flange Gaskets shall be in accordance 12 with Section 33 04 10. 13 8. Bend Fittings 14 a. All bend fittings shall be long radius (minimum of 2.5 times the pipe ID)to 15 permit passage of pipeline pigs. 16 9. Pipe Ends 17 a. Pipe ends shall be: 18 1) Lap welded slip joints 19 2) Butt strap joint 20 3) Flanged joint 21 4) Flexible coupled joint 22 5) Roll groove gasket joint 23 b. Pipe ends shall be welded or harnessed where indicated and as necessary to 24 resist thrust forces. 25 1) Thrust at bends adjacent to casing shall be restrained by welding joints 26 through the casing and a sufficient distance each side of the casing. 27 c. Rubber Gasket Joint 28 1) Rubber gasketed joints(O-ring or Carnegie Joints)will only be allowed for 29 pipe sizes-54-48-inch diameter and smaller. 30 2) Joints shall conform to AWWA C200 standard. 31 3) The joints shall consist of: 32 a) Bell 33 (1) Flared bell end formed and sized by forcing the pipe or a plug die 34 or by expanding on segmental dies. 35 b) Spigot 36 (1) Rolled spigot or Carnegie shaped steel joint ring in accordance with 37 AWWA C200 and as shown as Item F or H in Figure 8-1 of the 38 AWWA M11. 39 4) The welded area of bell and spigot pipe ends shall be checked after forming 40 by the dye penetrant or magnetic particle method. 41 5) The difference in diameter between the interior diameter(LD.) of the bell 42 and the outer diameter(O.D.) of the spigot shoulder at point of full 43 engagement with an allowable deflection shall be no more than 0.04 inches 44 as measured on the circumference with a diameter tape. 45 6) The gasket shall have sufficient volume to approximately fill the area of the 46 groove and shall conform to AWWA C200. 47 7) The joint shall be suitable for the specified test and/or surge pressure and 48 deflection. CITY OF FORT WORTH Nortlhside II4S-67th Water Transmission Blain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cio) Project Number:02304 Revised December 20,2012 33 11 14-17 BURIED STEEL PIPE AND FITTINGS Page 17 of 33 1 8) Joints shall be of clearances such that water tightness shall be provided 2 under all operating and test conditions with a pipe diameter deflection of 3 five percent basedill-on the supplied poath,. 4 9) Joints shall be electrically continuous. 5 d. Lap Welded Slip Joint 6 1) Lap welded slip joint shall be provided in all locations for pipe larger than 7 -4 48-inches and where joints are welded for thrust restraint. 8 2) Lap welded slip joints may be welded from the inside or outside. 9 3) Ends of pipe, fittings and specials for field welded joints shall be prepared 10 with 1 end expanded in order to receive a plain end making a bell and plain I 1 end type of joint. 12 a) Clearance between the surfaces of lap joints shall not exceedl/8 inch at 13 any point around the periphery. 14 4) In addition to the provisions for a minimum lap of 1'/z inches as specified in 15 AWWA C200,the depth of bell shall be such as to provide for a minimum 16 distance of I inch between the weld and the nearest tangent of the bell 17 radius when welds are to be located on the inside of the pipe. 18 e. Fittings with Flanges 19 1) Flanged joints shall be provided at connections to valves and where 20 indicated on the Drawings. 21 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral 22 welds ground flush to accommodate the type of flanges provided. 23 3) Pipe flanges and welding of flanges to steel pipe shall conform to the 24 requirements of AWWA C207 and AWWA C206. 25 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent 26 pipe class. 27 5) Flanges shall match the fittings or appurtenances which are to be attached. 28 6) Flanges shall be Class E with 275 psi working pressure in accordance with 29 AWWA C207 and drilled in accordance with ASME B 16.1 Class 125 for 30 areas designated with a 225 test pressure. 31 7) When Isolation Flanges are required by the Drawings, Drillings shall 32 accommodate the required spacing for mylar sleeves according to Section 33 33 04 10. 34 f. Flexible Couplings 35 1) Flexible couplings shall be provided where specified on the Drawings. 36 2) Ends to be joined by flexible couplings shall be: 37 a) Plain end type,prepared as stipulated in AWWA C200. 38 b) Welds on ends to be joined by couplings shall be ground flush to 39 permit slipping the coupling in at least 1 direction to clear the pipe 40 joint. 41 c) Harness bolts and lugs shall comply with AWWA M11. 42 g. Butt Strap Closure Joints 43 1) Where necessary to make closure to pipe previously laid, closure joints 44 shall be installed using butt strap joints in accordance with AWWA C206 45 and applicable provisions of this Specification. 46 10. Polyurethane Coating(Unit I—48-Inch Pipe) 47 a. Applicator Qualifications 48 1) Equipment shall be certified by the coating manufacturer to meet the 49 requirements for: 50 a) Material mixing CITY OF FORT WORTH Northside I/18-Inch beater Transmission illain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CitY Project Number:02304 Revised December 20,2012 33 11 14- 18 BURIED STEEL PIPE AND FITTINGS Page 18 of 33 1 b) Temperature control 2 e) Application rate 3 d) Ratio control for multi-part coatings 4 2) Equipment not meeting the written requirements of the coating 5 manufacturer shall be rejected for coating application until repairs or 6 replacement of the equipment is made to the satisfaction of the City. 7 3) Personnel responsible for the application of the coating system shall: 8 a) Provide certification of attendance at the coating manufacturer's 9 training class within the last 3 years 10 b) Be present during all coating application work and shall have 1 I responsibility for controlling all aspects of the coating application 12 b. Surface Preparation 13 1) Remove visible oil, grease,dirt and contamination in accordance with 14 SSPC SP 1. 15 2) Remove surface imperfections such as metal slivers,burrs,weld splatter, 16 gouges or delaminations in the metal by filing or grinding prior to abrasive 17 surface preparation. 18 3) In cold weather or when moisture collects on the pipe and the temperature 19 of the pipe is less than 4-5 60 degrees F,preheat pipe to a temperature 20 between 4-5 60and 90 degrees F and 5 degrees F above dew point. 21 4) Clean pipe by abrasive blasting with a mixture of steel grit and shot to 22 produce the surface preparation cleanliness as required by coating 23 manufacturer and as specified. 24 a) Recycled abrasive shall be cleaned of debris and spent abrasive in an 25 air wash separator. 26 5) Blast media mixture and gradation shall be adequate to achieve a sharp 27 angular surface profile as required by coating manufacturer and to the 28 minimum depth specified. 29 6) Protect prepared pipe from humidity,moisture and rain. 30 7) Keep pipe clean, dry and free of flash rust. 31 a) Remove all flash rust, imperfections or contamination on cleaned pipe 32 surface by reblasting prior to primer application. 33 8) Complete priming and coating of pipe in a continuous operation the same 34 day as surface preparation. 35 9) Abrasive blast exterior surfaces in accordance with SSPC SP 1 nW n GE-N 36 -2 5; to a nea -white metal blast cleaning with a minimum 3.0 mil angular 37 profile in bare steel. 38 c. Equipment 39 1) 2-component,heated airless spray unit in accordance with coating 40 manufacturer's recommendation 41 d. Temperature 42 1) Minimum 5 degrees F above dew point temperature 43 a) The temperature of the surface shall not be less than 60 degrees F 44 during application. 45 e. Humidity 46 1) Heating of pipe surfaces may be required to meet requirements of this 47 Section if relative humidity exceeds 80 percent. 48 f. Resin 49 1) Do not thin or mix resins; use as received. 50 2) Store resins at a temperature recommended by the coating manufacturer. CITY OF FORT WORTH Northsicle II 48-Inch 11'ater Transmission 1/ain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciby Project Number:02304 Revised December 20,2012 33 11 14-19 BURIED STEEL PIPE AND FITTINGS Page 19 of 33 1 g. Application 2 1) Applicator shall be certified by the coating manufacturer and conform to 3 coating manufacturer's recommendations. 4 a) Thinning is not permitted. 5 2) Apply directly to pipe to achieve a total dry film thickness(DFT) of 35 6 mils. 7 3) Multiple-pass, 1 coat application process is permitted provided maximum 8 allowable recoat time specified by coating manufacturer is not exceeded. 9 4) Provide cutbacks in accordance with coating manufacturer's 10 recommendations as appropriate for the type of joint and heat shrink sleeve I 1 to be used. 12 h. Recoating 13 1) Recoat only when coating has cured less than maximum time specified by 14 coating manufacturer. 15 2) When coating has cured for more than recoat time,brush-blast or 16 thoroughly sand the surface. 17 3) Blow-off cleaning using clean, dry, high pressure compressed air. 18 i. Curing 19 1) Do not handle pipe until coating has been allowed to cure,per 20 manufacturer's recommendations. 21 11. Joint Wrappers for Mortar Coated Steel Pipe(Unit II—36-Inch Pipe) 22 a. Joint wrappers shall be similar to those manufactured by Mar-Mac 23 Manufacturing Company. 24 12. Joint Primer for Holdback 25 a. Provide primer coating of coating and lining holdback area per manufacturer's 26 recommendation that is suitable for field welding. 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL 29 A. Marking for Identification 30 1. For each joint of pipe and each fitting,plainly mark on 1 end: 31 a. Class for which it is designated 32 b. Date of manufacturer 33 c. Identification number 34 d. Top centerlines shall be marked on all specials 35 B. Factory Testing 36 1. Cement Mortar Lining and Coating- Shop-applied cement mortar linings and 37 coatings shall be tested in accordance with AWWA C205. 38 2. Polyurethane Coating-The polyurethane coating shall be tested in accordance with 39 AWWA C222. 40 a. Thickness: Test thickness of coating in accordance with SSPC PA 2. 41 1) Test coating system applied to the pipe for holidays according to the 42 procedures outlined in NACE SPO 188 using a high voltage spark tester 43 (operating at 100 volts per mil),for the dry film thickness (DFT) specified 44 of 35 mil. 45 b. Adhesion Testing CITY OF FORT WORTH Northside H 48-Inch IPnter Transmission k1clin,Plaase 2—Pnrt I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 33 11 14-20 BURIED STEEL PIPE AND FITTINGS Page 20 of 33 1 1) Polyurethane coatings or linings shall have an adhesion to steel of 4-,-55-00 2 1,750 pounds per square inch, minimum. 3 2) Test polyurethane coating adhesion to steel substrates using pneumatic pull 4 off equipment, sueh as HATE>\,rodel 109 of Delfesko Positest, in 5 accordance with ASTM D4541 and AWWA C222,except as modified in 6 this Section, 20 mm doll, size. ize. 7 3) Adhesion testing records shall include: 8 a) Pipe identification 9 b) Surface tested (interior or exterior) 10 c) Surface temperature 1 I d) Coating thickness 12 e) Tensile force applied 13 1) Mode of failure 14 g) Percentage of substrate failure relative of dolly surface 15 4) Glue dollies for adhesion testing to the coating Surface and allowed to clue 16 for a minimum of 12 hours. 17 a) Because of high cohesive strength, score polyurethane coatings around 18 the dolly prior to conducting the adhesion test. 19 5) Failure shall be by adhesive and cohesive failure only. 20 a) Adhesive failure is defined as separation of the coating from the steel 21 substrate. 22 b) Cohesive failure is defined as failure within the coating, resulting in 23 coating remaining both on the steel substrate and dolly. 24 6) Retest partial adhesion and glue failure if the substrate failure is less than 25 50 percent relative of the dolly surface area and the applied tension was less 26 than the specified adhesion. 27 7) Glue failures in excess of the minimum required tensile adhesion are 28 accepted as meeting the specified adhesion requirements. 29 8) Conduct, accept and reject adhesion tests on polyurethane pipe coating and 30 lining independently(where applicable). 31 9) Frequency of adhesion testing in accordance with AWWA C222. 32 10) Randomly select repair patches on the polyurethane coating for adhesion 33 testing in a manner as described herein and at the discretion of the coating 34 inspector conducting the adhesion tests. 35 a) Adhesion of repairs shall be as specified by the coating manufacturer 36 for the type of repair. 37 C. Manufacturer's Technician for Pipe Installation 38 1. Pipe Manufacturer's Representative 39 a. If required by the Engineer or requested by the Contractor during construction, 40 the pipe manufacturer shall furnish the services of a factory trained, qualified, 41 job experienced technician to advise and instruct as necessary in pipe laying 42 and pipe jointing. 43 1) The technician shall assist and advise the Contractor in his pipe laying 44 operations and shall instruct construction personnel in proper joint 45 assembly and joint inspection procedures. 46 2) The technician is not required to be on-site full time;however, the 47 technician shall be regularly on-site during the first 2 weeks of pipe laying 48 and thereafter as requested by the Engineer, City or Contractor. 49 2. Polyurethane Coating Manufacturer's Representative CITY OF FORT WORTH Northside H 48-Inch Water Transmission klain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiecl Number:02304 Revised December 20,2012 33 11 14-21 BURIED STEEL PIPE AND FITTINGS Page 21 of 33 1 a. The pipe manufacturer shall provide services of polyurethane coating 2 manufacturer's representative and a representative from the heat shrink joint 3 manufacturer for a period of not less than 3 days at beginning of actual pipe 4 laying operations to advise Contractor and City regarding installation,including 5 but not limited to: 6 1) Handling and storage 7 2) Cleaning and inspecting 8 3) Coating repairs 9 4) Field applied coating 10 5) Heat shrink installation procedures 11 6) General construction methods and how they may affect pipe coating 12 b. Representative shall be required to return if, in the opinion of the Engineer,the 13 polyurethane coating or the Contractor's construction methods do not comply 14 with Contract Specifications. 15 1) Cost for the manufacturer's representatives to return to the site shall be at 16 no additional cost to the City. 17 D. Hydrostatic Pressure Testing 18 1. Perform hydrostatic pressure testing in accordance with AWWA C200. 19 2. Hydrostatically test each joint of pipe prior to application of lining or coating. 20 a. The internal test pressure shall be that which results in a fiber stress equal to 75 21 percent of the minimum yield strength of the steel used. 22 b. Each joint of pipe tested shall be completely watertight under maximum test 23 pressure. 24 c. Test pressure shall be held for sufficient time to observe the weld seams, but 25 not less than two minutes. 26 d. Maintain a recording pressure gauge, reference number of pipe tested, etc. 27 1) The pipe shall be numbered in order that this information can be recorded. 28 3-: Fittings shall be fabricated from hydrostatically tested pipe. All welds on fittings 29 shall be tested by hydrostatic test, ultrasonic test, air test, or magnetic particle test. 30 Air test shall be made by pplying air to the welds at 10 pounds per square inch 31 pressure and checking for leaks around and through welds with a soap solution. In 32 addition 5 percent of welds on fittings shall be checked with x-ray or ultrasonic 33 testing by an independent certified welding inspector paid for by the Pipe 34 Manufacturer. Test fit4i gs b. 35 a. Hydrostatic foss 36 b. Mapetie paftiele test 37 e. r hras,nie 38 dRadieg 39 e. Dye penetrant test 40 E. City Testing and Inspection 41 1. Pipe may be subject to inspection at the manufacturer's facility by an independent 42 testing laboratory,which laboratory shall be selected and retained by the City. 43 a. Representatives of the City, City's laboratory, or the Engineer shall have access 44 to the work whenever it is in preparation or progress. 45 b. Pipe manufacturer shall provide proper facilities for access and for inspection. CITY OF FORT WORTH Northside H 48-Inch Wciler Transmission ddain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00,Project Number:02304 Revised December 20,2012 33 11 14-22 BURIED STEEL PIPE AND FITTINGS Page 22 of 33 I c. Pipe manufacturer shall notify the City in writing, a minimum of 2 weeks prior 2 to the pipe fabrication so that the City may advise the manufacturer as to the 3 City's decision regarding tests to be performed by an independent testing 4 laboratory. 5 d. Material, fabricated parts and pipe, which are discovered to be defective, or 6 which do not conform to the requirements of this Specification shall be subject 7 to rejection at any time prior to City's final acceptance of the product. 8 2. The inspection and testing by the independent testing laboratory anticipates that 9 production of pipe shall be done over a normal period of time and without "slow 10 downs" or other abnormal delays. I t a. The pipe manufacturer shall coordinate their manufacturing schedule with the 12 Contractor and advise the Contractor of any changes in the schedule. 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 INSTALLATION 18 A. General 19 1. Install steel pipe,fittings, specials and appurtenances as specified herein, as 20 specified in AWWA C604 and AWWA M11,in accordance with the pipe 21 manufacturer's recommendations and as required for the proper functioning of the 22 completed pipe line. 23 2. Lay pipe to the lines and grades as indicated in the Drawings. 24 3. Excavate, embed and backfill trenches in accordance with Section 33 05 10. 25 4. For installation of carrier pipe within casing, see Section 33 05 24. 26 5. Inspect and test each joint for holidays(polyurethane coated pipe only1 just prior to 27 pipe being lowered into the ditch. 28 a. All damaged areas and holidays are to be repaired before the pipe is lowered 29 into the trench. 30 6. Place and consolidate embedment and backfill prior to removing pipe sttllls. 31 7. Maximum allowable pipe deflection is limited to: 32 a. 2 percent for mortar coated steel pipe 33 b. 3 percent for polyurethane coated steel pipe 34 8. Install bonds at all pipe joints, except for welded joints or insulated joints. 35 B. Pipe Handling 36 1. Haul and distribute pipe and fittings at the project site. 37 2. Handle pipe with care to avoid damage. 38 a. Pipe shall be handled at all times with suffieient a minimum of two non- 39 abrasive slings, belts or other equipment designed to prevent damage to the 40 coating or lining. CITY OF FORT WORTH Northsicle 1148-Inch FPater Tra7s71iSSi017 dkai77,Phase 2—Pm9 I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 33 11 14-23 BURIED STEEL PIPE AND FITTINGS Page 23 of 33 1 b. The spacing of pipe supports required to handle the pipe shall be adequate to 2 prevent cracking or damage to the lining or coating for points over forty feet, a 3 spreader bar shall be used. 4 c. Inspect each joint of pipe and reject or repair any damaged pipe prior to 5 lowering into the trench. 6 d. The equipment shall be kept in such repair that its continued use is not injurious 7 to the coating. 8 e. Do not lay pipe in wet conditions. 9 3. At the close of each operating day: 10 a. Keep the pipe clean and free of debris, dirt, animals and trash—during and after 11 the laying operation. 12 b. Effectively seal the open end of the pipe using a gasketed night cap. 13 C. Line Up at Bends 14 1. Line up pipe for joining so as to prevent damage thereto. 15 a. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign 16 matter,rust and scale before placing spigot into bell. 17 2. Where abrupt changes in grade and direction occur, employ special shop fabricated 18 fittings for the propose. 19 a. Field cutting the ends of the steel pipe to accomplish angular changes in grade 20 or direction of the line shall not be permitted. 21 3. Over-stabbed joints shall not be acceptable. A joint shall be considered over- 22 stabbed if the stabbed section is greater than the manufacturer's recommendation. 23 All over-stabbed joints shall be re-stabbed,butt strapped, or welded. 24 D. Pipe Laying 25 1. Rubber Gasket Joints 26 a. Join rubber gasket joints in accordance with the manufacturer's 27 recommendations. 28 b. Clean bell and spigot of foreign material. 29 c. Lubricate gaskets and bell and relieve gasket tension around the perimeter of 30 the pipe. 31 d. Engage spigot as far as possible in bell. Use joint spacers to prevent over- 32 stabbing the ball. 33 e. Joint deflection or pull shall not exceed the manufacturer's recommendation. 34 f. Check gasket with feeler gauge all around the pipe. 35 g. In areas of petroleum hydrocarbon soil contamination, install special Neoprene 36 gaskets or approved equal. 37 2. Welded Joints 38 a. Weld joints in accordance with AWWA C206. 39 1) Contractor shall provide adequate ventilation for welders and for City's 40 representative to observe welds. 41 2) Welds shall be fill circle fillet welds, unless otherwise specified. 42 3) Welding shall be completed after application of field applied joint coating 43 if weld after backfill is used. 44 b. Adequate provisions for reducing temperature stresses shall be the 45 responsibility of the Contractor. 46 c. After the pipe has been joined and properly aligned and prior to the start of the 47 welding procedure: CITY OF FORT WORTH Northside 1145-Inch 117citer Tnrmsmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 06,Project Number:02304 Revised December 20,2012 33 11 14-24 BURIED STEEL PIPE AND FITTINGS Page 24 of 33 1 1) The spigot and bell shall be made essentially concentric by shimming or 2 tacking to obtain clearance tolerance around the periphery of the joint. 3 2) In no case shall the clearance tolerance be permitted to accurmilate. 4 d. Before welding: 5 1) Thoroughly clean pipe ends. 6 2) Weld pipe by machine or by the manual shielded electric arc process. 7 3) Welding shall be performed so as not to damage lining or coating. 8 4) Cover the polyurethane coating as necessary to protect from weld splatter. 9 e. Furnish labor, equipment, tools and supplies, including shielded type welding 10 rod. 11 1) Protect welding rod from any deterioration prior to its use. 12 2) If any portion of a box or carton is damaged,reject the entire box or carton. 13 f. Hand Welding 14 1) The metal shall be deposited in successive layers. 15 2) Not more than 1/8 inch of metal shall be deposited in each pass. 16 3) Each pass except the final 1, whether in butt or fillet welds,shall be 17 thoroughly bobbed or peened to relieve shrinkage stresses and to remove 18 dirt, slag or flux before the succeeding bead is applied. 19 4) Each pass shall be thoroughly fused into the plates at each side of the 20 welding groove or fillet and shall not be permitted to pile tip in the center of 21 the weld. 22 5) Undercutting along the side shall not be permitted. 23 g. Welds shall be free from pin holes,non-metallic inclusions, air pockets, 24 undercutting and/or any other defects. 25 h. If the ends of the pipe are laminated, split or damaged to the extent that 26 satisfactory welding contact cannot be obtained,remove the pipe from the line. 27 i. Furnish each welder employed with a steel stencil for marking the welds, so 28 that the work of each welder may be identified. 29 j. Have each welder stencil the pipe adjacent to the weld with the stencil assigned 30 to him. 31 1) In the event any welder leaves the job, his stencil shall be voided and not 32 duplicated if another welder is employed. 33 k. Welders 34 1) Use only competent, skilled and qualified workanen. 35 a) Each welder employed by the Contractor shall be required to 36 satisfactorily pass a welding test in accordance with AWWA C2O6 37 before being allowed to weld on the line. 38 b) After each welder has qualified in the preliminary tests referred to 39 above, inspections shall be made of joints in the line. 40 c) Any welder making defective welds shall not be allowed to continue to 41 weld. 42 E. Interior Joint Grouting 43 1. Upon completion of backfilling of the pipe trench, clean out dirt or trash which has 44 collected in the joint and moisten the concrete surfaces of the joint space by 45 spraying or brushing with a wet brush. 46 2. Fill the inside of the joint recess with a stiff cement mortar. 47 3. Where the mortar joint opening is 1 inch or wider, such as where trimmed spigots 48 are required, apply a bonding agent to mortar and steel surface prior to placing joint 49 mortar. CITY OF FORT WORTH Northsicle 1148-Inch IVater Transmission Jlctin,Phctse 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 33 11 14-25 BURIED STEEL PIPE AND FITTINGS Page 25 of 33 1 4. Ram or pack the stiff mortar into the joint space and take extreme care to ensure 2 that no voids remain in the joint space. 3 5. After the joint has been filled, level the surfaces of the joint mortar with the interior 4 surfaces of the pipe with a steel trowel so that the surface is smooth. 5 6. Interior joints of pipe 24-inch and sma-ller shall have the bell buttered with mortar, 6 prior to inserting the spigot, such that when the spigot is pushed into position it will 7 extrude surplus mortar from the joint. 8 a. The surplus mortar shall be shuck off flush with the inside of the pipe by 9 pulling a filled burlap bag or inflated ball through the pipe with a rope. 10 F. Exterior Joint Protection 11 1. Heat Shrink Sleeves 12 a. General 13 1) Buried pipe joints shall be field coated after pipe assembly in accordance 14 with AWWA C216,using Heat Shrink Sleeves. 15 2) Width of heat shrink sleeve shall be sufficient to overlap the polyurethane 16 coating by a minimum of 3 inches. 17 3) Overlapping of 2 or more heat shrink sleeves to achieve the necessary 18 width will not be permitted. 19 b. Installation 20 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust and 21 other foreign contaminates with a wire brush in accordance with 22 SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent 23 wiping the pipe and adjacent coating in accordance with SSPC SP 1. 24 a) Clean the full circumference of the pipe and a minimum of 6 inches 25 onto the existing coating. 26 2) Remove all loose or damaged pipe coating at joint and either repair the 27 coating as specified herein or increase the length of the joint coating, where 28 reasonable and practical. 29 3) Complete joint bonding of non-welded pipe joints before application of 30 joint coating. 31 4) Joint bonds shall be low profile bonds and all gaps and crevices around the 32 bonds shall be filled with mastic sealant. 33 5) Store sleeves in shipping box until use is required. 34 a) Keep dry and sheltered from exposure to direct sunlight. 35 b) Store off the ground or concrete floors and maintain at a temperature 36 between 60 degrees F and 100 degrees F as recommended by the sleeve 37 manufacturer. 38 6) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve 39 application. 40 7) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as 41 recommended by the sleeve manufacturer. 42 a) Monitor pipe temperature using a surface temperature gauge, infrared 43 thermometer or color changing crayons. 44 b) Protect preheated pipe from rain, snow, frost or moisture with tenting 45 or shields and do not permit the joint to cool. 46 8) Prime joint with specified primer and fill all cracks, crevices and gaps with 47 mastic filler in accordance with the manufacturer's recommendations for 48 the full circumference of the pipe. CITY OF FORT WORTH Northside II48-hich Water Transmission Alain,Phase 2—Pcn7 l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 33 11 14-26 BURIED STEEL PIPE AND FITTINGS Page 26 of 33 1 9) Apply heat shrink sleeve when it is at a minimum temperature or 60 2 degrees F and while maintaining the pipe temperature above the preheat 3 temperature specified. 4 10) Apply sleeve in accordance with the manufacturer's instructions and center 5 the sleeve over the joint to provide a minimum of 3-inch overlay onto the 6 existing pipe coating. 7 11) Apply heat to the sleeve using either propane fire infrared heaters or wrap 8 around heaters. 9 a) Hold flame a minimum of 6 inches from the sleeve surface. 10 b) Periodically roll the coating on the pipe surface. 11 c) Heat from the center of the sleeve to the outer edge until properly 12 seated,then begin in the opposite direction. 13 d) Monitor sleeve for color change, where appropriate, or with appropriate 14 temperature gauges. 15 e) Take care not to excessively heat the parent coating. 16 12) Completed joint sleeve shall be fully bonded to the pipe and existing 17 coating surface, without voids,mastic beading shall be visible along the full 18 circumference of the sleeve, and there shall be no wrinkling or excessive 19 burns on the sleeves. 20 a) Sleeves which do not sleet these requirements shall be removed and the 21 joint recoated as directed by the Engineer. 22 b) Minor repairs may be repaired using heat shrink sleeve repair kits. 23 13) Allow the sleeve to cool before moving,handling or backfilling. In hot 24 climates,provide shading from direct sunlight. 25 a) Water quenching will be allowed only when permitted by the sleeve 26 manufacturer. 27 2. Cement Mortar Coating((Unit II 36-filch Pipe): 28 a. Cement mortar coating shall be applied to the joints of cement mortar coated 29 steel pipe in accordance with AWWA C205. 30 b. Joint Diapers: 31 a) Make the exterior joint by placing a joint wrapper around the pipe and 32 secure in place with 2 metal straps. 33 b) The wrapper shall be 9 inches wide for pipe 36-inches and larger, and 7 34 inches wide for smaller pipe,hennaed on each side. 35 c) The wrapper shall be fiberglass reinforced or burlap cloth, with lengths 36 encircling the pipe, leaving enough opening between ends to allow the 37 mortar to be poured inside the wrapper into the joint. 38 d) Fill the joint with mortar from 1 side in 1 continuous operation until it 39 has flowed entirely around the pipe. 40 e) During the fillip of f the joint,pat or manipulate the sides of the 41 wrapper to settle the mortar and expel an.. entrapped air. 42 f) Leave wrappers in pace undisturbed until the mortar has set-up_ 43 g) Do not embed or backfill over pipe for a minimum of two hours to 44 allow mortar to set up. At the start of the project,excavate two joints of 45 pipe to verify mortar does not have shrinkage cracks. 46 G. Protective Welded Joints Coating System—Weld After Backfill 47 1. General 48 a. Application of protective coating at the pipe joints will be as follows: CITY OF FORT WORTH Northside H ds-hick Pater Transmission,tlain,Phase 2—Pm9 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02301 Revised December 20,2012 33 11 14-27 BURIED STEEL PIPE AND FITTINGS Page 27 of 33 1 1) Apply a 3 layer joint coating system consisting of a factory applied 35 mil 2 polyurethane coating 3 2) A field applied 60 mil by 6 inch wide strip of CANUSA HCO Wrapid Tape 4 heat resistant tape at the location of the welding 5 3) A field applied 110 mil (full recovered thickness) by 18 inch wide 6 CANUSA AquaWrap high shrink heat shrinkable joint sleeve 7 4) In lieu of the CANUSA sleeve, contractor may use a single sleeve Berry 8 CPG-Covalence: Water wrap WAB. 9 5) After the heat shrinkable joint sleeve is installed,backfill the trench and 10 then weld the joint. 11 b. The Contractor is responsible for his operations so that they do not damage the 12 factory applied coating system. 13 c. When applying the 3 layer joint coating system for post welding the joints,the 14 Contractor must show that his operation will not damage the joint coating 15 system to the Engineer's satisfaction. 16 d. The Contractor will be required to fully uncover a maximum of 10 joints, 17 selected at random by the Engineer or City to visually inspect and test the joint 18 after welding. Any damage must be repaired. 19 1) If the Contractor's welding procedure damages the 3 layer joint coating 20 system, the Contractor, at the direction of the Engineer, will be required to 21 modify his welding procedure. 22 2. Joint Coating(3 23 a. Apply 3 Layer Joint Coating System before Welding the Joint 24 b. Pipe Manufacturing and Heat Tape 25 1) A 35 mil thickness polyurethane coating shall be applied over entire length 26 of pipe. 27 2) The Contractor shall field apply 60 mil thick by 6 inch wide strip of 28 CANUSA HCO Wrapid Tape heat resistant tape to the exterior bell end of 29 the pipe, centered on the location of the welding, over a 35 mil factory 30 applied polyurethane coating. 31 c. Surface Preparation and Installation for Heat Shrinkable Joint Sleeve 32 1) Clean pipe surface and adjacent coating of all mud, oil,grease, rust and 33 other foreign contaminates with a wire brush in accordance with 34 SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent 35 wiping the pipe and adjacent coating in accordance with SSPC SP 1. 36 a) Clean the full circumference of the pipe and a minimum of 6 inches 37 onto the existing coating. 38 2) Remove all loose or damaged pipe coating at joint and either repair the 39 coating as specified herein or increase the length of the joint coating, where 40 reasonable and practical. 41 3) Complete joint bonding of pipe joints before application of joint coating. 42 a) Joint bonds shall be low profile bonds and all gaps and crevices around 43 the bonds shall be filled with mastic sealant. 44 4) Store sleeves in shipping box until use is required. 45 a) Keep dry and sheltered from exposure to direct sunlight. 46 b) Store off the ground or concrete floors and maintain at a temperature 47 between 60 degrees F and 100 degrees F as recommended by the sleeve 48 manufacturer. 49 5) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve 50 application. CITY OF FORT WORTH Northside 1148-hich lVater Transmission Alain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 33 11 14-28 BURIED STEEL PIPE AND FITTINGS Page 28 of 33 1 6) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as 2 recommended by the sleeve manufacturer. 3 a) Monitor pipe temperature using a surface temperature gauge, infrared 4 thermometer or color changing crayons. 5 b) Protect preheated pipe from rain, snow, frost or moisture with tenting 6 or shields and do not permit the joint to cool. 7 7) Prime joint with specified primer and fill all cracks, crevices, and gaps with 8 mastic filler in accordance with the manufacturer's recommendations for 9 the full circumference of the pipe. 10 8) Apply heat shrink sleeve when it is at a minimum temperature or 60 11 degrees F and while maintaining the pipe temperature above the preheat 12 temperature specified. 13 a) Apply sleeve in accordance with the manufacturer's instructions and 14 center the sleeve over the joint to provide a minimum of 3-inch overlay 15 onto the existing pipe coating. 16 9) Apply heat to the sleeve using either propane fire infrared heaters or wrap 17 around heaters. 18 a) Hold flame a minimum of 6 inches from the sleeve surface. 19 b) Periodically roll the coating on the pipe surface. 20 c) Heat from the center of the sleeve to the outer edge until properly 21 seated, then begin in the opposite direction. 22 d) Take care not to excessively heat the parent coating. 23 e) Monitor sleeve for color change, where appropriate, or with appropriate 24 temperature gauges. 25 10) Completed joint sleeve shall be fully bonded to the pipe and existing 26 coating surface,without voids, mastic beading shall be visible along the fiull 27 circumference of the sleeve, and there shall be no wrinkling or excessive 28 burns on the sleeves. 29 a) Sleeves which do not meet these requirements shall be removed and the 30 joint recoated as directed by the Engineer. 31 b) Minor repairs may be repaired using heat shrink sleeve repair kits. 32 11) Allow the sleeve to cool before moving, handling or backfilling. 33 a) In hot climates,provide shading from direct sunlight. 34 b) Water quenching will be allowed only when permitted by the sleeve 35 manufacturer. 36 12) Holiday testing shall be performed using a high voltage holiday tester 37 (operating at 100 volts per mil) at each joint after field application of heat 38 shrinkable joint sleeve per SPO 188. 39 a) If any holidays or cuts are detected, the sleeve shall be repaired using 40 the heat shrink sleeve manufacturer's recommendation. 41 b) The damaged area shall be covered with a minimum of 50-mm overlap 42 around the damaged area. 43 H. Protection of Buried Metal 44 1. Coat buried ferrous metal such as bolts and flanges,which cannot be protected with 45 factory or field-applied polyurethane coatings or heat shrink sleeves, with 2 wraps 46 of wax tape and encase in flowable fill. 47 3.5 REPAIR 48 A. Repair and Field Touchup of Polyurethane Coating CITY OF FORT WORTH Northside II 48-Inch!Pater Transmission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 33 11 14-29 BURIED STEEL PIPE AND FITTINGS Page 29 of 33 1 1. For repair and field touch-up of polyurethane coating,apply: 2 a. Madison GP 11(E)Totteh p Pelytifethane Coating 3 b. Lifelast Durasheild 210, 310 or 310 JARS 4 c. ITW—Futura Coatings Protec Il, or 5 d. Chemtane 2265, Chemline, Inc. St. Louis,Missouri, or 6 e. Carboline, Polygard 777, St. Louis, Missouri, or 7 f. Coating manufacturer's recommendation 8 2. Holidays 9 a. Remove all traces of oil,grease, dust, dirt and other debris. 10 b. Roughen area to be patched by sanding with rough grade sandpaper(40 grit). I 1 c. Apply a 35 mil coat of repair material described above. 12 d. Work repair material into scratched surface by brushing or rolling in 13 accordance with manufacturer's recommendations. 14 e. Retest for Holiday. 15 3. Field Cuts or Large Damage 16 a. If in the opinion of the City the polyurethane coating is excessively damaged, 17 the pipe segment will be rejected until the coating system is removed and 18 replaced so that the system is in a like-new condition. 19 b. Remove burrs from field cut ends or handling damage and smooth out edge of 20 polyurethane coating. 21 c. Remove all traces of oil, grease, dust, dirt and other debris. 22 d. Roughen area to be patched with rough grade sandpaper(40 grit). 23 e. Feather edges and include overlap of 2 inches of roughened polyurethane in 24 area to be patched. 25 f. Apply a 35 mil coat of repair material described above, in accordance with 26 manufacturer's recommendations. 27 g. Work repair material into scratched surface by brushing. 28 h. Feather edges of repair material into prepared surface. 29 i. Cover at least 1 inch of roughed area surrounding damage or adjacent to field 30 cut. 31 j. Test repairs for holidays. 32 B. Patch of Cement Mortar Lining 33 1. Repair cracks larger than 1/16 inch. 34 2. Pipes with disbonded linings will be rejected. 35 3. Excessive patching of lining shall not be permitted. 36 4. Repair in accordance with AWWA C205 and as follows: 37 a. Apply bonding agent to patch area. 38 b. Patching of lining shall be allowed where area to be repaired does not exceed 39 100 square inches and has no dimension greater than 12 inches. 40 c. In general,there shall be not more than 1 patch in the lining of any joint of 41 pipe. 42 5. Wherever necessary to patch the pipe, make the patch with the mortar indicated. 43 6. Do not install patched pipe until the patch has been properly and adequately cured, 44 unless approved by the City. 45 C. Patch of Mortar Coating(Unit II—36-Inch Pipe): CITY OF FORT WORTH Northside II 48-Inch Water Transmission ddairr,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cir) Project Arumber:02304 Revised December 20,2012 33 11 14-30 BURIED STEEL PIPE AND FITTINGS Page 30 of 33 I 1. Have the Pipe Manufacturer repair any joint of pipe that has exterior coatingcracks 2 larger than 0.005 inch(a hairlines >�g an approved method. If, in the opinion 3 of the Engineer or Owner,the pipe is not suitable for repair, reject,plainly mark, 4 and remove the pipe from the project site. 5 2. Remove, replace or reject any disbonded coating. Apply bonding agent to patch 6 area. Excessive field-patching of coating shall not be permitted. Patching will not 7 be allowed where area to be repaired exceed 100 square inches or 12 inches in 8 greatest dimension shall not be accepted. Adequately cure patches. 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 FIELD QUALITY CONTROL I I A. Field Tests and Inspections 12 1. Quality Control of Field Applied Polyurethane Coating 13 a. Surface Preparation 14 1) Visually inspect surface preparation to ensure cleanliness and dryness 15 requirements have been met. 16 2) Use Testex tape on at least 1 joint per day to ensure that adequate profile is 17 being achieved. 18 b. Visual 19 1) Visually inspect cured coating to ensure that the coating is completely 20 cured with no blisters, cracks,pinholes,missed areas,excessive roughness, 21 "sticky" or "gooey" areas. 22 2) Check to ensure that the coating completely covers the steel and existing 23 coating. 24 c. Thickness 25 1) Use a magnetic dry film thickness (DFT) gauge on cured coating to ensure 26 adequate thickness has been achieved according to SSPC PA 2. 27 a) If the thickness of the coating is below the minimum specified millage 28 anywhere along the length of the pipe, then adjustments must be made 29 to the spray system to correct the problem. 30 2) At a minimum,the thickness shall be measured for every 50 square feet of 31 sprayed area. 32 d. Adhesion 33 1) Perform the following procedure on a minimum of 1 joint per day: 34 a) Select area to test that has cured for at least 1 hour for fast setting 35 coatings. 36 b) Test and repair in accordance with AWWA C222 Dolly Pull-off Test. 37 e. Holiday Testing 38 1) Holiday testing shall be performed using a high voltage holiday tester at 39 each joint no sooner than 1 hour after field application of polyurethane 40 coating. 41 f. Inspection at Welding Joints 42 1) When applying the 3 layer joint coating system for post welding the joints, 43 the Contractor must show that his operation will not damage the joint 44 coating system to the Engineer's satisfaction. 45 2) The Contractor will be required to fully uncover a maximum of 10 joints, 46 selected at random by the Engineer or City to visually inspect and test the 47 joint after welding. 48 3) Any damage must be repaired. CITY OF FORT WORTH Alorthside II48-etch fluter Transmission Alain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 33 11 14-31 BURIED STEEL PIPE AND FITTINGS Page 31 of33 1 4) If the Contractor's welding procedure damages the 3 layer joint coating 2 system,the Contractor, at the direction of the Engineer, will be required to - 3 modify his welding procedure. 4 2. Weld Testing 5 a. Dye penetrant tests in accordance with ASTM E 165, or magnetic particle test in 6 accordance with AWWA C206 and set forth in AWS D.1.L,shall be performed 7 by the Contractor under the supervision and inspection of the City's 8 Representative or an independent testing laboratory, on all full welded joints. 9 1) Welds that are defective will be replaced or repaired,whichever is deemed 10 necessary by the Engineer,at the Contractor's expense. 11 2) If the Contractor disagrees with the Engineer's interpretation of welding 12 tests,test sections may be cut from the joint for physical testing. The 13 Contractor shall bear the expense of repairing the joint, regardless of the 14 results of physical testing. 15 3) The procedure for repairing the joint shall be approved by the Engineer 16 before proceeding. 17 3. Deflection Testing 18 a. Prior to hydrostatic testing, the City's inspector shall perform deflection testing 19 at a minimum rate of 1 mo nt for e 2,500 linear-feet„r..ajar line as 20 stated below. 21 b. City may reject any areas not meeting the deflection requirements of this 22 Specification. 23 c. The Contractor shall complete internal welding,of joints, welding inspections 24 and grout of the inside joints prior to measuring deflection. The welding 25 inspections shall be done by an independent CWI. 26 d. Deflection measurements shall be made by the Contractor in the presence of the 27 Owner's representative. 28 1) Welds that are defective will be replaced or repaired,whichever is deemed 29 necessary by the Engineer,at the Contractor's expense. 30 2) Method for taking measurements shall be agreed to by the Owner and 31 Engineer in writing prior to installing the first joint of pipe. 32 3) Measurements shall be recorded by the Contractor. 33 4) The deflection measurements shall be made no sooner than 5 days and no 34 later than 30 days after backfilling operations are complete. 35 e. Deflection shall be determined with vertical measurements taken at the 36 locations indicated below. Locations where vertical measurements are taken 37 shall be clearly marked on the interior of the pipe. 38 1) For pipe joints 36 feet in length or less,vertical measurements shall be 39 taken at two locations, 1/4-distance from each pipe end. 40 2) For pipe joints longer than 36 feet, vertical measurements shall be taken at 41 3 locations including 1/4-distance from each pipe end and at the pipe 42 midpoint. 43 f. Correction of Pipe Not Complying with Deflection Requirements CITY OF FORT WORTH Northside H 48-Inch(Pater Transmission Alain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit),Project Number:02304 Revised December 20,2012 33 11 14-32 BURIED STEEL PIPE AND FITTINGS Page 32 of 33 1 1) If the average joint deflection of a single joint or any measurement 2 fails to meet specifications, the entire joint shall be reworked in accordance 3 with the manufacturer's recommendations and as directed by the Owner at 4 no additional cost to the Owner. This may include uncoveringtpipe,re- 5 compaction of the pipe bedding, and repair of the coating. It is the 6 Contractor's responsibility to continuously measure and calculate pipe 7 deflection to verify it meets specification. 8 2) All costs associated with measuring for pipe deflection and any repairs or 9 rework associated with meeting these requirements shall be borne by the 10 Contractor. I 1 g. Pipe Deflection Reports 12 1) A monthlyport shall be submitted as Record Data showing allowable 13 deflection and 1.5 times allowable deflection and the deflection 14 measurements and calculated average deflection for each location measured 15 per joint for each joint of pipe 16 2) It is the responsibility of the Contractor to verify that the nominal pipe 17 diameter meets specifications at all measured locations. Contractor shall 18 coordinate pipe replacement with the pipe manufacturer for any pipe not 19 meetingthe he specified internal diameter 20 h. Average allowable pipe deflection shall not exceed 2% for polyurethane coated 21 pipe and 1% for mortar coated pipe. In no case shall individual measurements 22 exceed 3%for polyurethane coated pipe and 2% for mortar coated pipe. These 23 measurements include the allowable tolerance for lining thickness variation. 24 Additionally flat spots or pipe with damaged lining shall be repaired. 25 4. Cleaning and Testing 26 a. Cleaning, disinfection,hydrostatic testing, and bacteriological testing of water 27 mains: 28 1) Clean, flush,pig, disinfect,hydrostatic test, and bacteriological test the 29 water main as specified in Section 33 04 40. 30 5. Closed Circuit Television (CCTV)Inspection 31 a. Provide a Post-CCTV Inspection for water lines 24-inch and larger in 32 accordance with Section 33 01 31. 33 3.8 SYSTEM STARTUP [NOT USED] 34 3.9 ADJUSTING [NOT USED] 35 3.10 CLEANING [NOT USED] 36 3.11 CLOSEOUT ACTIVITIES [NOT USED] 37 3.12 PROTECTION [NOT USED] 38 3.13 MAINTENANCE [NOT USED] 39 3.14 ATTACHMENTS [NOT USED] 40 END OF SECTION 41 CITY OF FORT WORTH Northside H 48-Inch IPater Tiwnsmission 3Lain,Phase 2—Parl I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Q1,Project Number:02304 Revised December 20,2012 33 it 14-33 BURIED STEEL PIPE AND FITTINGS Page 33 of 33 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2.13.4,5,and 6—Added reference to Section 33 1105 and removed material specification for bolts,nuts,gaskets and flange coating 1 r` 4 E CITY OF FORT WORTH Northside H 48-Inch FFater Transmission rl fain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 33 12 30-1 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page I of 8 I SECTION 33 12 30 2 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. 2-inch through 8-inch Combination Air-Release and Air/Vacuum Valve Assemblies 7 (Combination Air Valves)for potable water systems including: 8 a. Combination air-release and air/vacuum valve 9 b. Tap to water main 10 c. Lead-free Inlet piping and appurtenances 11 d. Vent piping and appurtenances 12 e. Vault enclosure and appurtenances 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. 2.2 C.l.f. Add design flow rate. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms,and Conditions of the 17 Contract 18 2. Division 1 —General Requirements 19 3. Section 33 05 13—Frame, Cover and Grade Rings 20 4. Section 33 11 10—Ductile Iron Pipe 21 5. Section 33 11 11 —Ductile Iron Fittings 22 6. Section 33 11 14—Buried Steel Pipe and Fittings 23 7. Section 33 12 10—Water Services 1-Inch to 2-Inch 24 8. Section 33 12 20—Resilient Seated(Wedge) Gate Valve 25 9. Section 33 39 20—Precast Concrete Manholes 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Measurement 29 a. Measurement for this Item shall be per each. 30 2. Payment 31 a. The work performed and materials furnished in accordance with this Item and 32 measured as provided under"Measurement"will be paid for at the unit price 33 bid per each"Water Air Release Valve&Vault"installed for: 34 1) Various inlet sizes 35 3. The price bid shall include: 36 a. Furnishing and installing Combination Air Valves with appurtenances as 37 specified in the Drawings 38 b. Air valve vault and appurtenances 39 c. Tapping the main 40 d. Isolation valves CITY OF FORT WORTH Northside II 48-Inch Water Transmission Alain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 33 1230-2 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 2 of 8 1 e. Fittings 2 f. Vent piping 3 g. Vent cover and/or enclosure 4 It. Vent enclosure and/or pipe bollard protection,if required 5 i. Excavation and backfill 6 1.3 REFERENCES 7 A. Definitions 8 1. Combination Air Valve: A device having the features of both an air-release valve 9 and an air/vacuum valve 10 2. Inlet: The opening at the base of the Combination Air Valve mechanism through 11 which air and water from the pipeline enters 12 3. Inlet Piping: The piping and appurtenances between the pipeline and the valve inlet 13 4. Lead-free: Lead-free pipes and plumbing fittings and fixtures shall contain less 14 than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water 15 Act(P.L. 111-380). 16 5. Orifice: The opening in the Combination Air Valve mechanism through which air 17 is expelled from or admitted into the pipeline or piping system. Some valves may 18 have multiple orifices. 19 6. Outlet: The opening at the top of Combination Air Valve mechanism, including the 20 orifice,through which air enters or exits the Air Valve 21 7. Vent Piping: The piping and appurtenances from the Combination Air Valve outlet 22 to its termination point outside the vault 23 B. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 2. American Iron and Steel Institute (AISI). 28 3. ASTM International (ASTM): 29 a. A536, Standard Specification for Ductile Iron Castings. 30 4. American Water Works Association(AWWA): 31 a. C512,Air-Release, Air/Vacuum, and Combination Air Valves for Waterworks 32 Service. 33 b. M51,Air-Release,Air/Vacuum, and Combination Air Valves. 34 5. NSF International(NSF): 35 a. 61, Drinking Water System Components -Health Effects. 36 6. Reduction of Lead in Drinking Water Act 37 a. Public Law 111-380 (P.L. 111-380) 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS 40 A. Submittals shall be in accordance with Section 01 33 00. 41 B. All submittals shall be approved by the City prior to delivery. CITY OF FORT WORTH Northside II 48-Inch Water Transmission illairr,Phase 2—Pm9 I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Q1,Project Number:02304 Revised December 20,2012 33 1230-3 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 3 of 8 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Combination Air Valves 4 a. Application type 5 b. Working pressure rating 6 c. Test pressure rating 7 d. Surge pressure rating 8 e. Inlet size 9 f. Small orifice size 10 g. Large orifice size 11 2. Valve vault and appurtenances 12 3. Tapping appurtenances 13 4. Isolation valves 14 5. Fittings 15 6. Vent piping 16 7. Vent cover and/or enclosure 17 8. Vent enclosure and/or pipe bollard protection 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Qualifications 22 1. Manufacturers 23 a. Combination Air Valves of the same size shall be the product of 1 24 manufacturer,unless approved by the City. 25 b. Combination air valves shall be in conformance with AWWA C512. 26 B. Certifications 27 1. Obtain an Affidavit of Compliance from the valve manufacturer in accordance with 28 AWWA C512. 29 1.10 DELIVERY, STORAGE,AND HANDLING 30 A. Storage and Handling Requirements 31 1. Protect all parts such that no damage or deterioration will occur during a prolonged 32 delay from the time of shipment until installation is completed and the units and 33 equipment are ready for operation. 34 2. Protect all equipment and parts against any damage during a prolonged period at the 35 site. 36 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 37 strongly built and securely bolted thereto. 38 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 39 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 40 extremes in temperature. CITY OF FORT WORTH Northside II 48-Inch Ii"ater Transmission plain,Phase 2—Part STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 33 1230-4 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 4 of 8 1 6. Secure and maintain a location to store the material in accordance with 2 Section 01 66 00. 3 1.11 FIELD CONDITIONS [NOT USED] 4 1.12 WARRANTY 5 A. Manufacturer Warranty 6 1. Manufacturer's Warranty shall be in accordance with Division 1. 7 PART 2 - PRODUCTS 8 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 9 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 10 A. Manufacturers 11 1. Only the manufacturers as listed on the Git.,'s Standard D,-,,,7ucts List wil Ro 12 eensidered as sh,..=,,, in Seetio n, 60 nn, below will be considered. 13 , 14 b. A.R.I. Model D-060 Combination Air Valve 15 c. Vento-O-Mat Model RBX Combination Air Valve 16 2-. Any product that is not listed on the Standard Produets List is eonsidered a 17 substitutiona shall b submitted in aeeor-danee with Seetion 01 25 nn 18 3. The Combination Air Valve shall be new and the product of a manufacturer 19 regularly engaged in the manufacturing of air release/air vacuum valves having 20 similar service and size. 21 B. Description 22 1. Regulatory Requirements 23 a. Combination Air Valves shall meet or exceed the latest revisions of 24 AWWA C512 and shall meet or exceed the requirements of this Specification. 25 b. All Combination Air Valve components in contact with potable water shall 26 conform to the requirements of NSF 61. 27 c. All materials shall conform to the Reduction of Lead in Drinking Water 28 Act(P.L. 111-380). This Act defines "Lead-free" for pipes and other 29 appurtenances to be less than 0.25 percent lead. 30 C. Performance/Design Criteria 31 1. Capacities 32 a. Water Application=Potable Water 33 b. Working Pressure from 10 psi to 150 psi 34 c. Test Pressure=225 psi 35 d. Surge Pressure= 100 psi minimum,unless stated otherwise in the Contract 36 Documents 37 e. Size 38 1) Each orifice size must be sufficient to meet the requirements set forth in 39 AWWA M51 and indicated on the Drawings. 40 f. Design flow rate of 48-inch pipeline is 40 MGD at 75 psi 41 2. Function 42 a. High volume discharge during pipeline filling CITY OF FORT WORTH Northside H 48-Inch IYater Transn7issio77 JLain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Ntmrbe7:•02304 Revised December 20,2012 331230-5 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 5 of 8 1 b. High volume intake through the large orifice 2 c. Pressurized air discharge 3 d. Surge Dampening/Controlled discharge rates 4 1) The valve shall have an integral surge alleviation mechanism which shall 5 operate automatically to limit transient pressure rise or shock induced by 6 closure due to high velocity air discharge or the subsequent rejoining of the 7 separated water columns. The limitation of the pressure rise shall be 8 achieved by decelerating the approaching water prior to valve closure. 9 D. Materials 10 1. Combination Air Valve 11 a. Internal parts 12 1) Non-corroding material such as stainless steel or high density polyethylene 13 b. Valve body 14 1) AISI 304 stainless steel or ASTM A536 ductile iron 15 2) Equipped with intake and discharge flanges 16 c. Inlet/Discharge orifice area 17 1) Equal to the nominal size of the valve 18 E. Finishes 19 1. Finish Materials 20 a. Supply all ductile iron Combination Air Valves with a factory applied fission 21 bonded epoxy coating with a final coating thickness of 16 mils minimum. 22 2.3 ACCESSORIES 23 A. For 2-inch Combination Air Valve Assemblies: 24 1. Tap 25 a. Tapping saddle and 2-inch corporation valve (C.C. thread with flare) in 26 accordance with Section 33 12 10 27 2. Inlet Piping 28 a. 2-inch outlet between the tap and the isolation valve with the following: 29 1) Threaded, lead-free brass piping 30 2) Threaded, lead-free brass tee 31 3) Threaded, lead-free brass hand wheel valves 32 3. Vent Piping 33 a. 4-inch minimum diameter, in accordance with the Drawings 34 4. Vent Screen 35 a. Stainless Steel(AISI 304) 36 5. Dropover Enclosure 37 a. Channell SPH-1420 thermoplastic enclosure, or approved equal 38 6. Vault 39 a. Provide a flat top 4-foot diameter concrete manhole in accordance with Section 40 33 3920. 41 b. Provide a 32-inch hinged cover with frame and grade ring in accordance with 42 Section 33 05 13. 43 c. Secure Air Valve to vault wall using a galvanized or stainless steel bracket 44 manufactured by Grinell, or equal, in accordance with the Drawings 45 B. For 3-inch to 8-inch Combination Air Valve Assemblies: CITY OF FORT WORTH Northside H 48-Inch i1'ater Transmission it fain,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Number:02304 Revised December 20,2012 33 1230-6 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 6 of 8 1 1. Tap 2 a. For 24-inch diameter mains: 3 1) Provide 24-inch blind flange outlet 4 b. For mains with 30-inch and greater diameter: 5 1) Provide 30-inch blind flange outlet 6 c. For ductile iron and PVC mains,provide mechanical joint x flange tee with 7 tapped flange. 8 2. Inlet Piping 9 a. Flanged ductile iron or steel, depending on main material, in accordance with 10 Drawings 11 b. Corporation stops shall be in accordance with Section 33 12 10 and with 12 Drawings. 13 3. Isolation Valves 14 a. Gate valve (flanged) in accordance with Section 33 12 20 with: 15 1) 2-inch operating nut,non-rising stem with enclosed miter gearing for 3- 16 inch and larger gate valves 17 4. Vent Piping 18 a. 4-inch minimum, ductile iron pipe, in accordance with Drawings 19 5. Vent Screen 20 a. Stainless Steel (AISI 304) 21 6. Dropover Enclosure 22 a. Channell SPH-1420 thermoplastic enclosure, or approved equal 23 7. Vault 24 a. Provide a flat top, concrete manhole in accordance with Section 33 39 20. 25 b. Manhole dimensions shall be in accordance with Drawings. 26 c. Provide a 32-inch hinged cover with frame and grade ring in accordance with 27 Section 33 05 13. 28 d. Secure Air Valve to vault wall using a galvanized or stainless steel bracket 29 manufactured by Grinell, or equal, in accordance with the Drawings 30 C. Finishes 31 1. Primer Materials 32 a. Prime Vent Piping within vault, as well as above ground,for finish with a 33 product listed in on the City's Standard Products List in Section 01 60 00, 34 unless otherwise stated in the Drawings. 35 2. Finish Materials 36 a. Paint Vent Piping within vault, as well as above ground, with a product listed in 37 on the City's Standard Products List in Section 01 60 00,unless otherwise 38 stated in the Drawings. 39 b. Color to be selected by the City. 40 2.4 SOURCE QUALITY CONTROL 41 A. Tests and Inspections 42 1. Testing and inspection of Combination Air Valves shall be in accordance with 43 AW WA C512. 44 B. Markings 45 1. Each Combination Air Valve shall be marked in accordance with AWWA C512. CITY OF FORT WORTH Northside II 48417ch FVater Transn7ission Main,Phase 2—Part I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project Nun7ber:02304 Revised December 20,2012 331230-7 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 7 of 8 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. General 7 1. Install in accordance with manufacturer's recommendations and as shown on the 8 Drawings. 9 2. Above ground and vault interior ductile iron piping and valves shall be painted in 10 accordance with City requirements,unless otherwise stated in the Drawings. 11 3. Wrap all buried ductile iron pipe and fittings with polyethylene encasement in 12 accordance with Section 33 11 10 and Section 33 11 11 respectively. 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD QUALITY CONTROL 16 A. Field Inspections 17 1. Pipe the large and small orifices directly to the vent piping. There direct discharge z` 18 of an orifice to an underground vault. 19 2. The valve shall perform as intended with no deformation, leaking or damage of any 20 kind for the pressure ranges indicated. 21 3. Before acceptance of the installed valve,the City Field Operations Staff shall have 22 the opportunity to inspect and operate the valve. 23 4. The City will assess the ease of access to the operating nut and ease of operating the 24 corporation stop. 25 5. If access and operation of the valve and its appurtenances meet the City Standard 26 Detail,then the valve will be accepted as installed. 27 6. The Combination Air Valve assembly shall be free from any leaks. 28 B. Non-Conforming Work 29 1. If access and operation of the valve or its appurtenances does not meet the City's 30 criteria, the Contractor will remedy the situation until it meets the City's criteria, at 31 the Contractor's expense. 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] CITY OF FORT WORTH Northside H 48-Inch[-Pater Transmission Alain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised December 20,2012 331230-8 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 8 of 8 1 3.14 ATTACHMENTS [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson General:Modified specification to reflect materials and equipment in City Standard Detail;Removed cast-in-place manhole references 4 CITY OF FORT WORTH Northside II48-Inch Water Transmission iWain,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit),Project Number:02304 Revised December 20,2012 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities Gr 4.06 u.,-,,,.-dous Envir-onmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GG 6.24 Wendiser-imination GR-01 60 00 Product Requirements CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 Page 1 of 9 D216216842 911612016 2:34 PM PGS 9 Fee: $48.00 Submitter: XEROX COMMERCIAL SOLUTIONS electronically Recorded by Tarrant County Clerk in Official Public Records Mary Louise Garcia Eagle Mt.—Saginaw 138 KV Dine E-242691 2016-0652 CW ENCROACHMENT ON EASEMENT i WHEREAS, Oncor Electric Delivery Company LLC ("Oncor"), ls'the owner of a easement in Tarrant County, Texas, which is recorded in Volume 12891, Page 226 of the Deed Records of Tarrant County, Texas ("Easement"); and WHEREAS,City of Fort Worth,("User"), desires permission to construct,operate and maintain a forty-eight (48) inch waterline ("Encroaching Facility") within the area or boundaries of the Easement("Easement Area"). NOW,THEREFORE,in consideration of the mutual covenants contained herein and othergood and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, Oncor and User do hereby agree as follows: 1. Location of Encroaching Facility. User may locate the Encroaching Facility in the Easement Area, but only as described and shown on the attached drawings marked Exhibit "A", incorporated herein, User may not relocate the Encroaching Facility within the Easement Area without the consent and approval of Oncor, which consent and approval shall be at Oncor's sole discretion. User acknowledges and agrees that Oncor holds easement rights on the Easement Area; therefore, User shall obtain whatever rights and permission, other than Oncor's, that are necessary. 2. Restrictions on Use of Easement Area. User shall use only so much of the Easement Area as maybe necessary to construct,maintain,operate and repairthe Encroaching Facility. User shall, at its own cost and expense, comply with all applicable laws, including but not limited to existing zoning ordinances, governmental rules and regulations enacted or promulgated by any governmental authority and shall promptlyexecute and fulfill all orders and requirements imposed by such governmental authorities for the correction,prevention and abatement of nuisances in or upon or connected with said Encroaching Facility. At the conclusion of any construction, User shall remove all debris and other materials from the Easement Area and restore the Easement Area to the same condition it was In prior to thecommencement of User's construction thereon or in proximity thereto. User shall not place trash dumpsters,toxic substances or flammable material in the Easement Area. Further, if the Easement Area has transmission or distribution facilities located thereon, User shall not place upon the Easement Area any improvements, including but not limited to, buildings, light standards,fences (excluding barriers installed around transmission towers),shrubs,trees or signs unless approved in advance in writing by Oncor. Additional general construction limitations on encroachments are described and listed in Exhibit"B", attached hereto and by reference made a part hereof, 3. Maintenance of Encroaching Facility. User, at User's sole expense, shall maintain and operate the Encroaching Facility. Oncor will not be responsible for any costs of construction, reconstruction, operation, maintenance or removal of Users Encroaching Facility. ENCROACHMENT ON EASEMENT page f Page 2 of 9 4. Risk and Liability. User assumes all risks and liability resulting or arising from or relating to Users use,the existing condition or location,or existing state of maintenance, repair or operation of the Easement Area, it is further agreed that Oncor shall not be liable for any damage to the Encroaching Facility as a result of Oncor's use or enjoyment of its Easement. Any Oncor property damaged or destroyed by User or its agents, employees, invitees, contractors or subcontractors shall be repaired or replaced by Oncor at User's expense and payment is due upon User's receipt of an invoice from Oncor. 5. indemnification. User,to the extent allowable by law, agrees to defend,indemnify and hold harmless Oncor,its officers, agents and employees,from and against any and all claims,demands, causes of action,loss, damage, liabilities, costs and expenses(including attorney's fees and court costs)of any and every kind or character, known or unknown,fixed or contingent,for personal injury (including death), property damage or other harm for which recovery of damages is sought or suffered by any person or persons that may arise out of, or be occasioned by, the negligence, misconduct or omission of User, its officers, agents, associates, employees, contractors, subcontractors,subconsultants,or any other person entering onto the Easement Area or may arise out of or be occasioned by the use of the Encroaching Facility, except that the indemnity provided for in this paragraph shall not apply to any liability resulting from the sole negligence of Oncor, its officers, agents,-or employees or separate contractors, and in the event of joint and concurrent negligence of both Oncor and User, responsibility and indemnity, if any, shall be apportioned comparatively. Nothing contained herein shall ever be construed so as to require User to assess, levy and collect any tax to fund its obligations under this paragraph.Article XI Section 5 of the Texas Constitution provides that a city is prohibited from creating a debt unless the city levies and collects a sufficient tax to pay the interest on the debt and provides a sinking fund. The Oty of Fort Worth has not and will not,create a sinking fund or collect any tax to pay any obligation created underthis section. 6. High Voltage Restrictions. Use of draglines or other boom-type equipment in connection with any work to be performed on the Easement Area by User, its employees, agents, invitees, contractors'or subcontractors must comply with Chapter 752, Texas Health and Safety Code,the National Electric Safety Code and any other applicable safety or clearance requirements. Notwithstanding anything to the contrary herein, in no event shall any equipment be within fifteen feet of the Oncor power lines situated on the aforesaid property..User must obtain Oncor's approval and notify the Region Transmission Department at 817496-2746,48 hours.prior to the use of any boom-type equipment on the Easement Area. 7. Relocation of Facilities. User shall not place its facility within 25 feet of any pole or tower leg. User agrees that in the event that Oncor determines that User's Facility interferes with Oncor's facilities, Userwill relocate User's Facility at User's expense.User will be entitled to relocate User's Facility on the encroachment area granted hereunder if reasonably possible without further interference with Oncor's facilities. If User's Facility cannot be relocated on the encroachment area, then, if reasonably possible, Oncor agrees to grant User an.encroachment near the encroachment granted hereunder so that User's facility can continue to operate as originally intended. 8. Default and Termination. It is understood and agreed that,in case of default by User or its agents in any of the terms and conditions herein stated and such default continues for a period of thirty(30)days after Oncor notifies User of such default in writing,Oncor may at its election forthwith ENCROACHMENT ON EASEMENT Paye 2 Page 3 of 9 terminate this agreement and upon such termination all of User's rights hereunder shall cease and come to an end. This agreement shall also terminate upon the abandonment of the Encroaching Facility. This agreement shall extend to and be binding upon User and its successors and assigns,and is not to be interpreted as a waiver of any rights held by Oncor'under its Easement. Executedthis l(odayof ,2016. APPROVAL: Oncor Elect ' De[IV rnpany LLC BY: Dennis L. Patton,Attorney-In-Fact i ACCEPTANCE: CITY OF F RTWORTH By:- Steve Cooke, Property Management Director By: Jessica Sangsvang, Assistant City Attorney ENCROACHMENT ON EASEMENT Page 3 . Page 4 of 9 i STATE OF TEXAS §. § I COUNTY OF TARRANT § BEFORE ME,the undersigned authority,on this daypersonally appeared Dennis L, Patton, as Attorney-in-Fact of Oncor Electric Delivery Company LLC, known to The to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same for the purposes and consideration therein expressed, in the capacity therein stated and i he is authorized to do so. } , A VEN UPPER MY HAND AND SEAL OF OFFICE this day of A. D.2016. 4, to �% puttA ILA pAZ 7(� c No ut�lfc.State of texas C -.•,, ..,,.;�y? COmm.Expires 03-07.2018 Notary Public in and for the State of exas ""`f CF 16�' Nolal Ib y 1112457.5 STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,,the undersigned authority,on this day personally appeared ' a. Coe Le- as the ',r of the City of Fort Worth, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he/she executed the same for-the purposes and consideration therein expressed, in the capacity therein stated and he/she is authorized to do so. C GIVEN NDER MY HAND AND SEAL OF OFFICE this qp, day of �} {�� , A. D. 2016. RICARDO SALAZAR II Notory Public,State of Texas Notary P blic in and for the State of Texas My Commission Expires February 25, 2018 ENCROACHMENT ON EASEMENT Page 4 Page 5 of 9 , sYrc�7vNua7N1 ebatt'r Z,f,�1Vd'Z7$VI(d'NIYL+IPID7S$1(H$f(Y21.Lll8.LYA1[L�N('8411;�QI$H,L2IOhI C z v pp Ey��a9{( a IHaig H. <p tpb �TYJd $ 4 � 5,,,�77$��P, p.- w A p e k p = ! 10 12 0 0. oaaQ 3 m I I n� f{ w w a i EN Etu a Q N C N E {jl� l ' 0.. CA w 0. 2 l W1' wn �t� s j �I P-W g# X*R � a 2 N180M.180!SO A71 114 a a1'0 ,NOSd839p�-,H:l�`fMl� • I �- =t o 1• Ino• 1w M: s�•. \l +s=cTaui.-. '.,.'t j p' I I 1A ' 6 / gam W .sem i,•I '� �t �Arcas;i/ ,__ � ♦n�)• �/i fr ;,J 1 1.��j',1, i I d�'w�bs i �dk Pik 1 EXHISITA �' / Mfr/ /,;,y'.,� .F `_�;. �: ;•� � � O,� a 00+06Z VIS 3NI9H01YY4 . d.pftlarsrNa-N1k".Nail,'.n F1°r ''' I,d ilex alaaiu 9 o"as nn Si-id-]t0 E\tom 5\9)W IIE(4\�tt'.,".ei>tJ lilrlll)'(�aal STI al'M i+tl 4!`t Page 6 of 9 srcla�vvuurtr cr9zz s Z•L2i�+d-L 9WHd`Nt lAtHOISStWSNVtl1 21dt VAS HJNt'8h l[7t1i513L2IO11 7 k a a u si - I�9Z��1� f„R 2 "� 1? A Y„ u g 1z ;R rN+ oil 1 qvy § V a 8 � S a 4 g tigel Eu i g 5�t - � to Mil t gill h !± M n - h n n n H �pjG2 { t , at it }1 it' I�a 'it 11'it i' _I 1 I�_•-s ' ' if- I '.. n III 1 I i I t ` i T.r_ -�--- t-_ x .. •y t�>� '�0 � �{li Rv" �i �{ 11 } I ��- i ' 1 11 I r I -I , r F g 9 w I d 1 y 1 I! I I { ! Y 1 911 Rp rSo � 1 Ali. :E .- 9. E Ila , 31_r iY ii.6i w< n'j t III ¢ J I I f did` 's H1N0,N 1B0!J6 Al t I t 1 , � '� ' -- 031YLIQd2iO�h1Nn .i 41 ` ` O:,� 3aoaYxxnt •t3Y1'"`. r n�a 1:T 4i9 o4 A3U — aee/tyalnL,an >Was 1. . 44 �' r , �tPO 4 e a 1 t fill.^ ra a E Oft 81 ;.I 1 �.,,... I S t ! I �, , I_ I i H wr F � ; �• 4 $g me. / z � s. � � I { r ty 41 1 r i l � t l t t,._. N a i r W . . � -1'3i- I N,`9 �n /f/ W "' 5 t. 1�.I I ,,.. t• � i I�I fit! "1 ,. %_ ' jug E' 01- t ' i - — v � r� .I2e0/P Fj�ta" f// Cf ! i �T � 1 ijiliri � �5� I � r I - _ 1. JIL Lr 11 j! w Liss �Sz9� i _ anoaNrc i <ir. � I t'�' I I I r iY ,, u �` J i 1 1; 00+OVZ VIS 3NIIHOIYYI , M v N 6 YI �G O O N S 39CIId��6`lds `t W.oS�vyµ0i SITA 'a of a Page 7 of 9 CONSTRUCTION LIMITATIONS ON Oncor ELECTRIC DELIVERY COMPANY RiGHT OF WAY EXHIBIT"B" 1. You are notified, and should advise your employees,representatives, agents, and contractors, who enter the property that they will be working in the vicinity of high voltage electrical facilities and should take proper precautions, included but not limited to the following stipulations and in compliance, at all times,with Chapter 752, V.T.C.A., Health &Safety Code. 2. Blasting is not to be permitted on Oncor right-of-way or under Oncor lines. 3. Construction on electric transmission line easements acquired by Oncor after January 1,2003 shall comply with the requirements of Public Utility Commission Substantive Rules§25.101, as amended from time to time. 4. Grading will be done in order to leave the right-of-way as near as possible to present condition. Spoil dirt will be removed from the right-of-way and no trash is to be left on right-of-way, Slopes shall be graded so that trucks can go down the right-of-way when required and such that the slopes can be mechanically maintained. 5. Equipment and materials will not be stored on the right-of-way during construction without written approval of the Supervisor of Regional Transmission. 6. Street or road crossings are to be based on drawings submitted. Any change in alignment or elevation will be resubmitted for approval 7. No fire hydrants, manholes,signs, lights or guard lights will be permitted on the right-of-way. 8. Equipment shall not be placed within fifteen (15)feet of the power lines. 9. Any pre-approved fencing will not exceed eight(8)feet in height, and if metal in nature,will be grounded, at ten (10)feet intervals,with an appropriate driven ground. Gates should be at least sixteen (16)feet in width to allow Oncor access to the right-of-way. ENCROACHMENT ON EASEMENT page 5 Page 8 of 9 i 10. No dumpsters will be allowed on Oncor right-of-way or fee owned property, 11. Draglines will not be used under the line or on Oncor right-of-way. 12.The existing grade shall not be disturbed, excavated or filled within 25 feet of the nearest edge of any tower. 13. Right-of-way will be protected from washing and erosion by Oncor approved method before any permits are granted. No discharging of water will be allowed within any portion of the right of way. i 14. No obstruction shall be installed on the right-of-way that would interfere with access to Oncor structures or prevent mechanical maintenance, 15. Before any work is done under Oncor lines or by Oncor structures notify the Region Transmission Department, 817,496-2746. i ' 16. No hazardous materials will be stored on the right of way, i 17. For purposes of this document, "Hazardous Materials"means and includes those substances, including, without limitation, asbestos-containing material containing more than one percent (1%) asbestos by weight, or the groupof organic compounds known as polychlorinated biphenyls, flammable explosives, radioactive materials, chemicals known to cause cancer or reproductive toxicity and includes any items included in the definition of hazardous or toxic waste,materials or substances under any Hazardous.Material Law. "Hazardous Material Laws" collectively means and includes any present and future local,.state and federal law relating to the environment and environmental conditions Including, without limitation, the Resource Conservation and Recovery Act of 1976 ("RCRA"), 42 U.S,C. §6901 et seg., the Comprehensive Environmental Response,Compensation and Liability Act of 1980, ("CERCLA"), 42 U.S.C. §§9601-9657,as amended by the Superfund Amendments and Reauthorization Act of 1986 ("SARA"); the Hazardous Material Transportation Act, 49 U.S.G. §6901 et seq., the Federal Water Pollution Control Act,33 U.S.C.§1251,et sec,,.the Clean Air Act,42 U.S.C.§741 et se ., the Clean Water Act, 33 U.S.C. §7401 et seq., the Toxic Substances Control Act, 15 U.S.C. §§2601-2629, the Safe Drinking Water Act, 42 U.S.C. §§300f-330j, and all the regulations, orders, and decrees now or hereafter promulgated thereunder. ENCROACHMENT ON BASEMENT page 5 Page 9 of 9 18. Brush and cut timber will not be piled or stacked on Oncor right-of-way or will not be burned upon or in close proximity to the conductors or towers. 19. No structures or obstructions,such as buildings, garages, barns,sheds,guard houses,etc.,will be permitted on the right-of-way. 20. Landscaping on Oncor right-of-way is permitted when Oncor approves landscaping plans in writing. No lighting or sprinkler systems are allowed on the right-of-way. ENCROACHMENT ON BASEMENT Page 7 Page 1 of 19 D216216847 911612016 2:34 PM PGS 19 Fee: $88.00 Submitter:XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records --p Mary Louise Garcia Wagley-Robertson Substation 0-5307(147891377) 2016-0646 GW EASEMENT AND RIGHT OF WAY STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § That ONCOR ELECTRIC DELIVERY COMPANY LLC, a Delaware limited liability company, hereinafter referred to as Grantor,forand in consideration of TEN AND N01100 DOLLARS ($10.00), and other good and valuable consideration to it in hand paid by the. CITY OF FORT WORTH, a Texas Municipal Corporation, hereinafter referred to as Grantee, has granted, sold and conveyed and by these presents does hereby grant, sell and convey unto said Grantee a nonexclusive thirty (30)foot wide easement and right of way for the purpose of constructing, reconstructing, replacing, maintaining and operating an waterline, hereinafter referred to as Grantee's Facility, in,over,under,across and along the property described on the attached Exhibit A, and as shown on the attached Exhibit B: SEI ATTACHED EXHIBIT "A& B" There is also granted to Grantee, its successors or assigns, a nonexclusive easement to use only so much of Grantor's adjoining land, during temporary periods, as may be necessary for the construction, maintenance, and repair of said Grantee's Facility SEE ATTACHED EXHIBIT`°C, D, E& F". Such use shall not interfere with Grantor's use of such property in the operation of its business and Grantee shall properly maintain such property during construction and at the conclusion of such construction remove all construction debris and other materials from such property and restore such property to the same condition it was in prior to the commencement of Grantee's construction thereon or in proximity thereto. Additional general construction limitations on easement are described and listed, but not limited to, in Exhibit"G", attached hereto and by reference made a part hereof. Use of draglines or other boom-type equipment in connection with any work to be performed on Grantor's property by the Grantee, its employees,agents,representatives or contractors must comply with Chapter 752, Texas Health and Safety Code, the National Electrical Safety Code and any other clearance requirements. Notwithstanding anything to the contrary herein, in no event shall any equipment be within fifteen feet of Grantor's power lines situated on the aforesaid property. Grantee must notify Fort Worth Transmission, (817-496-2746) at least 48 hours prior to the use of any boom-type equipment on Grantor's property except in an emergency. Grantor reserves the right to refuse Grantee permission to use boom-type equipment. Page 2 of 19 Grantee shall locate its Facility within the easement so as not to interfere with any of Grantor's facilities. Grantee shall not place its facility within 25 feet of any.pole or tower leg. Grantee shall reimburse Grantor for any and all costs and expenses incurred by Grantorfor any relocation or alteration of its facilities located on or near the easement that Grantor, in its sole discretion, determines are subject to interference from the said Grantee's Facility or from the exercise by Grantee of any of its rights hereunder. This easement is granted upon the conditions that Grantee's Facility to be constructed shall be maintained and operated by Grantee at no expense to Grantor and Grantor shall not be responsible for any costs of construction, reconstruction, operation, maintenance or removal of Grantee's Facility. I To the extent permitted by law, Grantee agrees to defend, indemnify and hold Grantor, its officers, agents and employees, harmless against any and all claims, lawsuits, judgements, costs, and expenses for personal injury(including death), property damage or other harm for which recovery of damages is sought, suffered by any person or persons that may arise out of, or be occasioned, by any negligent act or omission of Grantee, its officers, agents, associates, employees or subconsultants; except that the indemnity provided for in this paragraph shall not apply to any liability resulting from the sole negligence of Grantor, its officers, agents,or employees or separate contractors, and in the event of joint and concurrent negligence of both Grantor and Grantee, responsibility and indemnity, if any, shall.be apportioned comparatively in accordance with the laws of the State of Texas, without, however, waiving any governmental immunity or other defenses available to the parties under Texas Law. 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. Grantee shall, at its own cost and expense comply with all applicable laws, including but not limited to existing zoning ordinances, governmental rules and regulations enacted or promulgated by any governmental authority and shall promptly execute and fulfill all orders and requirements imposed by such governmental authorities for the correction, prevention and abatement of nuisances in or upon or connected with said premises because of Grantee's use thereof. This easement,subject to all liens of record, shall continue only so long as Grantee shall use this right of way for the purpose herein described and the same shall immediately [apse and terminate upon cessation of such use. TO HAVE AND TO HOLD the above described easement and rights unto the Grantee, its successors and assigns, for the purposes aforesaid and upon the conditions herein stated until the same shall be abandoned for use by the Grantee for the purpose herein stated, then and thereupon this conveyance shall be null and void and the use.of said land, and premises shall absolutely revert to Grantor herein, its successors and assigns, and no act or omission on the part of them shall be construed as a waiver of the enforcement of such condition. Page 3 of 19 AND Grantor does hereby bind itself, its successors and assigns, to WARRANT AND FOREVER DEFEND all and singular the above described easement and rights unto , the Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof, by, through or under Grantor but not otherwise, 44 EXECUTED as of this /1� day of � ��'�— 2016. GRANTOR: ONCOR ELECTRIC DELIVERY COMPANYLLC By: Dennis L. Patton Attorney-in-Fact GRANTEE: CITY OF FORT WORTH By: Steve Cooke, Property Management Director By: Jessica Sa svang, Assistant City Attorney 4 Page 4 of 19 STATE OF TEXAS § COUNTY OF TARRANT § EFORE ME, the undersigned authority, Rn, this day personally appeared Is tf'o'p as the of the CITY OF FORT WORTH, known to me to be the person hose name is subscribed to the foregoing instrument and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed, in the capacity therein stated and he/she is authorized to do so. GIVEN UNDER MY HAND AND SEAL OF OFFICE this / ! "� day of A. D. 2016. RICARDO SALAZAR, 11 Z � Notary Public,State of Texas N3�„€ My Commisslon Expires Notary Pu lic in and for the State of Texas February 25, 2018 STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned.authority, on this day personally appeared Dennis L. Patton, as the Attorney-In-Fact of Oncor Electric Delivery Company LLC,known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same for the purposes and consideration therein .expressed, in the capacity therein stated and he is.authorized to do so. f GIVEN UNDER MY HAND AND SEAL OF OFFICE this + day of P e ►^�. , A. D. 2016. LAURA DE LA PAZ ^Notary Public,Stole of Texas Notary Public in and for the Stat of Texas o�jiQ}t,� Comm.Expires 03-07-2018 Notary ID 1112957.5 Page 5 of 19 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN,PHASE 2 PARCEL No.8 PE DOE No. 7344 9000 WAGLEY ROBERTSON RD. ERASMUS H. ELKINS SURVEY,ABSTRACT No. 487 EXHIBIT"A" Being a permanent water facility easement situated in the Erasmus H. Elkins Survey, Abstract No. 487, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being out of Lot 1, Block 1 of TXU/Wagley-Robertson Addition, an addition to Tarrant County, Texas as recorded in Cabinet A, Slide 6744 of the Plat Records of Tarrant County, Texas, said Lot 1 being a portion of a 3.799 acre tract of land deeded to Oncor Electric Delivery Company LLC, as recorded in County Clerk File No. D209327919 of the Official Public Records of Tarrant County, Texas and being more fully described in Volume 14789, Page 377 of the Deed Records of Tarrant, County, Texas,- said permanent water facility easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "RPLS 4773" found for the east corner of said Lot 1,from which a 1/2 inch iron rod found for the south comer of said Lot I bears South 40 degrees 01 minutes 57 seconds West, a distance of 300:40 feet; THENCE North 49 degrees 58 minutes 03 seconds West, with the northeast line of said Lot 1, a distance of 572.34 feet to the POINT OF BEGINNING of the herein described permanent water facility easement, said point being the beginning of a non-tangent curve to the right having a radius of 1105.90 feet, a central angle of 03 degrees 56 minutes 38 seconds and whose chord bears South 86 degrees 23 minutes 46 seconds West,a distance of 76.11 feet; THENCE with said non-tangent curve to the right, an arc length of 76.13 feet to a point for corner in the west line of said Lot 1,said point being in the east right-of-way line of Wagley Robertson Road(a variable width right-of-way); THENCE North 00 degrees 08 minutes 47 seconds West, with the west line of said Lot I and with the east right-of-way line of said Wagley Robertson Road, a distance of 30.01 to a point for the beginning of non-tangent curve to the left having a radius of 1075.90 feet, a central angle of 02 degrees 19 minutes 01 seconds and whose chord bears North 87 degrees 10 minutes 06 seconds East, a distance of 43.50 feet, from which a point for the north corner of said Lot I bears North 00 degrees 08 minutes 47 seconds West, a distance of 38.73 feet and from which a 5/8 inch iron rod with cap stamped "RPLS 3917" found bears North 00 degrees 08 minutes 47 seconds.West, a distance of 38.73 feet and North 49 degrees 43 minutes 35 seconds West, a distance of 5.16 feet; THENCE with said non-tangent to the left, an are Iength of 43.51 feet to a point for corner in the northeast line of said Lot l; Exhibit A Page 6 of 19 TIR NCE South 49 degrees 58 minutes 03 seconds East, with the northeast line of said Lot 1, a distance of 42.56 feet to the POINT OF BEGINNING; and containing 1,797 square feet or 0.041 acres of land,more or less. Notes: (1) Aplat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7,2015. OF r Date: September 8,2015 Q':;�,r� CIiRTIS SMITH Curtis Smith — -- -- vy ��sC) Registered Professional Land Surveyor S��� No. 5494 Texas Firm No, 10106900 Exhibit A Page 7 of 19 EXHIBIT „B, PAR GEL Nn, 8 PE MATCHLINE �. P � \ SCO 0 REMAINDER OF 214,228 ACRES (BY be O Q \\ `\ yp ��9L,�F S�1 0. WIL aA COUR AND Ap D ��)R VOLUME O,R.T.C.T..PACE 434 oa r GdjC FND i/2"IR WITH v - \\ Q JCSFcSj �`\CAP "RPLS 4773" TR•4Cr N,o, 481> REMAINDER OF-214.228 ACRES (8Y DEED) \ 0. P. COURTNEY, JR, AND WILL A COURTNEY \ VOLUME 6087, PAGE 434 \ D,R,T,C.T. \ FND 1/2"IR \ NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT, 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISPANCES ANO AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET o rWo r City of Fort Worth 1000 THROCKMORTGN STREET FORT WORTH, TEXAS 76102 NQ.RTHSIDE 11 48—INCH 0 FF ~� WATER TRANSMISSION MAIN, .PHASE / S TF� IAI:"" sT Rot PARCEL NO. 8 PE CITY PROD. NO. 002,304 PERMANENT WATER FACILITY EASEMENT DOE NO, 7344 CU_RTIS SNIITI I� OWNERS: ONCOR ELECTRIC DELIVERY CO. LLC SURVEY. ERASMUS H. ELKINS SURVEY ABSTRACT NO, 467 LOCATION. CITY OF FORT WORTH, TARRANT COUNTY, TEXAS . I EASEMENT ACQUISITION AREA: 1,797 SQUARE FEET OR 0.041 ACRES S t•� WHOLE PROPERTY ACREAGE: 3.79 9ACRES BY DEED) CUR71S SMITH JOB No, FNI_1501.00 DRAWN BY: JLC CAD FILE: PAR8•-PE.OWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 8. 2015 EYHIBiT 9 I SCALE: 1' r 1001 N0. 5494 TD(AS FIRM No. 10 08900 GORRONDONA&ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH.TX. 15118 • 817-496-1424 FAX 817-496-1708 Page 8 of 19 EXHIBIT "B " PAR CEL No. 8 P. \ \REMAIBRISCOE CLARK R OF 28 ACRES COMPANY,(B p GEED) CURVE TABLE \ \ C,C,F, No, 0204097109 Tc-u-R—vET mmus I DELTA BEARtNO CH0R0 ARC \ O.P.R.T_C.T. C-1 1105.90 03'S6'J8 5 86 23 46 W 78.71' 76. 3 \ 15.0' WATER LINE EASEMENT TO THE CITY OF FORT WORTH \ C.C.F. No. 205199803 O.P,R.T.C.T. LINE LE LINE BEAR NGB IDISrANCE I \ \ L-1. 1 N 00'08 47 30.01 1 , \ T� L-2 N DO OB'47�St,.. .JB•73' \ z 42,56' 1 v G 1 a s BRAS pgSrtg�C� N _r r - R! 75,0' WATER LINE EASEMENT TO J THE CITY OF FORT WORTH PERMANENT WATER - C.C.F. No. 205199806 _ FACILITY EASEMENT O.P.R.T,C.T. 1,797 SQ: FEET OR REMAINDER OF 214.228 ACRES (BY IJEEO) FND, 5/8"IR W/CAP 0.041 ACRES 0, P. COURTNEY. JR, AND WILL A COURTNEY "RPl9 3917" BEARS VOLUME 6087, PAGE 434. D.R.T.C.T. N 49'43'35W-5.16' j LOT t, BLOCK f TXU1fYACLEY-R0BERT8ON ADDITION <� CABINET A, SLIDE 8744 .::;:.. P.O.D.I P.R.T.C.T. 3.799 ACRES (BY DEED) C-1 ONCOR ELECTRIC DELIVERY COMPANY LLC „y ROC. No, D209327919 s$o� O.P.R.T.C.T. MORE FULLY DESCRIBED IN VOLUME 14789, PAGE 377 Sj .MATCHLINE NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-63, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. J. SURVEYED ON THE GROUND JULY 7, 2015, SCALE IN FEET o r�Yo L.Iry of Fort Worun 1000 THROCKMORTON STREET - FORT WORTH, TEXAS 76102 NORTHSIDE II 48--INCA "" F WATER TRANSMISSION MAIN, PHASE 2 PARCEL,.,NQ._ 8 PE I CITY PROJ. NO. 002304 11 PERMANENT WATER FACILITY EASEMENT I DOE N0. 7344 �� CURTIS SMI OWNERS: ONCOR ELECTRIC DELIVERY CO. LLC SURVEY: ERASMUS H. ELKINS SURVEY ABSTRACT N0. 487 r�--?'p 5494 LOCATION: CITY.OF FORT WORTH,-TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 1,797 SQUARE FEET OR 0.041 ACRES f WHOLE PROPERTY ACREAGE: 3 799 ACRES (BY DEED) RTI / 09 No. FNL.1501.00 DRAWN ErY> JLG CAD FILE: PARE-PE,OWO CURTI5 SMITH l EGISTERED PROFESSIONAL LAND SURVEYOR ATE: SEPTEMBER 8, 2015 EXHIBff D SCALE: 1',A 100' 0. 5494 TEXAS FIRM No, 10106900 GORRONDONA ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX, 76118 . 817-496-1424 FAX 817-496-1769 Page 9 of 19 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN,PHASE 2 PARCEL No.8 TE PART I DOE No. 7344 9000 WAGLEY ROBERTSON RD. ERASMUS H.ELININS SURVEY,ABSTRACT No.487 EXHIBIT"C" Being a temporary construction easement situated in the Erasmus H. Elkins Survey,,Abstract No. 487, City of Port Worth, Tarrant County, Texas,said temporary construction easement being out of Lot 1, Block 1 of TXU/Wagley-Robertson Addition, an addition to Tarrant County,Texas as recorded in Cabinet A, Slide 6744 of the Plat Records of Tarrant County,Texas,said Lot 1 being a portion of a 3.799 acre tract of land deeded to Oncor Electric Delivery Company LLC, as recorded in County Clerk File No. D209327919 of the Official Public Records of Tarrant County, Texas and being more fully described in Volume 14789, Page 377 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by.metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "R-PLS 4773" found for the east corner of said Lot 1,from which a 1/2 inch iron rod found for the south corner of said Lot 1 bears South 40 degrees 01 minutes 57 seconds West, a distance of 300.00 feet; THENCE North 49 degrees 58 minutes 03 seconds West, with the northeast line of said Lot 1; a distance of 614.90 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being the beginning of a non-tangent curve to the right having a radius of 1075.90 feet, a central angle of 02 degrees 19 minutes 01 seconds and whose chord bears South 87 degrees 10 minutes 06 seconds West,a distance of 43.50 feet; THENCE with said non-tangent curve to the right, an arc length of 43,51 feet to a point for comer in the west line of said Lot 1,said point being in the east right-of--way line of Wagley Robertson Road(a variable width right-of-way); THENCE North 00 degrees 08 minutes 47 seconds West, with the west line of said Lot 1 and with the east right-of-way line of said Wagley Robertson Road,a distance of 38.73 to a point for the north comer of said Lot 1, from which a 518 inch iron rod with cap stamped "RPLS 3917" found for reference bears North 49 degrees 43 minutes 35 seconds West,a distance of 5.16 feet; THENCE South 49 degrees 58 minutes 03 seconds East, with the northeast line of said Lot 1, a distance of 56.88 feet to the POINT OF BEGINNING and containing 848 square feet or 0.019 acres of land,more or less. Exhibit C Page 10 of 19 Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. LE OF P Date; September 8,2015 ,,• CURTIS SMITH C14w' 5494 Curtis Smith ,.,....�_.._.._...=�--- -- . ----••_ �iyQ°;°�•sSto�-lLa Registered Professional Land Surveyor SURA No,5494 Texas Firm No. 10106900 Exhibit C Page 11 of 19 EXHIBIT )9D)$ PARCEL No. 8 TE h1ATCHLINE \ \ \ 0+1 \ ~ 0, Fly's q REMAINDER OF 214.228 ACRES (8Y DEEO) a of \ \\ L�'P Ooh y a'Qs°� . O WILL AR COURTNEY AND F VOLUME 8067, PACE 434 z \\ \\ �l(.F.� 0 o �! (B oz D.R.T.C.T. �- \ r� �> V�cNI,,p\\,� FNa 1�z^iR WITH v �� \ r SgCh�o� \CAP "RPLS 4773" 14'cl, S ` \ s•�r � x,10 \ ibvk \ `t- 1 r �� o To \ ks-��t?moo 9 t ERASMUS H, ELKINS SURVEYd��� �o \ ABSTRACT No. 487 rad yX \ REMAINDER OF 214.228 ACRES (BY DEED) \ Q. P. COURTNEY, JR. AND WILL A COURTPIEY VOLUME 6087, PACE 434 \ O.R.T•C,T. \ FIND 1,/2^tR \ OTE$: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE 1005 COORDINATE 1 Q4 JQ 1 fla SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202,ALL D15TANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE ROUND JULY 7, 2015, SCALE IN FEET oRT RT City of Fort Worth tOOD THROCKMORTON STREET FORT WORhI, TEXAS 78102 NORTHSIUE II 48—INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL NO. 8 TE PART 1 CITY PROJ. NO. 002304 TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 ( CURTIS SMIT I OWNERS: ONCOR ELECTRIC DELIVERY CO. LLC ' qg: SURVEY: ERASMUS H. ELKINS SURVEY,ABSTRACT NO. 487 q ;oma LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 848 SQUARE FEET 'OR 0.019 ACRES WHOLE PROPERTY AGREAGE: 3,799 ACRES BY DEED) URTIS SMITH JOB No, FNI_1501.00 DRAWN BY., JLC CAD FILE: PARS-TE-PTI.OWC IEGIMERED PROFESSIONAL L4ND SURVEYOR DATE, SEPTEMBER 8, 2015 1EXHISM D ISCALE: 1' - 100' 9n. 5494 TEXAS FIRM No. 10106900 GORRONOONA k ASSOCIATES, INC, - 7,524 JACK NEWELL QOULEVARD SOUTH FORT WORTH, TK. 7011a . 617-496-1424 FAX 817-496-1768 Page 12 of 19 EXHIBIT $$D j' .PARCEL 1Ya. TE, , \ \REMAINOER OF BRISCOE CLARK 28 ACRES iDEED) COMPANY, LTD. CURVE TAB-Li , \ C.C.F, No. 0204097109 CURVE RADIUS DELTA BEARING CHORD ARC \ O.P,R.T.C,T. C!1 1075.90 0719.01 S BTiq'061V \` X15.0' WATER UNE EASEMENT TO x THE CITY OF FORT WORTH \ \ C.C.F, No. 205199803 \ O.P.R.MT. t]�C UNE BEARING DISTANCE \\\ L 1 N DO'08'41 q 38.73' L-2 5 49'58 03•E 56,88' \ a S SURVEY �� t�i �1.Kti o 01ffir s \ \ ao 1LAa5MAgS.1Rp,C 15,0' WATER UNE EASEMENTTO -� TEMPORARY ' THE CITY OF FORT WORTH (� C.C.F. No, 205199805 l _ CONSTRUCTION EASEMENT O.P.R.T.C.T. 848 SQ. FEET OR REi,VMNOER OF 214.228 ACRES (BY DEED) FNO, 5/8-IR W/CAP 0.019 ACRES 0, P. COUVOLUME J$087, PAGER. AND L 34 COURTNEY "RPLS 3917" BEARS O,R.T.C.T. N 49'43'35 W-5,16' p-n R LOT f, BLOCK f TXU/ff'i GLEY--ROBERTSON ADDITION CABINET A. SLIDE 5744 P.R.T.C.T. 3,799 ACRES, (BY DEED) ONCOR ELECTRIC DELIVERY COMPANY LLC u' p DOC. No. 0209327919 J O.P.R T.0 T. s, MORE FULLY DESCRIBED IN VOLUME 14789, PAGE 377 D.R.-F.C.T. MATCHI,INE NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT, 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAO-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3, SURVEYED ON THE GROUND JULY 7, 2015. SC Al F IN FEET of r�Va�T City of Fort W+oru" 1000 THROCKMORTON STREET • :FORT WORTH, TEXAS 76102 N4RTHSIDE II 48—INCH WATER TRANSMISSION MAIN, PHASE 2 ��'sTi' T PARCEL NO, 8 TE PART i CRY PROJ. N0, 002304 ff—TEMPORARY CONSTRUCTION EASEMENT DOE N0, 7.344 (( CURTIS SMITH )t OWNERS: ONCOR ELECTRIC DELIVERY CO. LLC 1^ 5494 ; SURVEY: ERASMUS H. ELKINS SURVEY ABSTRACT NO. 487 p LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS t 0 '�' EASEMENT ACQUISITION AREA: 84B SQUARE FEET' OR 0,019 ACRES S U� ty d WHOLE PROPERTY ACREAGE., 3.799 ACRES (BY DEED) CURTIS SMITHS JOB No, FNI_1501.00 DRAWN BY; JLC CAD FILE- PARS-TE-PT1,OwG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER S. 2015 EXHIBIT D SCALE; 1" �- 100' N0. 5494 TEXAS FIRM No. 10108900 GORRONDONA & ASSOCIATES, INC, . 7524 JACK NEWELL BOULEVARD SOUTH FORT ON, TX, 761 I8 817--49 -1424 FAX 817-496-1788 Page 13 of 19 NORTHSIDE I148 INCH WATER T.RANSNIISSION MAIN,PHASE 2 PARCEL No.8 TE PART 2 DOE No.7344 9000 WAGLEY ROBERTSON RD. ERASMUS H.ELKINS SURVEY,ABSTRACT No.487 EXHIBIT"E" Being a temporary construction easement situated in the Erasmus H.Elkins Survey,Abstract No. 487, City of Fort Worth, Tarrant County, Texas,said temporary construction easement being out of Lot I,Block 1 of TXU/Wagley-Robertson Addition, an addition to Tarrant County,Texas as recorded in Cabinet A, Slide 6744 of the Plat Records of Tarrant County,Texas,said Lot 1 being portion of a 3.799 acre tract of land deeded to Oncor Electric Delivery Company LLC, as recorded in County Clerk File No. D209327919 of the Official Public Records of Tarrant County, Texas and being more fully described in Volume 14789, Page 377 of the Deed Records of Tarrant County, Texas,_said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch.iron rod with cap stamped "RPLS 4773" found for the east corner of said Lot 1, from which a 1/2 inch iron rod found for the south corner of said Lot 1 bears South 40 degrees 01 minutes 57 seconds West, a distance of 300.00 feet; THENCE North 49 degrees 58 minutes 03 seconds West, with the northeast line of said Lot 1, a distance of 544,59 - feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being the beginning of a von-tangent curve to the right having a radius of 1125.90 feet, a central angle of 04 degrees 57 minutes 31 seconds and whose chord bears South 85 degrees 54 minutes 55 seconds West,a distance of 97.41 feet; THENCE with said non-tangent curve to the right, an are length of 97,44 feet to a point for comer in the west line of said Lot 1, said point being in the east right-of-way Iine of Wagley Robertson Road(a variable width tight-of-way); THENCE North 00 degrees 08 minutes 47 seconds West, with the west line of said Lot 1 and with the east right-of-4vay line of said Wagley Robertson Road, a distance of 20.01 feet to a.point for the beginning of non-tangent curve to the left having a radius of 1105.90 feet, a central angle of 03 degrees 56 minutes 38 seconds and whose chord bears North 86 degrees 23 minutes 46 seconds East, a distance of 76,11 feet, from which a point for the north corner of said Lot 1 bears North 00 degrees 08 minutes 47 seconds West, a distance of 68.74 feet, and from which a 518 inch iron rod with cap stamped "RPLS 3917' found for reference bears North 00 degrees 08 minutes 47 seconds West, a distance of 68.74 feet and North 49 degrees 43 minutes 35 seconds West, a distance of 5.16 feet; THENCE with said non-tangent to the left, an are length of 76.13 feet to a point for corner in the northeast line of said Lot l; Exhibit E Page 14 of 19 THENCE South 49 degrees 58 minutes 03 seconds East, with the northeast line of said Lot 1, a distance of 27,75 feet to the POINT OF BEGINNING and containing 1,736 square :Feet or 0.040 acres of land,more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: Qctober 20,2015 d F T CURTIS SMITH Curtis Smith Registered Professional Land Surveyor �%y '� ss3Qo No. 5494 SU ft`l Texas Firm No. 10106900 Exhibit E Page 15 of 19 EXHIBIT ,PARCEL No. 8 TE PART 2 AIA TCHLINE 0+, \\\ 1 ��( 4, REMAINDER OF 2.14.228 ACRES Q9 S (6Y DEED) <t ?' 9 0• P: COURTNEY, JR, AND 00 a \ \ � � C? �d�s�� WILL A COURTNEY VOLUME 6087, PAGE 434 Z `\ \\ Q�C/f{��0 d /Lr�Y grA D.R.T,C.T.. 00 r \ \ dam' d P. F "IR WITH 'p \ CAP "RPLS 4773' ERASMUS H. ELKINS SURVEY u �r�, \o \t ABSTRACT No. 487 row C2� \ REMAINDER OF 214.228 ACRES (BY DEED) \ 0. P. COURTNEY, JR. AND WILL A COURTNEY \ VOLUME 6087, PAGE 434 \ D.R.T.C.T. \ FND f/2111 \ NOTM: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO.THE TEXAS COORDINATE Q � O Q� SYSTEM. NAD-83, THE NORTH CENTRAL.ZONE 4202, ALL DISTANCOC AND AREAS SHOWN ARE SURFACE. J. SURVEYED ON THE GROUND JULY 7, 2015. SEAL-iN FEET ' 4 City of Fort Worth 1000 THROCKMORTON STREET + FORT WORTH, TEXAS 76102 NORTHSIDE II 48--INCH { WATER TRANSMISSION MAIN, PHASE 2 � or r� PARCEL NO. 8 TE PART 2 CITY PROJ. 140. 002304 :'__ ___:U' TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 Cu TIS SMIT W OWNERS: ONCOR ELECTRIC DELIVERY CO. LLC SURVEY: ERASMUS H. ELKINS SURVEY, ABSTRACT NO.'487 po�5494 m' LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS '4' s• F �} EASEMENT ACQUISITION AREA: 1,736 SQUARE FEET OR 0.040ACRES S' WHOLE PROPER W ACRE4 CE: 3.79 9 ACRES (BY DEE 0 CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY: JLC CAD FILE: PAR8-TE-PT2.OWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCTOBER 20, 2015 1 EXHIBIT F i SCALE 1' 10O' NO.,5494 TEXAS FIRM No. 10108900 OORRONDONA & ASSOCIATYC, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH,TX. 76t18 817-496-1424 FAX 8t7-496-1768 Page 16 of 19 EXHIBIT "F" PARCEL No. B TE PART 2. \ 1`REMAINDER OF 214.228 ACRES (BY DEED) CURVE TABLE BRI C C F.No. 020-0 971SCOE CLARK 09LT0. CURVE MIUS I DELTA I BEARING I CHORD I ARC \ \ O.P.R,T.C,T. C-1 1125,90' 0457'31 S 85'54551k 97,41 97.44' 15.0' WATER UNE EASEMENT TO C-2 1105.90 0358 38 N 86'23 46 E 76.11 78.13 x THE CITY OF FORT WORTH C.C'F. No. 205/99803 \ O.P.R.T.C.T. LINE q UNE BEARING DISPANCE \ \ 0 L-1 I N 00'08 47 20,01 \ L-2 I N 09'08'4714 68.74 �p� L-3 I 5 49'58'03"F 27.75 W ED m o TLoGO S BRAS AO >to y - r ' �5.0' WATER ONE EASEMENT TO THE CITY OF FORT WORTH No. 205199806 O.P.R.T.C.T. TEMPORARY REMAINDER OF 214,228 ACRES (BY DEE S/e"1R W/CPP 0, P. COURTNEY. JR. AND WILL A COURTNEY FND. "RPLSFNO- 3917' BEARS CONSTRUCTION EASEMENT VOLUME 6087, PAGE 434 N 49'43'35'W-5.16' 1,736 SO. FEET OR D,RT,C.T, N 0.040 ACRES LOT 1, BLOCK f TXU/WA0LEY—ROBERTS0N AD&TION C^Z C.ABI'NET A, SLIDC 8744 P.O.B, P.R.T.C.T. ..�:i:...i... 3.799 ACRES (BY DEED) G-..� ONCOR ELECTRIC DELIVERY COMPANY LLC DOC. No, D209327910 O.P.R.T.C.T. N MORE FULLY DESCRIBED IN '9' VOLUME 14789, PAGE 377 s"ir D.R.T,C.T. MATCHLINE NOTES: 1, A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT, 2. ALL BEARINGS AND COoHD1NATE5 ARE REFERENCED TO 1N£ TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL_ ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE 3. SURVEYED ON THE GROUND JULY 7. 2015. SCALE IN FEET o o City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NOrRTHSI.DE II 48—INCH �QF WATER TRANSMISSION MAIN, .PHASE 2 S T "�+ G PARCEL NO. 8 TE PART 2 CITY PROJ. NO. 002304 �f¢ ' N TEMPORARY CONSTRUCTION EASEMENT I DOE N0, 7344 W CU �IS SMITI-�� OWNERS: ONCOR ELECTRIC DELIVERY CO. LLC 5494" SURVEY: ERASMUS H. ELKINS SURVEY; ABSTRACT NO. 487 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS `` s`'.� EASEMENT ACQUISITION AREA: 1,736 SQUARE FEET OR 0.040 ACRES 5 WHOLE PROPERTY ACREAGE: 3.799 ACRES (BY DEED) CURTIS SMITH 408 No. FNt_ISO1,00 DRAWN BY: JLC I CAD FILE: PARE 7E-PT2.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE:OCTOBER 20;2015 1 EXHIBIT F I SCALE: i' . 100' NO. 5494 TEXAS FIRM No, 10106900 GORRONOONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-498-=1424 FAX 817-496-1768 Page 17 of 19 CONSTRUCTION LIMITATIONS ON ONCOR ELECTRIC DELIVERY COMPANY RIGHT'OF WAY EXHIBIT "G" 1. You are notified, and should advise your employees, representatives, agents, and contractors, who enter the property that they will be working in the vicinity of high voltage electrical facilities and should take proper precautions, included but not limited to the following stipulations and in compliance, at all times,with Chapter 752,V.T.C.A., Health & Safety Code. 2. Blasting is not to be permitted on Oncor right-of-way or under Oncor lines. 3. Construction on electric transmission line easements acquired by Oncor after January 1,2003 shall comply with the requirements of Public Utility Commission Substantive Rules §25.101, as amended from time to time. 4. Grading will be done in order to leave the right-of-way as near as possible to present condition. Spoil dirt will be removed from the right-of-way and no trash is to be left on right-of-way. Slopes shall be graded so that trucks can go down the right-of-way when required and such that the slopes can be mechanically maintained. 5. Equipment and materials will not be stored on the right-of-way during construction without written approval of the Supervisor of Regional Transmission. 6. Street or road crossings are to be based on drawings submitted. Any change in alignment or elevation will be resubmitted for approval. 7. No fire hydrants, manholes, signs, lights or guard lights will be permitted on the right-of- way. 8. Equipment shall not be placed within fifteen (15)feet of the power lines. Page 18 of 19 9. Any pre-approved fencing will not exceed eight(8)feet in height, and if metal in nature, will be grounded, at ten (10) feet intervals, with an appropriate driven ground. Gates should be at least sixteen (16) feet in width to allow Oncor access to the right-of-way. i 10.No dumpsters will be allowed on Oncor right-of-way or fee owned property. 11.Draglines will not be used under the line or on Oncor right-of-way. 12.The existing grade shall not be disturbed, excavated or filled within 25 feet of the nearest edge of any tower. 13.Right-of-way will be protected from washing and erosion by Oncor approved method before any permits are granted. No discharging of water will be allowed within any portion of the right of way. 14.No obstruction shall be installed on the right-of-way that would interfere with access to Oncor structures or prevent mechanical maintenance. 15.Before any work is done under Oncor lines or by Oncor structures notify the Region Transmission Department, 817-496-2746. '16,No hazardous materials will be stored on the right of way. 17.For purposes of this document, "Hazardous Materials" means and includes those substances, including, without limitation, asbestos-containing material containing mare than one percent (1%)asbestos by weight, or the group of organic compounds known as polychlorinated biphenyls, flammable explosives, radioactive materials, chemicals known to cause cancer or reproductive toxicity and includes any items included in the definition of hazardous or toxic waste, materials or substances under any Hazardous Material Law. "Hazardous Material Laws"collectively means and includes any present and future local, state and federal law relating to the environment and environmental Page 19 of 19 conditions including,without limitation,the Resource Conservation and Recovery Act of 1976 ("RCRA"), 42 U.S.C. §6901 et seg., the Comprehensive Environmental Response, Compensation and Liability Act of 1980, ("CERCLA"), 42 U.S.C. §§9601- 9657, as amended by the Superfund Amendments and Reauthorization Act of 1986 ("SARA"), the Hazardous Material Transportation Act, 49 U.S.C. §6901 et secl., the Federal Water Pollution Control Act, 33 U.S.C. §1251, et seg., the Clean Air Act, 42 U.S.C. §741 et seq., the Clean Water Act, 33 U.S.C. §7401 et sec., the Toxic Substances Control Act, 15 U.S.C. §§2601-2629, the Safe Drinking Water Act, 42 U.S.C. §§300f--330j, and all the regulations, orders, and decrees now or hereafter. promulgated thereunder. 18.Brush and cut timber will not be piled or stacked on Oncor right-of-way or will not be burned upon or in close proximity to the conductors or towers. 19.No structures or obstructions, such as buildings, garages, barns, sheds,guard houses, etc., will be permitted on the right-of-way. 20,Landscaping on Oncor right-of-way is permitted when Oncor approves landscaping plans in writing. No lighting or sprinkler systems are allowed on the right-of-way. NORTHSIDE 1148 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 9 PE DOE No. 7344 9200 WAGLEY ROBERTSON RD. ERASMUS H. ELKINS SURVEY, ABSTRACT No. 487 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: , 2015 GRANTOR: Q. P. COURTNEY, JR., AND WILL A. COURTNEY GRANTOR'S MAILING ADDRESS (including County): PO BOX 121488 FORT WORTH, TARRANT COUNTY, TX 76121-1488 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent water facility easement situated in the Erasmus H. Elkins Survey, Abstract No. 487, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being a portion of the remainder of a 214.228 acre tract of land (by deed) deeded to Q. P. Courtney, Jr., and Will A. Courtney as recorded in Volume 6087, Page 434 of the Deed Records of Tarrant County, Texas, said permanent water facility easement being more particularly described in Exhibits "A" and "B", Permanent Water Facility Easement Rev.05/12/2010 Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. Permanent Water Facility Easement Rev.05/12/2010 GRANTORS: Q. P. COURTNEY, JR., AND GRANTEE: City of Fort Worth WILL A. COURTNEY Q. P. COURTNEY, JR. Jesus J. Chapa Assistant City Manager APPROVED AS TO FORM AND LEGALITY WILL A. COURTNEY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared ' known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.05112/2010 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.05/12/2010 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN,PHASE 2 PARCEL No. 9 PE DOE No. 7344 9200 WAGLEY ROBERTSON RD. ERASMUS H. ELKINS SURVEY,ABSTRACT No. 487 EXHIBIT "A" Being a permanent water facility easement situated in the Erasmus H. Elkins Survey, Abstract No. 487, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being a portion of the remainder of a 214.228 acre tract of land (by deed) deeded to Q. P. Courtney, Jr., and Will A. Courtney as recorded in Volume 6087, Page 434 of the Deed Records of Tarrant County, Texas, said permanent water facility easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "RPLS 4773" found for the east corner of Lot 1, Block 1, of TXU/Wagley-Robertson Addition, an addition to Tarrant County, Texas as recorded in Cabinet A, Slide 6744 of the Plat Records of Tarrant County, Texas, from which a 1/2 inch iron rod found for the south corner of said Lot 1 bears South 40 degrees 01 minutes 57 seconds West, a distance of 300.00 feet; THENCE North 49 degrees 58 minutes 03 seconds West, with the northeast line of said Lot 1, a distance of 572.34 feet to the POINT OF BEGINNING of the herein described permanent water facility easement; THENCE North 49 degrees 58 minutes 03 seconds West, with the northeast line of said Lot 1, a distance of 42.56 to a point for the beginning of non-tangent curve to the left having a radius of 1075.90 feet, a central angle of 18 degrees 11 minutes 31 seconds and whose chord bears North 76 degrees 54 minutes 50 seconds East, a distance of 340.18 feet, from which a point for the north corner of said Lot 1 bears North 49 degrees 58 minutes 03 seconds West, a distance of 56.88 feet and from which a 5/8 inch iron rod with cap stamped "RPLS 3917' found for reference bears North 49 degrees 58 minutes 03 seconds West, a distance of 56.88 feet and North 49 degrees 43 minutes 35 seconds West, a distance of 5.16 feet; THENCE with said non-tangent curve to the left, an are length of 341.61 feet to a point for corner; THENCE North 65 degrees 47 minutes 16 seconds East, a distance of 109.37 feet to a point for the beginning of a curve to the right having a radius of 1020.08 feet, a central angle of 32 degrees 59 minutes 58 seconds and whose chord bears North 83 degrees 01 minutes 43 seconds East, a distance of 579.43 feet; THENCE with said curve to the right, an are length of 587.51 feet to a point for corner in the west line of a 277.5113 acre tract of land (by deed) deeded to Forestar (USA) Real Estate Group Inc. as recorded in County Clerk File No. D212079897 of the Official F Public Records of Tarrant County, Texas, from which a point for an interior ell corner Exhibit A Page 1 of 2 in the west line of said 277.5113 acre tract of land bears North 00 degrees 11 minutes 18 seconds West, a distance of 31.00 feet; THENCE South 00 degrees 11 minutes 18 seconds East, with the west line of said 277.5113 acre tract of land, a distance of 30.45 feet to a point for the beginning of a non-tangent curve to the left having a radius of 990.08 feet, a central angle of 33 degrees 17 minutes 09 seconds and whose chord bears South 83 degrees 10 minutes 58 seconds West, a distance of 567.13 feet; THENCE with said non-tangent curve to the left, an arc length of 575.18 feet to a point for corner; THENCE South 65 degrees 47 minutes 16 seconds West, a distance of 109.70 feet to a point for the beginning of a curve to the right having a radius of 1105.90 feet, a central angle of 16 degrees 38 minutes 03 seconds and whose chord bears South 76 degrees 06 minutes 26 seconds West, a distance of 319.94 feet; THENCE with said curve to the right, an arc length of 321.06 feet to the POINT OF BEGINNING and containing 30,664 square feet or 0.704 acres of land, of which 451 square feet or 0.010 acres of land lies within an existing 15.0' Water Line Easement granted to the City of Fort Worth as recorded in County Clerk File No. D205199806 of said Official Public Records of Tarrant County, Texas, leaving a net area of 30,213 square feet or 0.694 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: September 8, 2015 OF Curtis Smith Registered Professional Land Surveyor CURTIS SMITH No. 5494 c'%. 5494 Texas Firm No. 10106900 �2 °cess�� 1� SUR Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 9 PE MA TCHLINE "A " \ \\ REMAINDER OF 214.228 \ \ ACRES \ \ (BY DEED) 3 \ \ Q. P. COURTNEY, JR., AND 1 I WILL A COURTNEY 0 0 \ \ VOLUME 6087, PAGE 434 I \ \ D.R.T.C.T. ' I Z �'f- \ \ �R' 15.0' WATER LINE EASEMENT TO G THE CITY OF FORT WORTH � \\ \\ C.C.F. No. 205199806 I G� \ \ O.P.R.T.C.T. o p �'�✓ �� d'Cto WITH J m Ste?' \ G�FS�O�% \\ CAP "RPLSFND 1/2-IR4773" I I 61 TV c��r \ I A ¢ �F r�r \ gt,:,I: yTO \ .. oy \ \ oo• ERASMUS H. ELKINS SURVEY \\ J ABSTRACT No. 487 \ \ f I \ \ JJ \ \ JJ Fo \ \ J ao REMAINDER OF 214.228 ACRES FND 1/2-IR BY a J Q. P. COURTNEY,EJR., AND WILL \\ J A. COURTNEY \ VOLUME 6087, PAGE 434 \ SUBJECT TRACT & D.R.T.C.T. \ LOCATION OF ACQUISITION \ NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE )�Q 50 O 1�Q SYSTEM, NAD-83. THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET ORT WORT %t y of Fort WorEiff--h 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48—INCH E.•OF, T WATER TRANSMISSION MAIN, PHASE 2 PARCEL NO. 9 PE CITYPROD. NO. 002304 PERMANENT WATER FACILITY EASEMENT DOE NO. 7344 W CURTIS SMITH » OWNERS: Q. P. COURTNEY, JR. AND WILL A. COURTNEY " SURVEY: ERASMUS H. ELKINS SURVEY, ABSTRACT NO. 487 5494 y •.OF LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 30,213 SQUARE FEET OR 0.694 ACRES (NET) S WHOLE PROPERTY ACREAGE: 32.672 ACRES +/-(CALCULATED) CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY: JLC I CAD FILE: PAR9-PE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 8, 2015 1 EXHIBIT B PAGE 1 OF 3 1 SCALE: 1" = 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 9 PE CURVE TABLE \ REMAINDER OF 214.228 ACRES (BY DEED) CURVE RADIUS DELTA I BEARING CHORD I ARC BRISCOE CLARK COMPANY, LTD. C-1 1075.90' 18`11'3 1' N 7654'50"E 340,18' 341.61' C.C.F. No. D204097109 C-2 1020.08' 32'59'5 ' N 83'01'43'E 579.43' 587.51' O.P.R.T.C.T. C-3 990.08' 33'17'09' IS 83'10'58W 567.13 575.18' 15.0' WATER LINE EASEMENT TO C-4 1105.90' 16'38'03' IS 76.06.26-W 319.94' 321.06' THE CITY OF FORT WORTH C.C.F. No. 205199803 M REMAINDER OF 214.228 ACRES (BY DEED) O.P.R.T,C.T. ^i Q. P. COURTNEY, JR., AND WILL A. COURTNEY-- VOLUME OURTNEY/VOLUME 6087, PAGE 434 D.R.T.C.T. [15.0' WATER LINE EASEMENT TO � � / / .e:!:::•:::::::::::::::: Ll THE CITY OF FORT WORTH / /(::::= :::::= Q C.C.F. No. 205199806 /.•.•.•iiii:::i;:•:ri:•?:;::. ::... O O.P.R.T.C.T. .r '::';;.,:•'..:£ ::. PERMANENT WATER -:. z o a — — — _ _ FACILITY EASEMENT . :;..:. ; ��'" 3 — — — — 30,213 SQ. FEET OR FND. 5/8-IR W/CAP 0.694 ACRESNET ry W m tj "RPLS 3917" BEARS ( ) :;; N 49'43'35"W-5.16' O �::::::•.:i:•::::i::::::::::::y '•: ::•::is c:................ ~ L" �.r:..::.:::.:::::•::•:::..:..:. �— ¢ � 2 ,,,.,,"„r..•<-r.r.:•iii'i iii?:i�i.'•:�1i`i�i}iiiii�::�?:i?y�''r —1 ::::.::::::•.:::•:.:::.. :;✓�4 15.0' WATER LINE EASEMENT T0�\ \ C9 !` .....}?:•ii:............:cii? `✓ C THE CITY OF FORT WORTH C.C.F. No. 205199806 ELK,os hS O.P.R.T.C.T. N \ \ P.O.B. ERP5Mg5�RACl \ 'I' A UNE TABLE \ \ A9Se UNE BEARING DISTANCE 03 L-1 N 49'58'03`W 42.56' \ \ LOT 1, BLOCK L-2 N 49'58'03"W 56.88' L-3 N 65'47'1 6'E 109.37' TXU/WAGLEY— S)? L-4 S 65'47'16"W 109.70 \ \ ROBERTSON ADDITION sA. o z CABINET A, SLIDE 6744 \ \ NQ P.R.T.C.T. \ \ Q MA T CHLINE "A " SUBJECT TRACT & LOCATION OF ACQUISITION NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2 �� ' T� PARCEL NO. 9 PE CITY PROJ. NO. 002304 PERMANENT WATER FACILITY EASEMENT DOE NO, 7344cu ._�.__.__................ CURTIS SMITH OWNERS: Q. P. COURTNEY, JR. AND WILL A. COURTNEY '- SURVEY: ERASMUS H. ELKINS SURVEY, ABSTRACT NO. 487OF 5494 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ....... EASEMENT ACQUISITION AREA: 30,213 SQUARE FEET OR 0.694 ACRES (NET) S WHOLE PROPERTY ACREAGE: 32.672 ACRES +/-(CALCULATED) CURTIS SMITH JOB No. FNI-1501.00 I DRAWN BY: JLC CAD FILE: PAR9—PE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 8, 2015 E)(HIBTT B PAGE 2 OF 3SCALE: 1" = 100' N0. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 9 PE REMAINDER OF 277.5113 ACRES (BY DEED) FORESTAR (USA) REAL ESTATE GROUP INC. CURVE TABLE C.C.F. No. D212079897 CURVE RADIUS 1 DELTA BEARING CHORD ARC O.P.R.T.C.T. C-2 1020.08' 32'59'58' N 63'01 43"E 579.43' 587.51' _ C-3 1 990.08' 1 33'17'09' IS 83'10'58-WI 567.13' 1 575.18' — REMAINDER OF 214.228 ACRES (BY DEED) — BRISCOE CLARK COMPANY, LTD. I \ C.C.F. No. D204097109 O.P.R.T.C.T. III � a N 00'11'18W ' ............ }:` :;:. .......................... 2:..... 31.00' {� ..::::::::................................................................................................................................. w .^..•.....................'t::iso•::::i:-;:•:':;;i;:::C•i::}"r}:•:'i?::iis:•i}::;•::i:;•::::•::;•:i:;;•::{•: :':•i:;•:•i:•i:i::;i}ii?i:•i::}:;:•i}:i is i1:•ii:::'ii: Oi— ,, ..•.....:.............................................................. ..................................... :::^:W;::.;::;c:::::•:::•:;..........•• S 00'11'18 E >- ..�. T:;::::...:::•:::'::::•. ::•. .:;:;;•:: .:::.. .�C-3 c:::::._ 30.45' w ¢¢wOU iy WRQ F; N PERMANENT WATER I w¢ m REMAINDER OF 214.228 J Z"Z°- FACILITY EASEMENT w W o 30,213 SQ. FEET OR ACRES (BY DEED) o v o z a w 0.694 ACRES (NET) Q. P. COURTNEY, JR., AND a m u .� WILL A. COURTNEY z` CO I �mm o o m ci i VOLUME 6087, PAGE 434 `'z cn m M� D.R.T.C.T. W o �Q Tod I !j -o,-: 3 w8 ,7 w. Li L f,—Z `10 O U I 04 O oz ELK\�S S7R/G` �v� o`?ci ao ERAS PBS�RPCT �� 48 I A E U po zEn UQ J I ul �O SUBJECT TRACT & LOCATION OF ACQUISITION NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT, 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE )00 50 O 1�O SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET City oF Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2 �' TF ,�P;•��\S T�;Q�,� PARCEL NO. 9 PE CITY PROJ, NO. 002304 PERMANENT WATER FACILITY EASEMENT DOE N0. 7344 µ CURTIS"SMITH OWNERS: Q. P. COURTNEY, JR. AND WILL A. COURTNEY "'"'"' "" SURVEY: ERASMUS H. ELKINS SURVEY, ABSTRACT NO. 487 ` p 5494 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 30,213 SQUARE FEET OR 0.694 ACRES (NET) S WHOLE PROPERTY ACREAGE: 32.672 ACRES +/-(CALCULATED) CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY: JLC I CAD FILE: PAR9-PE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 8, 2015 1 EXHIBIT B PAGE 3 OF 3 1 SCALE 1" = 100' IND. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 9 TE DOE No. 7344 9200 WAGLEY ROBERTSON RD. ERASMUS H. ELKINS SURVEY,ABSTRACT No. 487 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: , 2015 GRANTOR: Q. P. COURTNEY, JR., AND WILL A. COURTNEY GRANTOR'S MAILING ADDRESS (including County): PO BOX 121488 FORT WORTH, TARRANT COUNTY, TX 76121-1488 GRANTEE: CITY OF FORT WORTH f GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the Erasmus H. Elkins Survey, Abstract No. 487, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 214.228 acre tract of land (by deed) deeded to Q. P. Courtney, Jr., and Will A. Courtney as recorded in Volume 6087, Page 434 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and "B. Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 03/09!2015 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of water line construction. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 03/09/2015 GRANTORS: Q. P. COURTNEY, JR., AND GRANTEE: City of Fort Worth WILL A. COURTNEY Q. P. COURTNEY, JR. Jesus J. Chapa Assistant City Manager APPROVED AS TO FORM AND LEGALITY WILL A. COURTNEY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared ' known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas Temporary Construction Easement 03/09/2015 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_. Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_. Notary Public in and for the State of Texas Temporary Construction Easement 03/09/2015 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 9 TE DOE No. 7344 9200 WAGLEY ROBERTSON RD. ERASMUS H. ELKINS SURVEY, ABSTRACT No. 487 EXHIBIT "A" Being a temporary construction easement situated in the Erasmus H. Elkins Survey, Abstract No. 487, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 214.228 acre tract of land (by deed) deeded to Q. P. Courtney, Jr., and Will A. Courtney as recorded in Volume 6087, Page 434 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "RPLS 4773" found for the east corner of Lot 1, Block 1, of TXU/Wagley-Robertson Addition, an addition to Tarrant County, Texas as recorded in Cabinet A, Slide 6744 of the Plat Records of Tarrant County, Texas, from which a 1/2 inch iron rod found for the south corner of said Lot 1 bears South 40 degrees 01 minutes 57 seconds West, a distance of 300.00 feet; THENCE North 49 degrees 58 minutes 03 seconds West, with the northeast line of said Lot 1, a distance of 463.77 feet to the POINT OF S BEGINNING of the herein described temporary construction easement; THENCE North 49 degrees 58 minutes 03 seconds West, with the northeast line of said Lot 1, a distance of 108.57 to a point for the beginning of non-tangent curve to the left having a radius of 1105.90 feet, a central angle of 16 degrees 38 minutes 03 seconds and whose chord bears North 76 degrees 06 minutes 26 seconds East, a distance of 319.94 feet, from which a point for the north corner of said Lot 1 bears North 49 degrees 58 minutes 03 seconds West, a distance of 99.44 feet and from which a 5/8 inch iron rod with cap stamped "RPLS 3917' found for reference bears North 49 degrees 58 minutes 03 seconds West, a distance of 99.44 feet and North 49 degrees 43 minutes 35 seconds West, a distance of 5.16 feet; THENCE with said non-tangent curve to the left, an arc length of 321.06 feet to a point for corner; THENCE North 65 degrees 47 minutes 16 seconds East, a distance of 109.70 feet to a point for the beginning of a curve to the right having a radius of 990.08 feet, a central angle of 33 degrees 17 minutes 09 seconds and whose chord bears North 83 degrees 10 minutes 58 seconds East, a distance of 567.13 feet; THENCE with said curve to the right, an arc length of 575.18 feet to a point for corner in the west line of a 277.5113 acre tract of land (by deed) deeded to Forestar (USA) Real Estate Group Inc. as recorded in County Clerk File No. D212079897 of the Official Public Records of Tarrant County, Texas, from which a point for an interior ell corner Exhibit A Page 1 of 2 in the west line of said 277.5113 acre tract of land bears North 00 degrees 11 minutes 18 seconds West, a distance of 61.45 feet; THENCE South 00 degrees 11 minutes 18 seconds East, with the west line of said 277.5113 acre tract of land, a distance of 81.34 feet to a point for the beginning of a non-tangent curve to the left having a radius of 910.00 feet, a central angle of 34 degrees 08 minutes 49 seconds and whose chord bears South 83 degrees 38 minutes 38 seconds West, a distance of 534.35 feet; THENCE with said non-tangent curve to the left, an arc length of 542.34 feet to a point for corner; THENCE South 65 degrees 47 minutes 16 seconds West, a distance of 110.84 feet to a point for the beginning of a curve to the right having a radius of 1190.00 feet, a central angle of 12 degrees 58 minutes 17 seconds and whose chord bears South 74 degrees 14 minutes 32 seconds West, a distance of 268.83 feet; THENCE with said curve to the right, an arc length of 269.41 feet to the POINT OF BEGINNING and containing 77,109 square feet or 1.770 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: September 8, 2015 �E OF T G CURTIS SMITH Curtis Smith r '.°p 5494 Registered Professional Land Surveyor 'l�•''••••...,,,... ' No. 5494 SUR Texas Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 9 TE MATCHLINE "A" \ \\ REMAINDER OF 214.228 I I \ \ ACRES I I } \ \ (BY DEED) I I \ R Q. P. COURTNEY, JR., AND WILL A. COURTNEY VOLII II UME 6087, PAGE 434 Of d \\ \ 'sem D.R.T.C.T. I I ZZ ��� \ \ ��' 15.0' WATER LINE EASEMENT TO I \ \ THE CITY OF FORT WORTH C.C.F. No. 205199806 I LLJ O.P.R.T.C.T. o: 0 �� \ ���SSo FBF \ P.0.C.>_ LLIFND I I ( WITH J9 Q 't'A l�a�' /cyr\\ CAP PLSR4773" I I Q 0c of \ Q 1�l v O� \ p• \ O \ A\ \ ERASMUS H. ELKINS SURVEY \t \ ABSTRACT No. 487 °' \ \ \ II z \ \ po \ \ 0o REMAINDER OF 214.228 ACRES FND 1/2-IR a Q. P. COUR NEY,EJR., AND WILL \\ A. COURTNEY \ I SUBJECT TRACT & VOLUME 6087, PAGE 434 \ J LOCATION OF ACQUISITION D.R.T.C.T. \\ I NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 1 OQ 50 Q 1 OQ SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015, SCALE IN FEET oRT WOUH C. I ty of F Ort 1000 THROCKMORTON STREET - FORT WORTH, TEXAS 76102 NORTHSIDE II 48—INCH WATER TRANSMISSION MAIN, PHASE 2 ..T T� PARCEL NO. 9 TE CITY PROJ. NO. 002304 ......._..... . ....,._ TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 CURTIS SMITH OWNERS: Q. P. COURTNEY, JR. AND WILL A. COURTNEY - - SURVEY: ERASMUS H. ELKINS SURVEY, ABSTRACT NO. 487 < 0 5494 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS 9Z ''F .. EASEMENT ACQUISITION AREA: 77,109 SQUARE FEET OR 1.770 ACRES S WHOLE PROPERTY ACREAGE: 32.672 ACRES +/-(CALCULATED) CURTIS SMITH JOB No. FNI_1501A0 DRAWN BY: JLC CAD FILE: PARS-TE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 8, 2015 IEYHIBrr B PAGE 1 OF 3 1 SCALE: 1" a 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA k ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1788 EXHIBIT "B " PARCEL No. 9 TE CURVE TABLE � \\REMAINDER OF 214.228 ACRES (BY PEED) CURVE RADIUS I DELTA I BEARING CHORD ARC \ BRISCOE CLARK COMPANY, LTD. C-1 1105.90 16'38'03" N 76'06'26"E 319,94' 321.06' \ C.C.F. No. D204097109 C-2 990.08' 33'17'09' N 83'10'56"E 567.13' 575,18' \ O.P.R.T.C.T. C-3 910.00' 34'08'49' S-8338'38"W 534.35' 542.34' \ \,,-I 5.0' WATER LINE EASEMENT TO C-4 1190.00' 12'58'17' S 74'14'32W 268.83' 269.41 THE CITY OF FORT WORTH C.C.F. No. 205199803 ry� REMAINDER OF 214.228 ACRES (BY DEED) O.P.R.T.C•T. Q. P. COURTNEY, JR., AND WILL A. COURTNEY,- 1 \ VOLUME 6087, PAGE 434 \ w D.R.T.C.T. !� 15.0' WATER LINE EASEMENT TO i THE CITY OF FORT WORTH Q C.C.F. No. 205199806 p O.P.R.T.C.T. ?::;:ice :` r�• � TEMPORARY I— W FND. 5/8"IR W/CAP CONSTRUCTION EASEMENT "RPLS 3917" BEARS 77,109 SQ. FEET OR <?;•: :;::;::;:::::;::•::::;::;:-:::::::•::•;:;::;•:::; ::: 0] Q I I N 49'43'35"W-5.16' 1.770 ACRES ;•::(:<::::>::;:•::. :is :'.:`.? :........ :c ?t;;;? ✓` ?._1: .:,:. } ;'iii'}'i i`:i'Pi?..!✓'Gia � � � ..r.:�i•`��i.�r:ir.(`.ii�}}}:i?a?�_�:iiii?:i'�::�:'} i�i:•.'-:?�i:�::!:: ';r ::�� Q i i}is is;c' '?:S.i...... - (� ,..........:•:,:::::::::::•iF:Fiti: :•i:•i::•::•t:•iii:c:•iiii?i: ::i:?::::iiii:$:....�...�.....:::: ....r.::::.:.::::...............................................................................::<:::.::�.. �j •::`' '✓' i?:::•, iii'?}i.:�� :•.....:.::.::.::................::.:.:......:•.�.....c:r::::............�.�.�.....: ''i':iiii:•i ..........................................i•isiri:i•}:•iii:�::ii:•ii;4:z.•::•:�iiS':'iiiit:ciii:i• •:Z:'ii \ :•:,:•::6: . J '.i4F:;;�, �A CvE� 15.0' WATER LINE EASEMENT T.--\P.O.B. .. ............. S S H ELN� �8 R THC.0CF. NoITY 0519 806 OF WORTH 5 AB ACS0. O.P.R.T.C.T. LOT 1, BLOCK 1 tip ERA SSR LINE TABLE 1 TXU/iYAGLEY- 95L, UNE BEARING DISTANCE ROBERTSON ADDITION ��k L-1 I N 49.58'03'w toa.57' F o CABINET A, SLIDE 6744 L-2 N 49'5803 w 99.44' EQ P.R.T.C.T. "6' L-3 N 65'47'16'E 109.70' 1 -4 5 65'47'16"W 110.84' ao a MATCHLINE "A " SUBJECT TRACT & LOCATION OF ACQUISITION NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 50 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET ORT ORTCity of FdrEt Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH 0. WATER TRANSMISSION MAIN, PHASE 2 �?' G S PARCEL NO. 9 TE CITY PROJ. NO. 002304 �:'`� �':Ln TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 ,...._....._....._ -__-.H_ CURTIS SMITH OWNERS: Q. P. COURTNEY, JR. AND WILL A. COURTNEY """""""""" " '., 5494 P; SURVEY: ERASMUS H. ELKINS SURVEY, ABSTRACT NO. 487 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS '' .......... EASEMENT ACQUISITION AREA: 77,109 SQUARE FEET OR 1.770 ACRES SU WHOLE PROPERTY ACREAGE: 32,672 ACRES +/—(CALCULATED) CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY: JLC CAD FILE: PAR9-TFREGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 8, 2015 EXHIBIT B PAGE 2 OF 3 SCALE. i" = 100' NO. 5494 TEXAS FlRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX, 76118 817-496-1424 FAX 817-496-1768 EXHIBIT "B PARCEL No. 9 TE ERASMUS H. ELKINS SURVEY REMAINDER OF 277.5113 ACRES (BY DEED) ABSTRACT No. 487 FORESTAR (USA) REAL ESTATE GROUP INC. C.C.F. No. D212079897 CURVE TABLE O.P.R.T.C.T. CURVE RADIUS DELTA BEARING CHORD ARC C-2 990.08' 33'17'09' N E- 10'58'E 567.13' 1 575.18' C-3 1 910.00' 1 34'08'49" IS 83'38'38'W 534.35' 1 942.T4r- REMAINDER OF SCOE CLARK28 ACRES DEED) C.C.F. No. D204097109 O.P.R.T.C.T. � a J Qa I N 0011'1B"W OW 61.45' e C-2 rnM W ..... .......... ��:......::.::..::•::._......::•:::..::..................................................... . . . . . . .......... .......:.:.::.:.::::..::::::'::......:::.:..:.:..:....:.......�:.:....... W O U a=N ' M t W t{{ :....:'::.1'':i'.'.'. : Q ►+a W(! z a 81.34 _ o ( z ::.:. :.1't?t::: o y w . ___ n. W z M .'.y ° < TEMPORARY � CONSTRUCTION EASEMENT r -1 vim,. J 77,109 SQ. FEET OR (, w c 3 1.770 ACRES (NET) W Fa CD W I=- IWO ¢VIN~ 06 z REMAINDER OF 214.228 w a o v ( I: o a F ACRES (BY DEED) �zz' No N Q U o Q. P. COURTNEY, JR., AND n z°oa o ci ooJ WILL A. COURTNEY n V)VI of 13 Q VOLUME 6087, PAGE 434 o s Z a D.R.T.C.T. o "13 I o SUBJECT TRACT & of LOCATION OF ACQUISITION NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 1 OQ 50 O )Qp SYSTEM, NAD-83, THE NORM CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET �RT'woR'i' city of Fort 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH OF WATER TRANSMISSION MAIN, PHASE 2 PARCEL NO. 9 TE CITY PROJ. NO. 002304 �''•,ch TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 - .N___�...�.........SMj .�,_.... CURTIS SMITH OWNERS: Q. P. COURTNEY, JR. AND WILL A. COURTNEY ""'�'�"""" -"I --- ---- SURVEY: ERASMUS H. ELKINS SURVEY, ABSTRACT NO. 487 5494 � LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 77,109 SQUARE FEET OR 1.770 ACRES S WHOLE PROPERTY ACREAGE: 32.672 ACRES +/-(CALCULATED) CURTIS SMITH JOB No. FNI_1501.00 DRAWN BY: JLC CAD FILE: PAR9-TE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE SEPTEMBER 8, 2015 1 EXHIBIT B PAGE 3 OF 3 1 SCALE i' R 100' IND. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 NORTHSIDE 1148 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 10 PE PART 1 DOE No. 7344 8900 WAGLEY ROBERTSON RD. ERASMUS H. ELKINS SURVEY, ABSTRACT No. 487 J. W. HAYNES SURVEY, ABSTRACT No. 777 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: , 2015 GRANTOR: FORESTAR (USA) REAL ESTATE GROUP INC. GRANTOR'S MAILING ADDRESS (including County): 6300 BEE CAVE BLDG 2 RD # 500 AUSTIN, TRAVIS COUNTY, TX 78746-5832 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent water facility easement situated in the Erasmus H. Elkins Survey, Abstract No. 487 and the J. W. Haynes Survey, Abstract No. 777, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being a portion of a remainder of a 277.5113 acre tract of land (by deed) deeded to Forestar (USA) Real Estate Group Inc. as recorded in County Clerk File No. D212079897 of said Official Public Records of Tarrant County, Texas, said permanent water facility easement being more particularly described in Exhibits "A" and "B". Permanent Water Facility Easement Rev.05/12/2010 Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. Permanent Water Facility Easement Rev.05/12/2010 GRANTOR: FORESTAR (USA) REAL GRANTEE: City of Fort Worth ESTATE GROUP INC. By: Jesus J. Chapa Assistant City Manager (name of person authorized to sign), Title APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared ' known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of ' 20 Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.05112/2010 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.05/12/2010 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN,PHASE 2 PARCEL No. 10 PE PART 1 DOE No. 7344 8900 WAGLEY ROBERTSON RD. ERASMUS H. ELKINS SURVEY, ABSTRACT No. 487 J. W. HAYNES SURVEY,ABSTRACT No. 777 EXHIBIT "A" Being a permanent water facility easement situated in the Erasmus H. Elkins Survey, Abstract No. 487 and the J. W. Haynes Survey, Abstract No. 777, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being a portion of a remainder of a 277.5113 acre tract of land (by deed) deeded to Forestar (USA) Real Estate Group Inc. as recorded in County Clerk File No. D212079897 of the Oficial Public Records of Tarrant County, Texas, said permanent water facility easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod found for the northeast corner of said 277.5113 acre tract of land, said 5/8 iron rod being an angle point in the westerly line of a 277.248 acre tract of land (by deed) deeded to FHP Partners, LP., A Texas Limited Partnership as recorded in County Clerk File No. D204097023 of said Official Public Records of Tarrant County, Texas; THENCE South 18 degrees 10 minutes 52 seconds East, with an easterly line of said 277.5113 acre tract of land and with a westerly line of said 277.248 acre tract of land, a distance of 950.14 feet to a 1/2 inch iron rod found for an angle point in the easterly line of said 277.5113 acre tract of land, said 1/2 inch iron rod also being an angle point in the westerly line of said 277.248 acre tract of land; THENCE South 59 degrees 45 minutes 47 seconds West (radial bearing), a distance of 30.26 feet to a point for corner in the northeasterly line of a remainder of a 214.228 acre tract of land (by deed) deeded to Q. P. Courtney, Jr., and Will A. Cotulney as recorded in Volume 6087, Page 434 of the Deed Records of Tarrant County, Texas, said remainder of 214.228 acre tract of land being more particularly described as a 2.956 acre Save and Except Tract recorded in County Clerk File No. D212079897 of said Official Public Records of Tarrant County, Texas; THENCE South 41 degrees 10 minutes 56 seconds East, with the northeasterly line of said 2.956 acre Save and Except Tract, a distance of 95.89 feet to a point for the southeast corner of said 2.956 acre Save and Except Tract; THENCE South 71 degrees 49 minutes 06 seconds West, with the southerly line of said 2.956 acre Save and Except Tract, a distance of 30.27 feet to the POINT OF BEGINNING of the herein described permanent water facility easement; THENCE South 61 degrees 27 minutes 39 seconds West, a distance of 101.95 to a point for corner; THENCE South 64 degrees 44 minutes 02 seconds West, a distance of 279.40 feet to a point for corner; THENCE North 89 degrees 40 minutes 34 seconds West, a distance of 165.31 feet to a point for the beginning of a curve to the right having a radius of 1560.00 feet, a central angle of Exhibit A Page 1 of 3 21 degrees 08 minutes 39 seconds and whose chord bears North 79 degrees 06 minutes 14 seconds West, a distance of 572.44 feet; THENCE with said curve to the right, an are length of 575.70 feet to a point for corner; THENCE North 68 degrees 31 minutes 55 seconds West, a distance of 222.04 feet to a point for the beginning of a curve to the left having a radius of 990.08 feet, a central angle of 11 degrees 38 minutes 33 seconds and whose chord bears North 74 degrees 21 minutes 11 seconds West, a distance of 200.84 feet; THENCE with said curve to the left, an arc length of 201.18 feet to a point for corner in a west line of said 277.5113 acre tract of land; THENCE North 00 degrees 11 minutes 18 seconds West, with a west line of said 277.5113 acre tract of land, a distance of 30.45 feet to a point for the beginning of a non-tangent curve to the right having a radius of 1020.08 feet, a central angle of 11 degrees 56 minutes 24 seconds and whose chord bears South 74 degrees 30 minutes 07 seconds East, a distance of 212.19 feet, from which an angle point in the westerly line of said 277.5113 acre tract of land bears North 00 degrees 11 minutes 18 seconds West, a distance of 31.00 feet; THENCE with said non-tangent curve to the right, an are length of 212.57 feet to a point for corner; THENCE South 68 degrees 31 minutes 55 seconds East, a distance of 222.04 feet to a point for the beginning of a curve to the left having a radius of 1530.00 feet, a central angle of 21 degrees 08 minutes 39 seconds and whose chord bears South 79 degrees 06 minutes 14 seconds East, a distance of 561.43 feet; THENCE with said curve to the left, an are length of 564.63 feet to a point for corner; THENCE South 89 degrees 40 minutes 34 seconds East, a distance of 158.50 feet to a point for the corner; THENCE North 64 degrees 44 minutes 02 seconds East, a distance of 223.30 feet to a point for corner in the south line of said 2.956 acre Save and Except Tract; THENCE South 89 degrees 43 minutes 42 seconds East, with the south line of said 2.956 acre Save and Except Tract, a distance of 16.94 feet to a point for an angle point in the south line of said 2.956 acre Save and Except Tract; THENCE North 71 degrees 49 minutes 06 seconds East, with a southerly line of said 2.956 acre Save and Except Tract, a distance of 136.83 feet to the POINT OF BEGINNING and containing 43,673 square feet or 1.003 acres of land, more or less. Exhibit A Page 2 of 3 Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: October 5, 2015 OF T CURTIS SMITH Curtis Smith _ r :°p 5494 P�,r Ess+° Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Exhibit A Page 3 of 3 EXHIBIT "B " P.O c. PARCEL No. 10 PE PART 1 FND 5 8"IR ACQUISITION LOCATION REMAINDER OF 277.5113 ACRES (BY DEED) FORESTAR (USA) REAL ESTATE GROUP INC. C.C.F. No. D212079897 O.P.R.T.C.T. N SUBJECT TRACT & LOCATION OF ACQUISITION CURVE TABLE 277.248 ACRES (BY DEED) CURVE RADIUS DELTA BEARING CHORD ARC r', FHP PARTNERS, LP., C-1 1560.00' 21'08'39" N 79.06.14-W 572.44' 1 575.70' A TEXAS LIMITED PARTNERSHIP C-4 1 1530.00' 1 21108'39" IS 79'06'14"E 561.43' REMAINDER OF 564.63' .o C.C.F. No. /)204097023 214.228 ACRES (BY DEED) Lr O.P.R.T.C,T. Q.P. COURTNEY, JR. AND 9 W JA. COURTNEY. W. HAYNES SURVEY VOLUME 6087, AGE 434 > o: ABSTRACT No. 777 D.R.T.C.T. h PARTICUARLY DESCRIBED AS A 2.956 1n 00 W ACRE SAVE AND EXCEPT TRACT IN N 30.0'PIPELINE EASEMENT TO C.C.F. No. D212079897 FND. 1/2"IR Z o O.P.T,C.T. MOCKINGBIRD PIPELINE, L.P. `1 Z Fy C.C.F. No. D2120257087 w I.� O.P.R.T.C.T. PERMANENT WATER � FACIUTY EASEMENT / =a V 30.0'PIPELINE EASEMENT TO 43,673 SQ. FT. OR ��� N N WILLIAMS BARNETT 1.003 ACRES / m GATHERING SYSTEM, L.P. Q C.C.F. No. D209216843 ��� Q O.P.R.T.C.T. < — L-5 6 ..:. w :: P.O.B. . .......... ' 30.0'PIPELINE EASEMENT TO 30.0'PIFELINE EASEMENT TO �j��t """'"" ""`''` I MOCKINGBIRD PIPELINE, L.P. Z/ ::::c:,::::,;r:......, C.C.F. No. 1)2120257087 MOCKINGBIRD PIPELINE, L.P. C.C.F. No. D209256300 z O.P.R.T.C.T. O.P.R.T.C.T. �Q� .F•::::.:;`.,i:' i:.:?:' %.^ J 6h / :;:::: -Z'1LINE TABLE S 89'40'34°'E N .................................. LINE BEARING DISTANCE C-4 158.50' 0`L N L-1 S 59'45'4-7W 30.26' ^e .............^e^•. ...----:.....—:•::. ::`. .`.:::::;:.:� u, L-2 S 41'10'56'E 95.89' 5 6 L-3 S 7 •49'06'W 30 .. 1 .27' L-4 S 61'27 39"M! 101.95' ,i.iii�...'�u"u'u}-i:.i ire� ij:-ii: X C-9 N 89'40'34"W —� 0 L- 5 S 89.43'42"E 16.94' CL L-5 N 71'49'06'E 136.83' 165.31' REMAINDER OF 277.5113 ACRES (BY DEED) a FORESTAR (USA) REAL ESTATE GROUP INC. C.C.F. No. D212079897 O.P.R.T.C.T. NOTES: 100 50 0 100 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET City'ar of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH � OF T WATER TRANSMISSION MAIN, PHASE 2 PARCEL NO. 10 PE PART 1 CITY PROJ. NO. 002304 PERMANENT WATER FACILITY EASEMENT I DOE NO. 7344 .....__W.... .... . _.. OWNERS: FORESTAR USA REAL ESTATE GROUP INC. CURTIS SMI H SURVEY: J.W. HAYNES SURVEY ABSTRACT No. 777 AND ERASMUS H. ELKINS SURVEY ABSTRACT No. 487 f •;Q�F5494 Psi LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 43,673 SQUARE FEET OR 1.003 ACRES WHOLE PROPERTY ACREAGE: 121.631 ACRES (BY TAD) CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY: JLC I CAD FILE. PAR10—PE7Pi1.DWG IREGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCT013ER 5, 2015 EXHIBIT B PAGE 1 OF 3 1 SCALE: 1' = 100' INO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 10 PE PART 1 ��E�RASMUS H. ELKINS cuRVE TABLE Y ABSTRACT CURVE RADIUS DELTA BEARING CHORD ARC No. 487 C-1 1560.00' 1 21'08'39' IN 79'06'14'W 572.44' 1 575.70- C-4 1 1530.00' 1 21'08'39' IS 79'06'14'E 561.43' 1 564.63' \ \ \ J. W. HAYNES SURVEY \ \ ABSTRACT No. 777 \ \ 30.0'WILLIAMS BPEUNE ARNETTT TO GATHERING SYSTEM, L.P. C.C.F. No. 0209216843 O.P.R.T.C.T. S 6 . \ ` :":`: z:::?:; ..F ?? PERMANENT WATER N 68. ? c?:0�' �\ 43 6173TMNT SQ. FT.EOR V Z `' i:' : : .. ':�::.,:.......... . 1.003 ACRES:: : ; ::p4, LLJ C-4 44 0 REMAINDER OF 277.5113 -- :•::=-:: is 5: -: ; :a''i:a':<-" EL ACRES (BY DEED) C'-1 ::::;:.:.::.:: ::= FORESTAR (USA) REAL ESTATE GROUP INC. V C.C.F. No. D212079897 E� O.P.R.T.C.T. ACQUISITION �+ LOCATION SUBJECT TRACT & LOCATION OF ACQUISITION NOTES: 100 50 0 100 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PIAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET ORTWORT City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2 ��••• .T G \S Te''•T. P � -�- PARCEL NO. 10 PE PART 1 CITY PROJ. NO. 002304 �'•, [DATE. MANENT WATER FACILITY EASEMENT DOE NO. 7344 CURTIS SMITH ERS: FORESTAR USA REAL ESTATE GROUP INC. VEY: J.W. HAYNES SURVEY ABSTRACT No. 777 AND ERASMUS H. ELKINS SURVEY ABSTRACT No. 487 PaF5494 ATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EMENT ACQUISITION AREA: 43,673 SQUARE FEET OR 1.003 ACRES LE PROPERTY ACREAGE: 121.631 ACRES (BY TAD) CURTIS SMITH No. FNI-1501.00 DRAWN BY: JLC CAD FILE: PAR10—PE—PTI.DWG REGISTERED PROFESSIONAL LAND SURVEYOR OCTOBER 5, 2015 IEXHiBrr B PAGE 2 OF 3 SCALE 1" = 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. - 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 10 PE PART 1 30.0'PIPELINE EASEMENT TO WILLIAMS BARNETT GATHERING SYSTEM, L.P. C.C.F. No. D209216843 REMAINDER OF 214.226 ACRES (BY DEED) O.P.R.T.C.T. BRISCOE CLARK COMPANY, LTD. C.C.F. No. D204097109 O.P.R.T.C.T. N 00'11'18"W 31.00' .0 REMAINDER OF 214.228 ACRES (BY DEED) N 00*11�18"W `'`'`' ;s.>�lC-3 04 ACRES F �i Q. P. COURTNEY, JR., AND 30.45' WILL A. COURTNEY :;j' .y. `?`.t`;iit;;ii:4E`.-`; `.>:;:11�., Epi VOLUME 6087, PAGE 434 rr`—?� CURVE TABLE a S DELTA I I CHORD I ARC CURVE 90 .08' 11 833• N 74!21'11-W G-W200.84' 1 201.18' w to all C-3 1 1020.06' 1 11'56'24• IS 74'30'07•E 1 212.19 212.57 >_ ( PERMANENT WATER 611 FACILITY EASEMENT F ( 43,673 SQ. FT. OR CS w o 1.003 ACRES W< � :3 ooa Ld Q- Z REMAINDER OF 277.5113 ACQUISITION E�K1Ns �a�RNEY C, ACRES (BY DEED) LOCATFORESTAR (USA) REAL ESTATE 6RPSMA S(RAC� No. GROUP GROUP INC. C.C.F. No. D212079897 3 O.P.R.T.C.T. SUBJECT TRACT & LOCATION OF ACQUISITION NOTES: 100 50 0 100 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET 0 oCi t,Lye of Fort Worth 1000 THROCKMORTQN STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2 eR adv PARCEL NO. 10 PE PART 1 CITY PROJ. NO. 002304 �: :�p PERMANENT WATER FACILITY EASEMENT DOE NO. 7344 , "U. ' T_I ._.........._ ...,...._.. CURTIS SMITH OWNERS: FORESTAR USA REAL ESTATE GROUP INC. """" """ -o SURVEY: J.W. HAYNES SURVEY ABSTRACT No. 777 AND ERASMUS H. ELKINS SURVEY ABSTRACT No, 487pFSS�� :. p LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 43,673 SQUARE FEET OR 1.003 ACRES S WHOLE PROPERTY ACREAGE: 121.631 ACRES (BY TAD) CURTIS SMITH JOB No. FNI_1501.00 DRAWN BY: JLC CAD FILE: PAR10—PE—PTI.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCTOBER 5, 2015 EXHIBIT B PAGE 3 OF 3 SCALE 1• = 100' N0. 5494 TEXAS FIRM No. 10105900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 - NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 10 PE PART 2 DOE No. 7344 8900 WAGLEY ROBERTSON RD. ERASMUS H. ELKINS SURVEY, ABSTRACT No. 487 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: , 2015 GRANTOR: FORESTAR (USA) REAL ESTATE GROUP INC. GRANTOR'S MAILING ADDRESS (including County): 6300 BEE CAVE BLDG 2 RD # 500 AUSTIN, TRAVIS COUNTY, TX 78746-5832 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent water facility easement situated in the Erasmus H. Elkins Survey, Abstract No. 487, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being a portion of a remainder of a 277.5113 acre tract of land (by deed) deeded to Forestar (USA) Real Estate Group Inc. as recorded in County Clerk File No. D212079897 of said Official Public Records of Tarrant County, Texas, said permanent water facility easement being more particularly described in Exhibits "A" and "B". Permanent Water Facility Easement Rev.05/12/2010 Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. Permanent Water Facility Easement Rev.05/12/2010 GRANTOR: FORESTAR (USA) REAL GRANTEE: City of Fort Worth ESTATE GROUP INC. By:, Jesus J. Chapa Assistant City Manager (name of person authorized to sign), Title APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared ' known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.05/1212010 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.05/12/2010 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN,PHASE 2 PARCEL No. 10 PE PART 2 DOE No. 7344 8900 WAGLEY ROBERTSON RD. ERASMUS II. ELKINS SURVEY, ABSTRACT No. 487 EXHIBIT "A" Being a permanent water facility easement situated in the Erasmus H. Elkins Survey, Abstract No. 487, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being a portion of a remainder of a 277.5113 acre tract of land (by deed) deeded to Forestar (USA) Real Estate Group Inc. as recorded in County Clerk File No. D212079897 of the Official Public Records of Tarrant County, Texas, said permanent water facility easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod found for the northeast corner of said 277.5113 acre tract of land, said 5/8 iron rod being an angle point in the westerly line of a 277.248 acre tract of land (by deed) deeded to FHP Partners, LP., A Texas Limited Partnership as recorded in County Clerk File No. D204097023 of said Official Public Records of Tarrant County, Texas; THENCE South 18 degrees 10 minutes 52 seconds East, with an easterly line of said 277.5113 acre tract of land and with a westerly line of said 277.248 acre tract of land, a distance of 950.14 feet to a 1/2 inch iron rod found for an angle point in the easterly line of said 277.5113, said 1/2 inch iron rod also being an angle point in the westerly line of said 277.248 acre tract of land; THENCE South 41 degrees 15 minutes 46 seconds East, with an easterly line of said 277.5113 acre tract of land and with the westerly line of said 277.248 acre tract of land, a distance of 60.50 feet to the POINT OF BEGINNING of the herein described permanent water facility easement; THENCE South 41 degrees 15 minutes 46 seconds East, with an easterly line of said 277.5113 acre tract of land and with the westerly line of said 277.248 acre tract of land, a distance of 32.02 feet to a point for corner; THENCE South 71 degrees 41 minutes 40 seconds West, a distance of 6.93 feet to a point for corner; THENCE South 61 degrees 27 minutes 39 seconds West, a distance of 24.03 feet to a point for corner in the northeasterly line of a remainder of a 214.228 acre tract of land (by deed) deeded to Q. P. Courtney, Jr., and Will A. Courtney as recorded in Volume 6087, Page 434 of the Deed Records of Tarrant County, Texas, said remainder of 214.228 acre tract of land being more particularly described as a 2.956 acre Save and Except Tract recorded in County Clerk File No. D212079897 of said Official Public Records of Tarrant County, Texas, from which a point for the southeast corner of said 2.956 acre Save and Except Tract bears South 41 degrees 10 minutes 56 seconds East, a distance of 5.58 feet; Exhibit A Page 1 of 2 THENCE North 41 degrees 10 minutes 56 seconds West, with a northeasterly line of said 2.956 acre Save and Except Tract, a distance of 30.75 feet to a point for corner; THENCE North 61 degrees 27 minutes 39 seconds East, a distance of 30.53 feet to the POINT OF BEGINNING and containing 921 square feet or 0.021 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: October 5, 2015 �� OF T �P;�G�sreR�+9in /— CURTIS SMITH °poF5494 �Q O Curtis Smith Registered Professional Land Surveyor �� S U No. 5494 Texas Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 10 PE PART 2 P.0.C. / REMAINDER OF 277.5113 ACRES (BY DEED) FND 5/8-IR / Q• FORESTAR (USA) REAL ESTATE GROUP INC. 277FHPeARTNERACRES S, LP.,BY O.O.F. No. D212079897 A TEXAS LIMITED PARTNERSHIP O.P.R.T.C.T. I Ln C.C.F. No. D204097023 Ciryo I/ O.P.R.T.C.T. lcb Oct RNEY �rj SV REMAINDER OF N �y �' �'�•/ J. w' H p,N'ON� 71 2Q P. COURTNEY,14.228 ACRES (JR. AND, /oe �� w pBS1RC WILL A. COURTNEY o / hP4G / 7 VOLUME 6087, PAGE 434 / D.R.T.C.T. �./ v`r > PARTICUARLY DESCRIBED AS A 2.956 ACRE SAVE AND EXCEPT TRACT IN V) C.C.F. No. D212079897 / �w O.P.T.C.T. / a 30.0'PIPELINE EASEMENT TO FND. 1/2-IR xo MOCKINGBIRD PIPELINE, L.P. 0 C.C.F. No. 02120257087 PERMANENT WATER ��, P•0•B• a O.P.R.T.C.T. FACILITY EASEMENT 921 SQ. FT. OR ,6 30.0'PIPELINE EASEMENT TO �. :;:.�\ WILLIAMS BARNETT 0.021 ACRES a`:::::;.:..• GATHERING SYSTEM, L.P. / / L-5 C.C.F. No. 0209216843 / l-7 O.P.R.T.C.T. / _ — - - - - - - - - - - - - - �— - - — \�\t� — - - - - - - - - - - - - - - —} - - - - -/iC 30.0'PIPELINE EASEMENT TO 30.0'PIPELINE EASEMENT TO REMAINDER OF MOCKINGBIRD PIPELINE, L.P. MOCKINGBIRD PIPELINE, L.P. w C.C.F. No. D2120257087 C.C.F. No. D209256300 277.5113 ACRES (BY DEED) = O.P.R.T.C.T. O.P.R.T.C.T. FORESTAR (USA) REAL J ERASMUS H. ELKINS SURVEY LINE TABLE ESTATE GROUP INC. > ABSTRACT No. 487 UNE BEARING DISTANCE C.C.F. No. D212079EI97 � ACQUISITION L-1 S 41'15'46'E 60.50' O.P.R.T.C.T. w( LOCATION L-2 S 41'15'46'E 32.02' a L-3 S 71'41'40'W 6.93 L-4 S 61'27'39"W 24.03' o L-5 tT 41'10 56'W 30.75' a L-6 N 61'27'39'E 30.53' a L-7 S 41'10'56`E 5.58' ? ) NOTES: SUBJECT TRACT & 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. LOCATION OF ACQUISITION 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 00 50 Q Op SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. ��l SCALE IN FEET oRT �►oRr ® t Wo rth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL NO. 10 PE PART 2 CITY PROJ. NO. 002304 PERMANENT WATER FACILITY EASEMENT DOE NO. 7344 _ CURTIS SMITH OWNERS: FORESTAR USA L ESTATE GROUP INC. .................. ... ._..... SURVEY: ERASMUS H. ELKINS SURVEY ABSTRACT No. 487 :j'p 5 4 94� 0 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 921 SQUARE FEET OR 0.021 ACRES S WHOLE PROPERTY ACREAGE: 121.631 ACRES (BY DEED) CURTIS SMITH JOB No. FNI-1501.00 I DRAWN BY: JLC CAD FILE: PAR10-PE-PT2.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCTOBER 5, 2015 1 EXHIBIT B PAGE 1 OF 1 1 SCALE 1- = 100' NO. 5494 TEXAS FIRM No. 10106900 SEE GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN,PHASE 2 PARCEL No. 10 TE DOE No. 7344 8900 WAGLEY ROBERTSON RD. ERASMUS H. ELKINS SURVEY, ABSTRACT No. 487 J. W.HAYNES SURVEY, ABSTRACT No. 777 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: , 2015 GRANTOR: FORESTAR(USA) REAL ESTATE GROUP INC. GRANTOR'S MAILING ADDRESS (including County): 6300 BEE CAVE BLDG 2 RD#500 AUSTIN,TRAVIS COUNTY,TX 78746-5832 GRANTEE: CITY OF FORT WORTH GRANTOR'S MAILING ADDRESS (including County): PO BOX 1779 FORT WORTH,TARRANT COUNTY,TX 76101-1779 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the Erasmus H. Elkins Survey, Abstract No. 487 and the J. W. Haynes Survey, Abstract No. 777, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a remainder of a 277.5113 acre tract of land (by deed) deeded to Forestar (USA) Real Estate Group Inc. as recorded in County Clerk File No. D212079897 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and "B„ Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 03/09/2015 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of water line construction. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 03/09/2015 GRANTOR: FORESTAR(USA)REAL GRANTEE: City of Fort Worth ESTATE GROUP INC. By: Jesus J. Chapa Assistant City Manager (name of person authorized to sign), Title APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared ' known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas E Temporary Construction Easement 03/09/2015 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas Temporary Construction Easement 03/09/2015 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 10 TE DOE No. 7344 8900 WAGLEY ROBERTSON RD. ERASMUS H. ELKINS SURVEY,ABSTRACT No. 487 J. W. HAYNES SURVEY, ABSTRACT No. 777 EXHIBIT "A" Being a temporary construction easement situated in the Erasmus H. Elkins Survey, Abstract No. 487 and the J. W. Haynes Survey, Abstract No. 777, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a remainder of a 277.5113 acre tract of land (by deed) deeded to Forestar(USA) Real Estate Group Inc. as recorded in County Clerk File No. D212079897 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod found for the northeast corner of said 277.5113 acre tract of land, said 5/8 iron rod being an angle point in the westerly line of a 277.248 acre tract of land (by deed) deeded to FHP Partners, LP., A Texas Limited Partnership as recorded in County Clerk File No. D204097023 of said Official Public Records of Tarrant County, Texas; THENCE South 18 degrees 10 minutes 52 seconds East, with an easterly line of said 277.5113 acre tract of land and with a westerly line of said 277.248 acre tract of land, a distance of 950.14 feet to a 1/2 inch iron rod found for an angle point in the easterly line of said 277.5113, said 1/2 inch iron rod also being an angle point in the westerly line of said 277.248 acre tract of land; THENCE South 41 degrees 15 minutes 46 seconds East, with an easterly line of said 277.5113 acre tract of land and with the westerly line of said 277.248 acre tract of land, a distance of 92.52 feet to the POINT OF BEGINNING of the herein described temporary construction easement; THENCE South 41 degrees 15 minutes 46 seconds East, with an easterly line of said 277.5113 acre tract of land and with the westerly line of said 277.248 acre tract of land, a distance of 86.88 feet to a point for corner; THENCE South 71 degrees 41 minutes 40 seconds West, a distance of 33.65 to a point for corner; THENCE South 61 degrees 27 minutes 39 seconds West, a distance of 149.66 to a point for corner; THENCE South 64 degrees 44 minutes 02 seconds West, a distance of 299.85 feet to a point for corner; THENCE North 89 degrees 40 minutes 34 seconds West, a distance of 183.48 feet to a point for the beginning of a curve to the right having a radius of 1640.00 feet, a central angle of 21 degrees 08 minutes 39 seconds and whose chord bears North 79 degrees 06 minutes 14 seconds West, a distance of 601.79 feet; Exhibit A Page 1 of 3 THENCE with said curve to the right, an arc length of 605.22 feet to a point for corner; THENCE North 68 degrees 31 minutes 55 seconds West, a distance of 222.04 feet to a point for the beginning of a curve to the left having a radius of 910.00 feet, a central angle of 10 degrees 45 minutes 10 seconds and whose chord bears North 73 degrees 54 minutes 23 seconds West, a distance of 170.53 feet; THENCE with said curve to the left, an are length of 170.78 feet to a point for corner in a west line of said 277.5113 acre tract of land; THENCE North 00 degrees 11 minutes 18 seconds West, with a west line of said 277.5113 acre tract of land, a distance of 81.34 feet to a point for the beginning of a non-tangent curve to the right having a radius of 990.08 feet, a central angle of 11 degrees 38 minutes 33 seconds and whose chord bears South 74 degrees 21 minutes 11 seconds East, a distance of 200.84 feet, from which an angle point in the westerly line of said 277.5113 acre tract of land bears North 00 degrees 11 minutes 18 seconds West, a distance of 61.45 feet; THENCE with said non-tangent curve to the right, an are length of 201.18 feet to a point for corner; THENCE South 68 degrees 31 minutes 55 seconds East, a distance of 222.04 feet to a point for the beginning of a curve to the left having a radius of 1560.00 feet, a central angle of 21 degrees 08 minutes 39 seconds and whose chord bears South 79 degrees 06 minutes 14 seconds East, a distance of 572.44 feet; THENCE with said curve to the left, an arc length of 575.70 feet to a point for corner; THENCE South 89 degrees 40 minutes 34 seconds East, a distance of 165.31 feet to a point for the corner; THENCE North 64 degrees 44 minutes 02 seconds East, a distance of 279.40 feet to a point for corner; THENCE North 61 degrees 27 minutes 39 seconds East, a distance of 101.95 feet to a point for corner in the south line of a remainder of a 214.228 acre tract of land (by deed) deeded to Q. P. Courtney, Jr., and Will A. Courtney as recorded in Volume 6087, Page 434 of the Deed Records of Tarrant County, Texas, said remainder of 214.228 acre tract of land being more particularly described as a 2.956 acre Save and Except Tract recorded in County Clerk File No. D212079897 of said Official Public Records of Tarrant County, Texas; THENCE North 71 degrees 49 minutes 06 seconds East, with the south line of said 2.956 acre Save and Except Tract, a distance of 30.27 feet to a point for the southeast corner of said 2.956 Save and Except Tract; Exhibit A Page 2 of 3 THENCE North 41 degrees 10 minutes 56 seconds West, with a northeasterly line of said 2.956 acre Save and Except Tract, a distance of 5.58 feet to a point for corner; THENCE North 61 degrees 27 minutes 39 seconds East, a distance of 24.03 feet to a point for corner; THENCE North 71 degrees 41 minutes 40 seconds East, a distance of 6.93 feet to the POINT OF BEGINNING and containing 130,713 square feet or 3.001 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: October 5, 2015 OF T CURTIS SMITH Curtis Smith r .q 5494 �°Pfss�JO Registered Professional Land Surveyor 'L•''••..........• ' No. 5494 Texas Firm No. 10106900 Exhibit A Page 3 of 3 EXHIBIT "B " P.O.C. PARCEL No. >0 TE FND 5 8"IR ACQUISITION LOCATION REMAINDER OF 277.5113 ACRES (BY DEED) FORESTAR (USA) REAL ESTATE GROUP INC. C.C.F. No. D212079897 O.P.R.T.C.T. `" SUBJECT TRACT & m LOCATION OF ACQUISITION CURVE TABLE REMAINDER OF o CURVE RADIUS DELTA BEARING CHORD ARC 214.228 ACRES (BY DEED) Ns 277.248 ACRES (BY DEED) C-1 1640.00' 21'08'39" N 79'0614 601.79' 1 605.22' Q.P. COURTNEY, JR. AND FHP PARTNERS, LP., C-4 1 1560.00' 1 21'08'39' IS 79'06'14"E 572.44' 1 575.70' WILL A. COURTNEY A TEXAS LIMITED PARTNERSHIP>- VOLUME 6087, PAGE 434 o C.C.F. No. D204097023 w J. W. HAYNES SURVEY D.R.T.C.T. o O.P.R.T.C.T. > ABSTRACT NO. 777 PARTICUARLY DESCRIBED AS A 2.956 'P_ M I� ACRE SAVE AND EXCEPT TRACT IN It)00 30.0'PIPEUNE EASEMENT TO C.C.F. No. D212079897 MOCKINGBIRD PIPELINE, L.P. O.P.T.C.T. FND. 1/2-IR Z o C.C.F. No. D2120257087 Y Z W O.P.R.T.C.T. / / �\!�, P.0.B. V' 30.0'PIPELINE EASEMENT TO A WILLIAMS BARNEIT N GATHERING SYSTEM, L.P. V)m C.C.F. No. 0209216843 L-6 ""'" ' Q O.P.R.T.C.T, .ii f:;: ..• In / :i}iii :ti!i}i •?:ii:?ii:t. W 3D.O'PIPELINE EASEMENT TO TEMPORARY :;::?;`:::;;: ?;:' :: >:: .....:......: �3 MOCKINGBIRD PIPELINE, L.P. CONSRUCTION EASEMENT 'n� .� ::;`;: ;::;;.: :i::: i;'i's:i:: i>::i C.C.F. No. D209256300 130,713 SQ. FT. OR ?.9........:...•.........:....?....:.:::•:::•::::•::::•::.::7i:c•::.:.i:i•2:............... .......... }1?iii" i ?i?i{i :?O.P.R.T.C.T. . 1 3.001 ACRES ; ::?: ::�:? ;:: 0. •:::::• ...... :::::::::•:;::.:::::::::•::::::•::::•::•:: S h �l} iic:•::•::•:: r:asii }i?:'i}}?:':4'rii?i.`::::i:3;:i;?::: 30.0'PIPELINE EASEMENT TO :c::•:•iii:( i::iF;Zi::{:•:rF.:iF.:{i is ................... MOCKINGBIRD PIPELINE, L.P. ::•::•:.........::...::::> .;:::.c:::::::.::::::...::a. �y C.C.F. No. D2120257087 C-4 S 89'40'34"E 165.31 - ` Lu w ......',.::::;::; :: :;;_:;.i:::•:; ;i;` ;'c;;2• :�9g O.P.R.T.C.T. z i: ' '}::.� 0 Z UNE TABLE :•`.•:2 — x UNE BEARING DISTANCE 6 0 N (STAN r+ L-1 S 41'15'46'E 92.52 :i::.: 5 a a L-2 S 41'1 5'46"E 86.88' a L-3 S 71'41'40'W 33.65' REMAINDER OF 277.5113 4 _ L— N 6 '2 9"E 0 95 44ii W :.: %' Y .: : ACRES BY DEED 4 1 7 3 1 1. '� ( ) L-5 N 71'49'06"E 30,27' C-1 N 89'40'34"W 183.48' FORESTAR (USA) REALL-6 N 41'10 56'W 5.58 ESTATE GROUP INC. L-7 N 6r27'39"E 24.03 C.C.F. No. D212079897 L—B I N 71.41.40-E 6.93' O.P.R.T.C.T. NOTES: 100 50 0 100 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET City Cif ForE- WO-wth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2 ��.••of. T� P ••' �s re'•• -f. PARCEL NO. 10 TE CITY PROJ. NO. 002304 �;`��G RFo•9iP TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 URT - CURTIS SMIT OWNERS: FORESTAR USA . REAL ESTATE GROUP INC. -",. .....54-. " SURVEY: J.W. HAYNES SURVEY ABSTRACT No. 777 AND ERASMUS H. ELKINS SURVEY ABSTRACT No. 487 •.:poF494 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Z EASEMENT ACQUISITION AREA: 130,713 SQUARE FEET OR 3.001 ACRES S WHOLE PROPERTY ACREAGE: 121.631 ACRES (BY TAD) CURTIS SMITH JOB No. FNL_1501.00 IDRAWN BY: JLC CAD FILE PAR10—TE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCTOBER 5, 2015 1 EXHIBIT B PAGE 1 OF 3 SCALE: 1" — 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 10 TE ERASMUS H. ELKINS CURVE TABLE SURVEY ABSTRACT CURVE RADIUS DELTA BEARING CHORD ARC No. 487 C-1 1640.00' 21'08'39" IN 79'06'14"W 601.79' 1 605.22' C-4 1 1560.00' 1 21-08-39- S 79'06.14"E 1 572.44' 1 575.70 REMAINDER OF 277.5113 J. W. HAYNES SURVEY ACRES (BY DEED) ABSTRACT No. 777 FORESTAR (USA) REAL ESTATE ` GROUP INC. C.C.F. No. D212079897 30'O'PIPELINE EASEMENT TO ` O.P.R.T.C.T. WILLIAMS SYSTEM,NE GA L.P. C.C.F. No. D209216843 O.P.R.T.C.T. V ..:......: ': 3::: :`::i::... :::..:::.:•,,04 TEMPORARY F� :? :?:?: : :':>::': ?<: ': >:•: ::•::•::`�s,, CONSRUCTION EASEMENT �.- 130,713 SQ. FT. OR :::.::::.::.:•:.::•::::'.....-::•.:::::•..:::::::•. ...........:_..... 3.001 ACRES .......... z :•:{•i:::.iiC^iia•ti:i•:i:i(i:iCiii:iii is Ci•:•:r:ia:;::;ni:;;;::;:•: :c1. --� /V '`�`�\;:�:::;'{!�:�� ii<i??s�::;;}:i:;r?1:fG�}:?� ::�t?i:? :atir:;�:�i•atit'\??'!.1. En 68'3 , �-::�:::�;:: i;:�:�' ::�:�::•:;:�:'::;��;:�:�::`-:;;;_:�:':;:�::�:'.?�:?:�:�:;� :"'':. . w --.. ' ;•ai•:iiiii:iii:i1:•iiiiiii•:C•isi•?:-:i4??:?:iCi?::•:;-::•:;ra:�:;•:;;;•;c::•:::?i•:i:iii•:�:i:i:i•:::i;{;•:::•::i:;?:�;i:•ii ti;;•i:•: ;:•:icir:iir::::•: •.:-::.: .'rift:5?i' ...... =''-:i}:::...;:.:..::::..:•::.::..�:.iaz. :..";ii:iii:•iii}i:•:is•. L.•. .:...-::....... ................................................._.............................................. d •., ,....:;•is:ai:::::::.iiii:•:;•:�:i:•i:C•isi•:as .................................: .....;:;i•..�......i;F:•:::::i:i4iii Q '�••.•�;::;•::•::�:E•:is i?i?i}:S�i::iii:•:i::�:•:�ia•iiiii3�::iciarE:':i:i}}iiiiiil;liiii:•iiia>:iiiiia$?ciiiiii ACQUISITION C''•v°1 ;; E:at•:i:::•:::-:a4;;:::C:::ri;?::•ri:::•::•::a:;•i:•ia�•i:i•i:•i:•i::i:;•::;tt:•' LOCATION --+:•:�' �:. iiii:•:iit:C•:i:•i1:ii9:c:ii;:•: ......5::::E;ircii:i SUBJECT TRACT & LOCATION OF ACQUISITION NOTES: 100 50 0 100 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET ORT WORT City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2 �P .\0 eR�Ff9 PARCEL NO. 10 TE CITY OJ. NO. 002304 �:` PR _ TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344CUR�IS SMITH�� OWNERS: FORESTAR USA REAL ESTATE GROUP INC. ""~' �4 4 SURVEY: J.W. HAYNES SURVEY ABSTRACT No. 777 AND ERASMUS H. ELKINS SURVEY ABSTRACT No. 487oF5494 0 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 130,713 SQUARE FEET OR 3.001 ACRES S WHOLE PROPERTY ACREAGE: 121.631 ACRES (BY TAD) CURTIS SMITH JOB No. FNI-1501.00 I DRAWN BY: JLC I CAD FILE: PAR10—TE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCTOBER 5, 2015 1 EXHIBIT B PAGE 2 OF 3 1 SCALE: 1" = 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 10 TE REMAINDER OF 277.5113 ACRES (BY DEED) FORESTAR (USA) REAL ESTATE GROUP INC. C.C.F. No. D212079897 O.P.R.T.C.T. 30.0'PIPELINE EASEMENT TO WILLIAMS BARNETT REMAINDER OF 214.228 ACRES (BY DEED) GATHERING SYSTEM, L.P. BRISCOE CLARK COMPANY, LTD. C.C.F. No. D209216843 C.C.F. No. D204097109 O.P.R.T.C.T. O.P,R.T.C.T, r TEMPORARY N o b"W ~ REMAINDER OF 214.228 CONSRUCTION EASEMENT 611.45.45'' ACRES (BY DEED) 130,713 SQ. FT. OR S V Q. WILLOURTNEY, JR.,A. COURTNEY AND 3.001 ACRES ® :^`*.:: C-3 68'31, VOLUME 6087, PAGE 434 Ir' ..�2204`S~F D.R.T.C.T. N 00 11 1811W ::::;`�•:,,� .. ... :::..'�'�:•iii:i•i::::•:�::::ti�:::�::�::.... 81.34 1 CURVE TABLE CURVE RADIUS DE LTA BEARING CHORD ARC ;.;�:;:•:cii?iiiiiiii:::'::}:�`i.: :;i::':'iiiiii?iiFii� ?i is?6:-iii}':Fii:=:- U 910.00' 10 45'10" N 73'54'23 W 170.53' 1 170.78' C-3 1 990.08' 1 11-38-33- IS 74'21 11'E 200.84' 1 201.18 S SURVEY Z�� � 631 S ? � �.: �S N T�Kt;o 481 :2 z ( ?2 04 Shy ACQUISITION ERPSM gSSRPC W o o LOCATION A W<a ( REMAINDER OF 277.5113 Z"6.: I ACRES (BY DEED) a z6 FORESTAR (USA) REAL ESTATE a.w L,: GROUP INC. o o C.C.F. No. D212079897 SUBJECT TRACT & M a O.P.R.T.C.T. LOCATION OF ACQUISITION 3 NOTES: 100 50 O 100 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET ORT rth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NOR THSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2 ��•••��•• TF PARCEL NO. 10 TE CITY PROJ, NO. 002304 'P TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 CU TIS SMITH OWNERS: FORESTAR USA REAL ESTATE GROUP INC. •••~ ~- ~ ~ ~~~ SURVEY: J.W. HAYNES SURVEY ABSTRACT No. 777 AND ERASMUS H. ELKINS SURVEY ABSTRACT No. 487 '_po�5494 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 130,713 SQUARE FEET OR 3.001 ACRES S WHOLE PROPERTY ACREAGE: 121.631 ACRES (BY TAD) CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY. JLC ICAD FILE: PAR10—TE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCTOBERS, 2015 1 EXHIBIT B PAGE 3 OF 3 SCALE: 1" = 100' N0. 5494 TEXAS FIRM No. 10106900 GORRONDONA k ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 11 PE DOE No. 7344 8900 WAGLEY ROBERTSON RD. ERASMUS H. ELKINS SURVEY, ABSTRACT No. 487 J. W. HAYNES SURVEY, ABSTRACT No. 777 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: , 2015 GRANTOR: Q. P. COURTNEY, JR., AND WILL A. COURTNEY GRANTOR'S MAILING ADDRESS (including County): PO BOX 121488 FORT WORTH, TARRANT COUNTY, TX 76121-1488 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent water facility easement situated in the Erasmus H. Elkins Survey, Abstract No. 487 and the J. W. Haynes Survey, Abstract No. 777, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being portion of a remainder of a 214.228 acre tract of land (by deed) deeded to Q. P. Courtney, Jr., and Will A. Courtney as recorded in Volume 6087, Page 434 of the Deed Records of Tarrant County, Texas, said remainder of 214.228 acre tract of land being more particularly described as a 2.956 acre Save and Except Tract recorded in County Clerk File No. D212079897 of the Official Public Records of Tarrant County, Texas, said permanent water facility easement being more particularly described in Exhibits "A" and "B,. Permanent Water Facility Easement Rev.05/12/2010 Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (ll) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. Permanent Water Facility Easement Rev.05112/2010 GRANTORS: Q. P. COURTNEY, JR., AND GRANTEE: City of Fort Worth WILL A. COURTNEY Q. P. COURTNEY, JR. Jesus J. Chapa Assistant City Manager APPROVED AS TO FORM AND LEGALITY WILL A. COURTNEY Assistant City Attorney f` ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared ' known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 120 Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.05/12/2010 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.05/12/2010 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN,PHASE 2 PARCEL No. 11 PE DOE No. 7344 8900 WAGLEY ROBERTSON RD. ERASMUS If. ELKINS SURVEY, ABSTRACT No. 487 J. W. HAYNES SURVEY, ABSTRACT No. 777 EXHIBIT "A" Being a permanent water facility easement situated in the Erasmus H. Elkins Survey, Abstract No. 487 and the J. W. Haynes Survey, Abstract No. 777, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being a portion of a remainder of a 214.228 acre tract of land (by deed) deeded to Q. P. Courtney, Jr., and Will A. Courtney as recorded in Volume 6087, Page 434 of the Deed Records of Tarrant County, Texas, said remainder of 214.228 acre tract of land being more particularly described as a 2.956 acre Save and Except Tract recorded in County Clerk File No. D212079897 of the Official Public Records of Tarrant County, Texas, said permanent water facility easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod found for the northeast corner of a 277.5113 acre tract of land (by deed) deeded to Forestar(USA) Real Estate Group Inc. as recorded in County Clerk File No. D212079897 of said Official Public Records of Tarrant County, Texas, said 5/8 iron rod being an angle point in the westerly line of a 277.248 acre tract of land (by deed) deeded to FHP Partners, LP., A Texas Limited Partnership as recorded in County Clerk File No. D204097023 of said Official Public Records of Tarrant County, Texas; THENCE South 18 degrees 10 minutes 52 seconds East, with a northeasterly line of said 277.5113 acre tract of land and with a southwesterly line of said 277.248 acre tract of land, a distance of 950.14 feet to a 1/2 inch iron rod found for corner; THENCE South 59 degrees 45 minutes 47 seconds West (radial bearing), a distance of 30.26 feet to a point for corner in the northeasterly line of said 2.956 acre Save and Except Tract; THENCE South 41 degrees 10 minutes 56 seconds East, with the northeasterly line of said 2.956 acre Save and Except Tract, a distance of 59.57 feet to the POINT OF BEGINNING of the herein described permanent water facility easement; THENCE South 41 degrees 10 minutes 56 seconds East, with the northeast line of said 2.956 acre Save and Except Tract, a distance of 30.75 to a point for corner; THENCE South 61 degrees 27 minutes 39 seconds West, a distance of 28.56 feet to a point for corner in the southeasterly line of said 2.956 acre Save and Except Tract; THENCE South 71 degrees 49 minutes 06 seconds West, with the southeasterly line of said 2.956 acre Save and Except Tract, a distance of 136.83 feet to a point for corner; THENCE North 89 degrees 43 minutes 42 seconds West, with the south line of said 2.956 acre Save and Except Tract, a distance of 16.94 feet to a point for corner; Exhibit A Page 1 of 2 THENCE North 64 degrees 44 minutes 02 seconds East, a distance of 48.43 feet to a point for corner; THENCE North 61 degrees 27 minutes 39 seconds East, a distance of 122.92 feet to the POINT OF BEGINNING and containing 3,224 square feet or 0.074 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: September 25, 2015 OF T C' Sr�R�F9� Curtis Smith CURTIS SMITH Registered Professional Land Surveyor r:;� 5494 No. 5494 Texas Firm No. 10106900 S U R� Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 11 PE P.0. FND 5/8-IR REMAINDER OF 277.5113 ACRES (BY DEED) 277.248 ACRES (BY DEED) / Q FORESTAR (USA) REAL ESTATE GROUP INC. FHP PARTNERS, LP., C.C.F. No. D212079897 A TEXAS LIMITED PARTNERSHIP/ O.P.R.T.C.T. I C.C.F. No. 204097023 t„-,'c;2 0 N /��re`1'O.P.R.T.C.T. i/ cq /I HONES S 1�1 214.228 ACREMARES R(BY DEED) oN /q a�// W. H j N°' Q.P. COURTNEY, JR. AND �; Q`��`�o j AgSSRAC uj WILL A. COURTNEY /yo°O�yG� / VOLUME 6087, PAGE 434 r D.R.T.C.T. / JP / > PARTICUARLY DESCRIBED AS A 2.956 �v // ACRE SAVE: AND EXCEPT TRACT IN ( �W in C.C.F. No. D212079897 / a 30.0'PIPELINE EASEMENT TO O.P.T.C.T. P.O.B. IN FND. 1/2"IR o MOCKINGBIRD PIPELINE, L.P. o: C.C.F. No. D2120257087 a O.P.R.T.C.T. PERMANENT WATER FACILITY EASEMENT / `? 30.0'PIPELINE EASEMENT TO 3,224 SQ. FT. OR / WILLIAMS BARNETT 0.074 ACRESGATHERNG C.0 F. No. D2092n16843 O.P.R.T.C.T. �l•:i:?::::`'}:::r}}r. / :: :`. — - - - - - - - - - - - .. L-4/ 30.0'PIPELINE EASEMENT TO 30.0'PIPELINE EASEMENT TO L-6 MOCKINGBIRD PIPELINE, L.P. MOCKINGBIRD PIPELINE, L.P. w C.C.F. No. D2120257087 C.C.F. No. D209256300 z O.P.R.T.C.T. O.P.R.T.C.T. S SURVCY LINE TABLE o: LK�N LINE BEARING DISTANCE L-1S 59'45'47'W 30.26' REMAINDER OF 277.5113 ACRES (BY DEED) W ERPSMUS�RACj L-2 S 41'10'56'E 59.57' FORESTAR (LISA) REAL ESTATE GROUP INC. a AB L-3 S 41'1056"E 30.75 C.C.F. No. D212079897 L-4 S 61'27'39'W 28.56' O.P.R.T.C.T. o o: L-5 S 71'49'06W 136.83 a L- N 89'43'42W 16.94' L-7 N 6444 4VE 48.43' L-8 N 61'27'39E 122.92' 6 NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 1 00 50 O �0 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE- 3. URFACE3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET oRT WORT City C)f Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48—INCH WATER TRANSMISSION MAIN PHASE 2 ... �F T PARCEL NO. 11 PE CITY PROD. NO. 002304 �i. -G` eR��'-n PERMANENT WATER FACILITY EASEMENT DOE NO. 7344 �...__.......... ..____.._,....__ CURTIS SMITH OWNERS: Q.P. COURTNEY, JR. AND WILL A. COURTNEY SURVEY: J.W. HAYNES SURVEY ABSTRACT No. 777 AND ERASMUS H. ELKINS SURVEY ABSTRACT No. 487 �° 0F5494o LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS �' E.......• EASEMENT ACQUISITION AREA: 3,224 SQUARE FEET OR 0.074 ACRES S WHOLE PROPERTY ACREAGE: 2.956 ACRES (BY DEED) CURTIS SMITH JOB No. FNI-1501.00 I DRAWN BY: JLC T'CADFILE: PAR11-PE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 25, 2015 1EXHIBIT 8 PAGE 1 OF 1 1 SCALE: 1' = 100' IND. 5494 TEXAS FIRM No. 10106900 GORRONDONA k ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 11 TE DOE No. 7344 8900 WAGLEY ROBERTSON RD. ERASMUS H. ELKINS SURVEY, ABSTRACT No. 487 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: , 2016 GRANTOR: Q. P. COURTNEY, JR., AND WILL A. COURTNEY GRANTOR'S MAILING ADDRESS (including County): PO BOX 121488 FORT WORTH, TARRANT COUNTY, TX 76121-1488 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the Erasmus H. Elkins Survey, Abstract No. 487, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a remainder of a 214.228 acre tract of land (by deed) deeded to Q. P. Courtney, Jr., and Will A. Courtney as recorded in Volume 6087, Page 434 of the Deed Records of Tarrant County, Texas, said remainder of 214.228 acre tract of land being more particularly described as a 2.956 acre Save and Except Tract recorded in County Clerk File No. D212079897 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and "B. Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto Temporary Construction Easement 03/09/2015 attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of water line construction. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Constniction Easement 03/09/2015 GRANTORS: Q. P. COURTNEY, JR., AND GRANTEE: City of Fort Worth WILL A. COURTNEY Q. P. COURTNEY, JR. Jesus J. Chapa Assistant City Manager APPROVED AS TO FORM AND LEGALITY WILL A. COURTNEY Assistant City Attorney t, ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas r Temporary Construction Easement 07/09/2015 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_• Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_. Notary Public in and for the State of Texas Temporary Construction Easement 03!09(2015 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN,PHASE 2 PARCEL No. 11 TE DOE No. 7344 8900 WAGLEY ROBERTSON RD. ERASMUS H. ELKINS SURVEY, ABSTRACT No. 487 EXHIBIT "A" Being a temporary construction easement situated in the Erasmus H. Elkins Survey, Abstract No. 487, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a remainder of a 214.228 acre tract of land (by deed) deeded to Q. P. Courtney, Jr., and Will A. Courtney as recorded in Volume 6087, Page 434 of the Deed Records of Tarrant County, Texas, said remainder of 214.228 acre tract of land being more particularly described as a 2.956 acre Save and Except Tract recorded in County Clerk File No. D212079897 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod found for the northeast corner of a 277.5113 acre tract of land (by deed) deeded to Forestar (USA) Real Estate Group Inc. as recorded in County Clerk File No. D212079897 of said Official Public Records of Tarrant County, Texas, said 5/8 iron rod being an angle point corner in the westerly line of a 277.248 acre tract of land (by deed) deeded s to FHP Partners, LP., A Texas Limited Partnership as recorded in County Clerk File No. D204097023 of said Official Public Records of Tarrant County, Texas; THENCE South 18 degrees 10 minutes 52 seconds East, with a northeasterly line of said 277.5113 acre tract of land and with a southwesterly line of said 277.248 acre tract of land, a distance of 950.14 feet to a 1/2 inch iron rod found for corner; THENCE South 59 degrees 45 minutes 47 seconds West (radial bearing), a distance of 30.26 feet to a point for corner in the northeasterly line of said 2.956 acre Save and Except Tract; THENCE South 41 degrees 10 minutes 56 seconds East, with the northeasterly line of said 2.956 acre Save and Except Tract, a distance of 72.20 feet to the POINT OF BEGINNING of the herein described temporary construction easement; THENCE South 41 degrees 10 minutes 56 seconds East, with the northeast line of said 2.956 acre Save and Except Tract, a distance of 5.58 to a point for the southeast corner of said 2.956 acre Save and Except Tract; THENCE South 71 degrees 49 minutes 06 seconds West, with the southeasterly line of said 2.956 acre Save and Except Tract, a distance of 30.27 feet to a point for corner; THENCE North 61 degrees 27 minutes 39 seconds East, a distance of 28.56 feet to the POINT OF BEGINNING and containing 78 square feet or 0.002 acres of land, more or less. Notes: Exhibit A Page I of 2 (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: September 25, 2015 0 F T ST Curtis Smith CURTIS SMITH Registered Professional Land Surveyor r'.°p 5494 No. 5494 '��••.Fess � Texas Firm No. 10106900 SURA Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 11 TE P.0.C. � I FND 5/8"IR REMAINDER OF 277.5113 ACRES (BY DEED) 277.248 ACRES (BY DEED) Q FORESTAR (USA) REAL ESTATE GROUP INC. FHP PARTNERS, LP., C.C.F. No. D212079897 A TEXAS LIMITED PARTNERSHIP O.P.R.T.C.T. I C.C.F. No. 204097023 cam'°i o N O.P.R.T,C.T. ����V lb I� cq plNt~5 S�R��Y REMAINDER OF 214.228 ACRES (BY DEED) "N, /Q���Q W. TR CT No• Q.P. COURTNEY, JR. AND WILL A. COURTNEY �O'�P�� J VOLUME 6087, PAGE 434 / ,. D.R.T.C.T. ( w PARTICUARLY DESCRIBED AS A 2.956 ACRE SAVE AND EXCEPT TRACT IN I �w C.C.F. No. D212079897 a 30.0'PIPELINE EASEMENT TO O•P,T.C.T. ,% FND. 1/2"IR xo MOCKINGBIRD PIPELINE, L.P. C.C.F. No. D2120257087 TEMPORARY a O.P.R.T.C.T. CONSTRUCTION EASEMENT �.? P.Q.B. 30.0'PIPELINE EASEMENT TO 78 SQ' FT. OR �\ SEE WILLIAMS BARNETT 0.002 ACRES DETAIL GATHERING SYSTEM, L.P. C.C.F. No. 0209216843 0.P.R.T.C.T. \ 30.0'PIPELINE EASEMENT TO 30.0'PIPELINE EASEMENT TO REMAINDER OF 277.5113 ACRES (BY DEED) MOCKINGBIRD PIPELINE, L.P. MOCKINGBIRD PIPELINE, L.P. FORESTAR (USA) REAL ESTATE GROUP INC. w C.C.F. No. D2120257087 C.C.F. No. 0209256300 C.C.FNo. D212079897 z O. P.R.T.C.T. O.P.R.T.C.T. O.P.R.T.C.T.. DETAIL L 5 SUR 'E � kA UNE T LINE BEARINGABLE DISTANCE W pSMUs HpG`jo- Aa1 ER BS(R L-1 S 59'45'47W 30.26' a p L-2 S 41'10'56"E 72.20' \���/, �\ X L-3 S 41'10'56'E 5,58' L-4 S 71'49'06'W 30.27' IL L-5 N 61'27'39"E 28.56' NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 1 00 50 O �� SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET 1�1►� 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH OF T WATER TRANSMISSION MAIN, PHASE 2 PARCEL NO. 11 TE CITY PROJ. NO. 002304 TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 CURTIS SMITI OWNERS: Q.P. COURTNEY, JR. AND WILL A. COURTNEY """""' "'""5494"""" SURVEY: ERASMUS H. ELKINS SURVEY ABSTRACT No. 487 •. p 5494 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS 0''••••....... EASEMENT ACQUISITION AREA: 78 SQUARE FEET OR 0.002 ACRES WHOLE PROPERTY ACREAGE: 2.956 ACRES (BY DEED) CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY: JLC CAD FILE: PAR11—TE.DWG IREGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 25, 2015 1 EXHIBIT B PAGE 1 OF 1 1 SCALE: 1" = 100' IND. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 NORTHSIDE 1148 INCH WATER TRANSMISSION MAIN,PHASE 2 PARCEL No. 12 PE DOE No. 7344 9200 WAGLEY ROBERTSON RD. ERASMUS H.ELKINS SURVEY,ABSTRACT No. 487 GEORGE MATTHEWS SURVEY,ABSTRACT No. 1078 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: GRANTOR: SAGINAW WATERSBEND, LTD.. GRANTOR'S MAILING ADDRESS (including County): 3045 LACKLAND RD FORT WORTH, TARRANT COUNTY, TX 76116 GRANTEE: CITY OF FORT WORTH' GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent water facility easement situated in the Erasmus H. Elkins Survey, Abstract No. 487 and the George Matthews Survey, Abstract No. 1078, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being out of a 246.729 acre tract of land (by deed) deeded to Saginaw Watersbend, Ltd., as recorded in County Clerk File No. D215281476 of the Official Public Records of Tarrant County, Texas, said permanent water facility easement being more particularly described in Exhibits "A" and "B. Permanent Water Facility Easement Rev.06/15/2016 FORT WORTH. Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (11) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Permanent Water Facility Easement Rev.06/15/2016 FORT WORTH., GRANTOR: SAGINAW WATERSBEND, LTD. (Name of person authorized to sign), Title GRANTEE: City of Fort Worth By(Signature): (Print Name) ,Title APPROVED AS TO FORM AND LEGALITY (Signature) (Print Name) ,Title THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 Notary Public in and for the State of Texas r Permanent Water Facility Easement Rev.06/15/2016 FORT WORTH ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of ' 20 Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.06/15/2016 FORT WORTH„ NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 12 PE DOE No. 7344 9200 WAGLEY ROBERTSON RD. ERASMUS H. ELKINS SURVEY,ABSTRACT No. 487 GEORGE MATTHEWS SURVEY,ABSTRACT No. 1078 EXHIBIT "A" Being a permanent water facility easement situated in the Erasmus H. Elkins Survey, Abstract No. 487 and the George Matthews Survey, Abstract No. 1078, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being out of a 246.729 acre tract of land (by deed) deeded to Saginaw Watersbend, Ltd., as recorded in County Clerk File No. D215281476 of the Official Public Records of Tarrant County, Texas, said permanent water facility easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod found for an angle point in the west line of said 246.729 acre tract of land, said 5/8 inch iron rod being the northeast corner of a 277.5113 acre tract of land (by deed) deeded to Forestar(USA) Real Estate Group Inc. as recorded in County Clerk File No. D212079897 of said Official Public Records of Tarrant County, Texas; THENCE South 18 degrees 10 minutes 52 seconds East, with the westerly line of said 246.729 acre tract of land and with the easterly line of said 277.5113 acre tract of land, a distance of 950.14 feet to a 1/2 inch iron rod found for an angle point in the westerly line of said 246.729,said 1/2 inch iron rod also being an angle point in the easterly line of said 277.5113 acre tract of land; THENCE South 41 degrees 15 minutes 46 seconds East, with the westerly line of said 246.729 acre tract of land and with the easterly line of said 277.5113 acre tract of land, a distance of 60.50 feet to the POINT OF BEGINNING of the herein described permanent water facility easement; THENCE North 61 degrees 27 minutes 39 seconds East, a distance of 2.92 feet to a point for corner; THENCE North 71 degrees 41 minutes 40 seconds East, a distance of 502.13 feet to a point for corner; THENCE South 88 degrees 38 minutes 03 seconds East, a distance of 776.48 feet to a point for corner in the most southerly east line of said 246.729 acre tract of land, said point being in the west line of a 7.1343 acre tract of land(by deed) deeded to the Burlington Northern and Santa Fe Railway Company as recorded in Volume 12734, Page 680 of the Deed Records of Tarrant County, Texas; THENCE South 01 degrees 09 minutes 58 seconds West, with the most southerly east line of said 246.729 acre tract of land and with the west line of said 7.1343 acre tract of land, a distance of 30.00 feet to a point for corner, from which a 5/8 inch iron rod with cap stamped "JBM" found for the southeast corner of said 246.729 acre tract of land and Exhibit A Page 1 of 2 being the southwest corner of said 7.1343 acre tract of land bears South 01 degrees 09 minutes 58 seconds West, a distance of 934.63 feet; THENCE North 88 degrees 3 8 minutes 03 seconds West, a distance of 771.3 8 feet to a point for corner; THENCE South 71 degrees 41 minutes 40 seconds West, a distance of 487.31 feet to a point for corner in the westerly line of said 246.729 acre tract of land and being in the easterly line of said 277.5113 acre tract of land; THENCE North 41 degrees 15 minutes 46 seconds West, with the westerly line of said 246.729 acre tract of land and with the easterly line of said 277.5113 acre tract of land, a distance of 32.02 feet to the POINT OF BEGINNING and containing 38,105 square feet or 0.875 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: September 12, 2016 OF T CURTIS SMITH Curtis Smith r':�' 5494 Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT 99B 99 PARCEL No. 12 PE w P.0.C. FND 5/8"IR PORTION OF 277.5113 ACRES (BY DEED) GEORGE MATTHEWS v SURVEY FORESTAR (USA) REAL ESTATE GROUP INC. ERASMUS H. ELKINS C.C.F. No. D212079897 SURVEY < ABSTRACT No. 1078 O.P.R.T.C.T. ABSTRACT No. 487 X DETAIL A tp a w L_2 J. W. HAYNES SURVEY o a ' 50213'.•... ABSTRACT No. 777 I 246.729 ACRES (BY DEED) SAGINAW WATERSBEND LTD., P.O.B. o A TEXAS LIMITED PARTNERSHIP C.C.F. No. D215281476 `\:..::: : 411. O.P.R.T.C.T. FND, SEE PORTION OF FJ�Z ::::::•::::?:•'. ':;:: 30.0'PIPELINE EASEMENT TO 1/21R DETAIL A I "E •::::: :::::::::::::::• 214.228 ACRES BY DEED ,AQ N MOCKINGBIRD PIPELINE, L.P. Q.P. COURTNEY, JR. AND Al .r :•i:::i:iii:::i?i:???:i:' '`✓ C.C.F. No. D2120257087 WILL A. COURTNEY :::•:}::.'•::::`..`::::i1:y` O.P.R.T.C.T. VOLUME 6087, PAGE 434 i .j:::::i:::?y;;r::i?.:;i}" "'(�$7 31 D.R.T.C.T. ✓,� PARTICUARLY DESCRIBED AS A 2.956 :•i :`.?:`•`•`•`•`•`i�'AA ACRE SAVE AND EXCEPT TRACT IN P ...:.. s P.0•B• C.C.F. No. D212079897 O.P.T.C.T. _ - - - - - - - - - - - - - - - - _ — - - - --- � PERMANENT WATER FACILITY EASEMENT — — — — —— — — — — — — — — — — — — — — — 38,105 FT. OR 0.875 ACRES 30.0'PIPELINE EASEMENT TO MOCKINGBIRD PIPELINE, L.P. PORTION OF 277.5113 ACRES (BY DEED) w C.C.F. No. D2120257087 FORESTAR (USA) REAL ESTATE GROUP INC. J O.P.R.T.C.T. C.C.F. No. D212079897 — — O.P.R.T.C.T. — — — — ACQUISITION UNE TABLE En PERMANENT SANITARY SEWER EASEMENT LOCATION LINE BEARING DISTANCE w TO CITY OF FORT WORTH L-1 S 41'15'46"E 60.50' _ C.C.F. No. D203407006 �Z x D.R.T.C.T. L-2 N 61'27'39"E 2.92' o L-3 I N 41-15-46-W 32.02' cr a obi as a� n.7) SUBJECT TRACT & a V) LOCATION OF ACQUISITION NOTES: 100 50 0 100 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET ORT ORT 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL NO. 12 PE CITY PROJ. NO. 002304 .................................... PERMANENT WATER FACILITY EASEMENT DOE NO. 7344 Cu IS SMITH OWNERS: SAGINAW WATERSBEND, LTD. """" ""....I """"' """' SURVEY: GEORGE MATTHEWS SUR. ASST. No. 1078 AND ERASMUS H. ELKINS SUR. ABST. No. 487 ,ppF5494 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 38,105 SQUARE FEET OR 0.875 ACRES S WHOLE PROPERTY ACREAGE: 246.729 ACRES (BY DEED) CURTIS SMITH JOB No. FNI-1501.00 j2RAWN BY: JL I CAD FILE: PAR12–PE–REVI.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 12, 2016 1 EXHIBIT B PAGE 1 OF 3 1 SCALE: 1" = 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 12 PE GEORGE MATTHEWS SURVEY �1 ABSTRACT No. 1078 PERMANENT WATERFACILITY EASEMENT APPROXIMATE LOCATION OF 38,105 FT. OR 0.875 ACRES PERMANENT SANITARY SEWER EASEMENT ' I VOLUME 114120,R PAGEERTH 76 D.R.T.C.T. :�.........•::•.:•.I..•::. ........�.....5..-88_38_03 E 776.48' .....::............ ....................::..................................................... .--.:--...........................--..-,-.......... 1 3 ::•::•:;•......................::. ....:.:::•..::.::::.:::: ::: :•::::::•::::::.....:........::• ......:::;•:::::•:::•::..........:•::•:.....•......: 5 :. �-— rC ��,Ap"E,r:.•:!�:�;:F:;:�:::�:� ::��� N 88'38'03"W 771.38 ——•—-W.�... w A•p N . 'y s'i1,•A1 Imo .- - - - - - -- - - - - - - - - - - - - - _ — [� C1 I CRORSSBTEX NORTH WIDTH PIPELINE TEXAS GATHERING, L.P. J C.C.F. No. D207383705 O.P.R.T.C.T. —APPROXIMATE LOCATION OF' 246.729 ACRES B 30.0' EASEMENT AND ( Y DEED) RIGHT—OF—WAY AGREEMENT SAGINAW WATERSBEND LTD., TO CROSSTEX NORTH TEXAS A TEXAS LIMITED PARTNERSHIP ' GATHERING L.P. C C.C.F. No. D207100799 C.C.F. No. D215281476 O.P.R.T.C.T. O.P.R.T.C.T. \\ \\\ \\ ALOCAT LOCATION \ \ \ \ SUBJECT TRACT & \ LOCATION OF ACQUISITION NOTES: 100 50 0 100 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET 0 ORTLAry Of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2 F rF PARCEL NO. 12 PE CITY PROJ. NO. 002304 L ANENT WATER FACILITY EASEMENT DOE N0. 7344 CURTIS SMIT RS: SAGINAW WATERSBEND, LTD. ..................•••••• Y: GEORGE MATTHEWS SUR. ABST. No. 1078 AND ERASMUS H. ELKINS SUR. ABST. No. 487 p5494 :' TION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ....... MENT ACQUISITION AREA: 38,105 SQUARE FEET OR 0.875 ACRES S E PROPERTY ACREAGE: 246.729 ACRES (BY DEED) CURTIS SMITH o. FNI_1501.00 DRAWN BY: JLC CAD FILE: PAR12—PE—REVI.DWG REGISTERED PROFESSIONAL LAND SURVEYOR SEPTEMBER 12, 2016 EXHIBIT B PAGE 2 OF 3 SCALE: 1" = 100' NO. 5494 TEXAS FIRM No. 10106900 RRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT 99B 99 PARCEL No. 12 PE GEORGE MATTHEWS SURVEY ABSTRACT No. 1078 PERMANENT WATER FACILITY EASEMENT 38,10875 FT. OR 0. 5 ACRES 00 Lo b o0 0 S 88'38_03_E 776.48' cn — —— .........................::................................................................................................ ——•._... ............................................................................................... N 88'38'03"W 771.38' J 3 W J_ ui W LO -- __ — — — — — _ — — — — — — �O u- ^I WFC aM — — — — —" — — — — — — � o¢w z w TRACT ONE V)��-: 190.771 ACRES (BY DEED) '50 a r 0 o COPPER CREEK 232 HOLDINGS, LTD, VARIABLE WIDTH PIPELINE EASEMENT TO i "¢'d z�F-: A TEXAS LIMITED PARTNERSHIP CROSSTEX NORTH TEXAS GATHERING, L.P. I x z� o w o C.C.F. No. D214241317 C.C.F. No. D207383705 Q W-o o O.P.R.T.C.T. O.P.R.T.C.T. I MiE w a.o: of j M z J O 246.729 ACRES (BY DEED) Z' 0 SAGINAW WATERSBEND LTD., Z A TEXAS LIMITED PARTNERSHIP m j C.C.F. No. D215281476 m O.P.R.T.C.T. L m 0 0 N ACQUISITIO LOCATION FND. 5/8"IR WITH CAP STAMPED "JBM" SUBJECT TRACT & LOCATION OF ACQUISITION NOTES: 100 50 0 100 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015, SCALE IN FEET ORT ORT 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2 �,z ��T4.*, PARCEL NO. 12 PE CITY PROJ. NO. 002304 : ............. : ...... .. ....... PERMANENT WATER FACILITY EASEMENT DOE NO. 7344 C RTIS SMIT OWNERS: SAGINAW WATERSBEND, LTD. """" """""""""""""" "' .% 5494 SURVEY: GEORGE MATTHEWS SUR. ABST. No. 1078 AND ERASMUS H. ELKINS SUR. ASST. No. 487 y'':?p� LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 38,105 SQUARE FEET OR 0.875 ACRES S WHOLE PROPERTY ACREAGE: 246.729 ACRES (BY DEED) CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY: JLC CAD FILE. PAR12-PE-REVI.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 12, 2016 1 EXHIBIT B PAGE 3 OF 3 1 SCALE: 1" = 100' INO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 NORTHSIDE 1148 INCH WATER TRANSMISSION MAIN,PHASE 2 PARCEL No. 12 TE DOE No. 7344 9200 WAGLEY ROBERTSON RD. ERASMUS H. ELKINS SURVEY,ABSTRACT No. 487 GEORGE MATTHEWS SURVEY, ABSTRACT No. 1078 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: SAGINAW WATERSBEND, LTD.. GRANTOR'S MAILING ADDRESS (including County): 3045 LACKLAND RD FORT WORTH, TARRANT COUNTY, TX 76116 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the Erasmus H. Elkins Survey, Abstract No. 487 and the George Matthews Survey, Abstract No. 1078, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of a 246.729 acre tract of land (by deed) deeded to Saginaw Watersbend Ltd., as recorded in County Clerk File No. D215281476 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "K and "B. Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". J Temporary Construction Easement 06/15/2016 FORT WORTH, It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of construction of a water line. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 06/15/2016 FORT WORTH. GRANTOR: SAGINAW WATERSBEND, LTD. (Name of person authorized to sign), Title GRANTEE: City of Fort Worth By(Signature): (Print Name) ,Title APPROVED AS TO FORM AND LEGALITY (Signature) (Print Name) , Title ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared " known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas Temporary Construction Easement 06/15/2016 FORT WORTH.. ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20 Notary Public in and for the State of Texas Temporary Construction Easement 06/15/2016 FORT WORTH, NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN,PHASE 2 PARCEL No. 12 TE DOE No. 7344 9200 WAGLEY ROBERTSON RD. ERASMUS H. ELKINS SURVEY,ABSTRACT No. 487 GEORGE MATTHEWS SURVEY, ABSTRACT No. 1078 EXHIBIT "A" Being a temporary construction easement situated in the Erasmus H. Elkins Survey, Abstract No. 487 and the George Matthews Survey, Abstract No. 1078, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of a 246.729 acre tract of land (by deed) deeded to Saginaw Watersbend Ltd., as recorded in County Clerk File No. D215281476 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod found for an angle point in the west line of said 246.729 acre tract of land, said 5/8 inch iron rod being the northeast corner of a 277.5113 acre tract of land (by deed) deeded to Forestar(USA) Real Estate Group Inc. as recorded in County Clerk File No. D212079897 of said Official Public Records of Tarrant County, Texas; THENCE South 18 degrees 10 minutes 52 seconds East, with the westerly line of said 246.729 acre tract of land and with the easterly line of said 277.5113 acre tract of land, a distance of 950.14 feet to a 1/2 inch iron rod found for an angle point in the westerly line of said 246.729, said 1/2 inch iron rod also being an angle point in the easterly line of said 277.5113 acre tract of land; THENCE South 41 degrees 15 minutes 46 seconds East, with the westerly line of said 246.729 acre tract of land and with the easterly line of said 277.5113 acre tract of land, a distance of 92.52 feet to the POINT OF BEGINNING of the herein described temporary construction easement; THENCE North 71 degrees 41 minutes 40 seconds East, a distance of 487.31 feet to a point for corner; THENCE South 88 degrees 38 minutes 03 seconds East, a distance of 771.38 feet to a point for corner in the most southerly east line of said 246.729 acre tract of land, said point being in the west line of a 7.1343 acre tract of land (by deed) deeded to the Burlington Northern and Santa Fe Railway Company as recorded in Volume 12734, Page 680 of the Deed Records of Tarrant County, Texas; THENCE South 01 degrees 09 minutes 58 seconds West, with the most southerly east line of said 246.729 acre tract of land and with the west line of said 7.1343 acre tract of land, a distance of 80.00 feet to a point for corner, from which a 5/8 inch iron rod with cap stamped "JBM" found for the southeast corner of said 246.729 acre tract of land and being the southwest corner of said 7.1343 acre tract of land bears South 01 degrees 09 minutes 58 seconds West, a distance of 854.63 feet; Exhibit A Page 1 of 2 THENCE North 88 degrees 38 minutes 03 seconds West, a distance of 757.79 feet to a point for corner; THENCE South 71 degrees 41 minutes 40 seconds West, a distance of 439.56 feet to a point for corner in the westerly line of said 246.729 acre tract of land and being in the easterly line of said 277.5113 acre tract of land; THENCE North 41 degrees 15 minutes 46 seconds West, with the westerly line of said 246.729 acre tract of land and with the easterly line of said 277.5113 acre tract of land, a distance of 86.88 feet to the POINT OF BEGINNING and containing 98,242 square feet or 2.255 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: September 12, 2016 ��� . OF TF G -9, CURTIS SMITH 5494 Curtis Smith ss; �Fess�o� to Registered Professional Land Surveyor S U <1 No. 5494 Texas Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B !9 PARCEL No. 12 TE P.0.C. FND 5/8'1R p E MATT PORTION OF 277.5113 ACRES (BY DEED) ¢N GEOR SURVEY HEWS FORESTAR (USA) REAL ESTATE GROUP INC. ERASMUS H. ELKINS C.C.F. No. D212079897 SURVEY ABSTRACT No. 1078 O.P.R.T.C.T. ABSTRACT No. 487 N 246.729 ACRES (BY DEED) 0- SAGINAW WATERSBEND LTD., J. W. HAYNES SURVEY I N: A TEXAS LIMITED PARTNERSHIP ABSTRACT No. 777 C.C.F. No. D215281476LD TEMPORARY o O.P.R.T.C.T. i CONSTRUCTION �. EASEMENT 98,242 FT. OR 2.255 ACRES PORTION OF FND. 30.0'PIPELINE EASEMENT TO 214.228 ACRES (BY DEED) 1/21R �I MOCKINGBIRD PIPELINE, L.P. Q.P. COURTNEY, JR. AND S C.C.F. No. D2120257087 WILL A. COURTNEY A �1' ✓"' ""' i.� O.P.R.T.C.T. VOLUME 6087, PAGE 434 ��� + r ' s1 11' .................................r.............. ........... ............. :::.:..:.:...... PARTICUARLY DESCRIBED ASA 2.956 ✓.:•:•::•::::::::::•:•::•:•::•••• ACRE SAVE AND EXCEPT TRACT IN ( r C.C.F. No. D212079897 P.O.B. .... }':,;:;•::.;'.'•:vi ..........i .... ?•.....r�• .... ......:.:..:...• •::r..:•::•::::•.�::....::•:•:::...,....�:•:::� r•:::•:::.•::.......::::.:..:...::::.:•...:.:. - - - - - - - - - - - - - - - - - — - - - -� j• db' �S- '`' 2 'A ' �A0 :::... 30.0'PIPELINE EASEMENT TO MOCKINGBIRD PIPELINE, L.P. w C.C.F. No. D2120257087 z O.P.R.T.C.T. J PORTION OF 277.5113 ACRES (BY DEED) — FORESTAR (USA) REAL ESTATE GROUP INC. o C.C.F. No. D212079897 ACQUISITIO O.P.R.T.C.T. w PERMANENT SANITARY SEWER EASEMENT LOCATIONTO CITY OF FORT WORTH t j C.C.F. No. D203407006 W Z o D. R.T.C.T. � a a m rL CL SUBJECT TRACT & a LOCATION OF ACQUISITION NOTES: 100 50 0 100 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET ORT WORT 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH WATER TRANSMISSION MAIN PHASE 2 �� Orj\SF T PARCEL NO. 12 TE CITY PROJ. NO. 002304 ............................................. TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 CURTIS SMIT OWNERS: SAGINAW WATERSBEND, LTD. """" """" SURVEY: GEORGE MATTHEWS SUR. ABST. No. 1078 AND ERASMUS H. ELKINS SUR. ABST. No. 487 .,paF5494 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS O F, EASEMENT ACQUISITION AREA: 98,242 SQUARE FEET OR 2.255 ACRES WHOLE PROPERTY ACREAGE: 246.729 ACRES (BY DEED) CURTIS SMITH JOB No. FNI-1501.00 IDRAWN BY: JLC CAD FILE: PAR12—TE—REV1.DWG REGISTERED PROFESSIONAL LANDSURVEYOR DATE: SEPTEMBER 12, 2016 EXHIBIT B PAGE 1 OF 3 SCALE: 1" = 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 12 TE I �I GEORGE MATTHEWS SURVEY I I� I ABSTRACT No. 1078 I APPROXIMATE LOCATION OF PERMANENT SANITARY SEWER EASEMENT TEMPORARY I I I TO CITY OF FORT WORTH CONSTRUCTION I VOLUME 14120, PAGE 76 EASEMENT I I I I D.R.T.C.T. 98,242 FT. OR I I I I 2.255 ACRES I I I I S 88'3 8 03 E 7 I I I ::• —— ——— 71.38 ._ — I 1 3 y ..:.:.:::::.:::::::..::::::::::: ::::•::..:::.:::.::::.:.:•::::.:::.::::::.:::..:..:::•:::::•::::..::....::.:::::::.:.:.:.: I As 1 :•:?:' ........................ ......................... r•:.::::.;::•::::•:::::::::::::::::::::::::::•:•::::::::::.:::::::::::::::::::::::•::::::::::•:::.:;.::::::::::::::::•:::::•:::•::•:.:::•::•::::::::::::•::;:::•::•::::•:;::•:•::.:•::•:::•:::•::: :::::•:.:•:...... •:•::•:•..............•.... � k ......... ....................................................:••::•:::•::•::.::;.::;•::;•::;::•;::;:•:::•::•:::•: f :::::•::::.:::::::•:::::•:::•:•::::::::•::::::.:::.:.,.,5 .: .. .......................................................... : : :r " N 88'38'03"W 75 :•_,:.-...:.. i:......•:}`F::4: �i:::::•i:.i::•ii:::•::..:... ••:....... VARIABLE WIDTH PIPELINE EASEMENT TO 7.79 �.....:••.. .................._r• y ' • r; '3•: y' 6+ CROSSTEX NORTH TEXAS GATHERING, L.P. r^: :: ... 3 5 C.C.F. No. D207383705 O.P.R.T.C.T. : ::y'' 'S 246.729 ACRES (BY DEED) I I I I SAGINAW WATERSBEND LTD., I I A TEXAS LIMITED PARTNERSHIP I C.C.F. No. D215281476 I APPROXIMATE LOCATION OF O.P.R.T.C.T. I I RIGHT—OF—WAY AGREEMENT �\ I TO CROSSTEX NORTH TEXAS _ 1 ( GATHERING L.P. \ C.C.F. No. D207100799 \ \ \ \ O.P.R.T.C.T. \ \ \ \ ACQUISITIO \ \ \ \ LOCATION \ \ \ \ SUBJECT TRACT & \ LOCATION OF ACQUISITION NOTES: 100 50 0 100 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. --- 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, "II NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET 0 ORT 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2 �E.. F. T� PARCEL NO. 12 TE CITYPROJ. NO. 002304 ..... ...... ............. TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 CURTI S. .....SMIT. .. .H OWNERS: SAGINAW WATERSBEND, LTD. ••....•• I...... SURVEY: GEORGE MATfHEWS SUR. ABST. No. 1078 AND ERASMUS H. ELKINS SUR. ASST. No. 487 .,po 5494 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS F....... EASEMENT ACQUISITION AREA: 98,242 SQUARE FEET OR 2.255 ACRES S WHOLE PROPERTY ACREAGE: 246.729 ACRES (BY DEED) CURTIS SMITH JOB No. FNI_1501.00 DRAWN BY: JLC CAD FILE: PAR12—TE—REVI.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 12, 2016 1 EXHIBIT B PAGE 2 OF 3 1 SCALE: 1" = 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 12 TE GEORGE MATTHEWS SURVEY ABSTRACT No. 1078 TEMPORARY CONSTRUCTION EASEMENT 98,242 FT. OR 2.255 ACRES 00 Lo o o0 — S 88'38'03"E 771.38' �-- O y 3 to _ W :;: J ¢ W Lo CD M Q Q W.,; ;,;.......s::—•.—::: :::...-....wn.:;......... 3 z� TRACT ONE ............... :.::.:.:r;:: ;.:.•..::;:•:•_:'i_' r:•; � : _;�::: _ Q N¢N 190.771 ACRES (BY DEED) N 88'38'03"W 757.79 o COPPER CREEK 232 HOLDINGS, LTD, Q� VARIABLE WIDTH PIPELINE EASEMENT TO I o ¢-d- A TEXAS LIMITED PARTNERSHIP �y CROSSTEX NORTH TEXAS GATHERING, L.P. W Q p W o C.C.F. No. D214241317 +� C.C.F. No. D207383705 Wo z W o j O.P.R.T.C.T. O.P.R.T.C.T. I N C J o� M d F7 U Z U 246.729 ACRES (BY DEED) W¢M~ SAGINAW WATERSBEND LTD., co Lu ( a A TEXAS LIMITED PARTNERSHIP 3 M o m C. C.F. No. D215281476 _ z J O.P.R.T.C.T. r) "o> o � z o =, N D m ACQUISITIO LOCATION FND. 5/8"IR WITH CAP STAMPED "JBM" SUBJECT TRACT & LOCATION OF ACQUISITION NOTES: 100 50 0 100 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET ORT WORT 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2 ? \�eAl R oF� PARCEL NO. 12 TE CITY PROJ. NO. 002304 TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 OWNERS: SAGINAW WATERSBEND, LTD. CURTIS 4 SURVEY: GEORGE MATTHEWS SUR. ABST. No. 1078 AND ERASMUS H. ELKINS SUR. ABST. No. 487 S � LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 98,242 SQUARE FEET OR 2.255 ACRES S WHOLE PROPERTY ACREAGE: 246.729 ACRES (BY DEED) CURTIS SMITH JOB No. FNI_1501.00 DRAWN BY: JLC CAD FILE: PAR12-TE-REVI.DWG IREGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 12, 2016 1 EXHIBIT B PAGE 3 OF 3 1 SCALE: 1" = 100' IND. 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 13 PE DOE No. 7344 8925 BLUE MOUND ROAD GEORGE MATTHEWS SURVEY, ABSTRACT No. 1078 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: , 2015 GRANTOR: COPPER CREEK 232 HOLDINGS, LP A TEXAS LIMITED PARTNERSHIP GRANTOR'S MAILING ADDRESS (including County): 5055 KELLER SPRINGS ROAD SUITE 545 ADDISON, DALLAS COUNTY, TX 75001 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent water facility easement situated in the George Matthews Survey, Abstract No. 1078, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being out of a 190.771 acre tract of land (by deed) being further described as Tract One and being deeded to Copper Creek 232 Holdings, LP, a Texas Limited Partnership, as recorded in County Clerk File No. D214241317 of the Official Public Records of Tarrant County, Texas, said permanent water facility easement being more particularly described in Exhibits A and B: Permanent Water Facility Easement Rev.05112/2010 Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor(1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. Permanent Water Facility Easement Rev.05/12/2010 GRANTOR: COPPER CREEK 232 GRANTEE: City of Fort Worth HOLDINGS, LP A TEXAS LIMITED PARTNERSHIP By: Jesus J. Chapa Assistant City Manager (name of person authorized to sign), Title APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.05/12/2010 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20® Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.05/12/2010 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 13 PE DOE No. 7344 8925 BLUE MOUND ROAD GEORGE MATTHEWS SURVEY, ABSTRACT No. 1078 EXHIBIT "A" Being a permanent water facility easement situated in the George Matthews Survey, Abstract No. 1078, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being out of a 190.771 acre tract of land (by deed) being further described as Tract One and being deeded to Copper Creek 232 Holdings, LP, a Texas Limited Partnership, as recorded in County Clerk File No. D214241317 of the Official Public Records of Tarrant County, Texas, said permanent water facility easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "Goodwin & Marshall" found for an exterior ell corner in the west line of said 190.771 acre tract of land, said 1/2 inch iron rod with cap stamped "Goodwin & Marshall" being the southwest corner of a 5.439 acre tract of land (by deed) being further described as Drilling Pad Site Tract 3 and being deeded to Liberty Crossing Land LP as recorded in County Clerk File No. D203234393 of said Official Public Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Goodwin & Marshall" also being in the east line of a tract of land deeded to Gulf, Colorado and Santa Fe Railway as recorded in Volume 44, Page 395 of the Deed Records of Tarrant County, Texas, from which a 1/2 inch iron rod with cap stamped "Goodwin & Marshall" found for corner in the west line of said 190.771 acre tract of land bears South 88 degrees 45 minutes 40 seconds East, a distance of 54.42 feet, said 1/2 inch iron rod with cap stamped "Goodwin & Marshall" being a corner in the south line of said 5.439 acre tract of land; THENCE South 01 degrees 09 minutes 05 seconds West, with the west line of said 190.771 acre tract of land and with the east line of said Gulf, Colorado and Santa Fe Railway tract of land, a distance of 84.39 feet to the POINT OF BEGINNING of the herein described permanent water facility easement; THENCE South 88 degrees 38 minutes 03 seconds East, a distance of 50.73 feet to a point for the beginning of a non-tangent curve to the left having a radius of 1005.69 feet, a central angle of 51 degrees 18 minutes 14 seconds and whose chord bears North 65 degrees 42 minutes 32 seconds East, a distance of 870.73 feet; THENCE with said non tangent curve to the left, an arc length of 900.52 feet to a point for corner; THENCE North 40 degrees 03 minutes 25 seconds East, a distance of 1007.34 feet to a point for corner in a northeasterly line of said 190.771 acre tract of land, said point being in a southwesterly line of a 66.634 acre tract of land (by deed) being further described as Tract 1 and being deeded to Copper Creek Partners L.P., a Texas Limited Partnership Exhibit A Page 1 of 2 as recorded in County Clerk File No. D214240320 of said Official Public Records of Tarrant County, Texas; THENCE South 49 degrees 56 minutes 50 seconds East, with a northeasterly line of said 190.771 acre tract of land and with a southwesterly line of said 66.634 acre tract of land, a distance of 30.00 feet to a point for corner; THENCE South 40 degrees 03 minutes 25 seconds West, a distance of 1007.34 feet to a point for the beginning of a curve to the right having a radius of 1035.69 feet, a central angle of 51 degrees 18 minutes 14 seconds and whose chord bears South 65 degrees 42 minutes 32 seconds West, a distance of 896.71 feet; THENCE with said curve to the right, an arc length of 927.38 feet to a point for corner; THENCE North 88 degrees 38 minutes 03 seconds West, a distance of 50.62 feet to a point for corner in the west line of said 190.771 acre tract of land, said point being in the east line of said Gulf, Colorado and Santa Fe Railway tract of land, from which a 1/2 inch iron rod found for the southwest corner of said 190.771 acre tract of land bears South 01 degrees 09 minutes 05 seconds West, a distance of 824.01 feet; THENCE North 01 degrees 09 minutes 05 seconds East, with the west line of said 190.771 acre tract of land and with the east line of said Gulf, Colorado and Santa Fe Railway tract of land, a distance of 30.00 feet to the POINT OF BEGINNING and containing 59,159 square feet or 1.358 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: October 5, 2015 OF T CURTIS SMITH Curtis Smith r'.° 5494 1Z Registered Professional Land Surveyor °F �P o No. 5494 S U 0 Texas Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 13 PE 5.439 ACRES (BY DEED) DRILLING PAD SITE TRACT 3 LIBERTY CROSSING LAND, LP C.C.F. No. D203234393 O.P.R.T.C.T. W a P.0.C. Q wN I 1/2"IR W/ CAP STAMPED GOD WIN & MARSHALL el z� S 88'45'40"E 5 SVRVE l r.::2::::.. CV v� 54.42' QQ. P` NEW 0�$ :::`: :; _ ✓. o a.4. 1/2-IR W/ CAP STAMPED R(jfG M G� /: :}iiirY?ii3i Ctii i'� � I GOODWIN & MARSHALL GV-0 `RP .......NIB oO ago P.0.B. ....... ?,::•:::.,:::• U� U E, S 88'3803E � ...-:r'?:::::;::::•::::�::•:::::�:::::::::::.::::.:,- 50.73 . .................................................. ....,. .`:.�-.:•:—•<:.. ............ .....................iici:is^.iv:�......:iibi::?c...... �'�• :..'..° ._..' _ FACILITY EASEMENT - ::•.::•::•::.:;::•::•::::.:::•;::.::::::::::. .... r.• 59,159 FT. OR 1.358 ACRES 0 0 ( N 88'38'03"W TRACT ONE 0)0 50.62' 0 6 . 190.771 ACRES (BY DEED) 0 0 COPPER CREEK 232 HOLDINGS, LP, z co A TEXAS LIMITED PARTNERSHIP C.C.F. No. D214241317 ACQUISITION N O.P.R.T.C.T. LOCATION o 0 o I —VARIABLE WIDTH PIPELINE EASEMENT TO � I+ CROSSTEX NORTH TEXAS GATHERING, L.P. C.C.F. No. D207394265 SUBJECT TRACT & O.P.R.T.C.T. LOCATION OF ACQUISITION CURVE TABLE t-� CURVE RADIUS DELTA BEARING CHORD ARC C-1 1005.69' 51'18-'-14"- N 65'42'32"E 870.73' 900.52' C-2 1035.69' 51'18'14" S 65'42'32"W 896.71' 927.38' FND 1/2"IR NOTES: 100 50 0 100 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, I NEW= NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET ORT WORT City O F Orth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48—INCH OF WATER TRANSMISSION MAIN, PHASE 2 Al P� PARCEL NO. 13 PE CITY PROJ. NO. 002304 PERMANENT WATER FACILITY EASEMENT DOE NO. 7344 CURU' .R' _..TISS.....SMIT-.........H ....... _ OWNERS: CAPPER CREEK2 HOLDINGS, LP,_A TEXAS LIMITED PARTNERSHIP """' ' " """""4 ' """"' SURVEY: GEORGE MATTHEWS SURVEY, ABSTRACT No. 1078 `,ppF5494� LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS <1 EASEMENT ACQUISITION AREA: 59,159 SQUARE FEET OR 1.358 ACRES S WHOLE PROPERTY ACREAGE: 190.771 ACRES BY DEED) CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY: RCS CAD FILE: PAR13—PF.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCTOBERS, 2015 1 EXHIBIT B PAGE 1 OF 3 1 SCALE: 1' = 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 EXHIBIT "B MATCHLINE "B" PARCEL No. 13 PE .............. : ::: llvos js GECR�E M pGS N° 1 o : >. ......... TRACT ONE .... 190.771 ACRES (BY DEED) COPPER CREEK 232 HOLDINGS, LP, A TEXAS LIMITED PARTNERSHIP ... C.C.F. No. D214241317 O.P.R.T.C.T. PERMANENT WATER ... FACILITY EASEMENT ACQUISITION 59,159 FT. OR LOCATION 1.358 ACRES ......;; ,.�+ SUBJECT TRACT & _ .,:yry LOCATION OF ACQUISITION G' .; ..;,.. :! CURVE TABLE 71 , CURVE RADIUS DELTA BEARING CHORD ARC C-1 1005.69' 51'18'14" N 65'42'32"E 870.73' 900.52' C-2 1035.69' 51'18'14" S 65'42'32"W 896.71' 1 927.38' NOTES: 100 50 0 100 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET ORT ORTCity of Fort w- - orti iAr 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2 �....off• TF �P:• � S TE;"�,v PARCEL NO. 13 PE CITY PROJ. NO. 002304 PERMANENT WATER FACILITY EASEMENT DOE NO. 7344CURTIS S�.•••.•�•.•••.•••••— ••.•.••••••• 1 MIT OWNERS: COPPER CREEK 232 HOLDINGS, LP, A TEXAS LIMITED PARTNERSHIP �'.. 5494 SURVEY: GEORGE MATTHEWS SURVEY, ABSTRACT No. 1078 "Y '•.of LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 59,159 SQUARE FEET OR 1.358 ACRES S WHOLE PROPERTY ACREAGE: 190.771 ACRES (BY DEED) CURTIS SMITH JOB No. FNI-1501.00 I DRAWN BY: RCS I CAD FILE: PAR13—PE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCTOBER 5, 2015 1 EXHIBIT B PAGE 2 OF 3 1 SCALE: 1' = 100' IND. 5494 TEXAS FIRM No. 10106900 GORRONDONA k ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 13 PE TRACT 1 66.634 ACRES (BY DEED) COPPER CREEK PARTNERS L.P., A TEXAS LIMITED PARTNERSHIP C.C.F. No. D214240320 O.P.R.T.C.T. . S�RVE`l �NE`NS p�S S 49'56'50"E GEORGE RPC No. 30.00' TRACT ONE 190.771 ACRES (BY DEED) COPPER CREEK 232 HOLDINGS, LP, A TEXAS LIMITED PARTNERSHIP ` ; C.C.F. No. D214241317 ;::::::: O.P.R.T.C.T. PERMANENT WATER ACQUISITION FACILITY EASEMENT 43�f;::q:;: :':Jri� LOCATION 59,159 FT. OR 1.358 ACRES ?; `:dry SUBJECT TRACT & LOCATION OF ACQUISITION MA T CHLINE "B" NOTES: 100 50 0 100 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET ORT WORT % of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NOR THSIDE II 48-INCH O F T WATER TRANSMISSION MAIN, PHASE 2 PARCEL NO. 13 PECITY PROJ. NO. 002304 PERMANENT WATER FACILITY EASEMENT DOE NO. 7344 CURTIS SMITH OWNERS: COPPER CREEK 232 HOLDINGS, LP, A TEXAS LIMITED PARTNERSHIP SURVEY: GEORGE MATrHEWS SURVEY, ABSTRACT No. 1078 f o 5494 : LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ''��.....• �� EASEMENT ACQUISITION AREA: 59,159 SQUARE FEET OR 1.358 ACRES S U WHOLE PROPERTY ACREAGE: 190.771 ACRES (BY DEED) CURTIS SMITH JOB No. FNI-1501.00 I DRAWN BY: RCS CAD FILE PAR13—PE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCTOBER 5, 2015 1 EXHIBIT B PAGE 3 OF 3 SCALE: 1" = 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONOONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 13 TE DOE No. 7344 8925 BLUE MOUND ROAD GEORGE MATTHEWS SURVEY, ABSTRACT No. 1078 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: , 2015 GRANTOR: COPPER CREEK 232 HOLDINGS,LP A TEXAS LEMTED PARTNERSHIP GRANTOR'S MAILING ADDRESS (including County): 5055 KELLER SPRINGS ROAD SUITE 545 ADDISON,DALLAS COUNTY,TX 75001 GRANTEE: CITY OF FORT WORTH GRANTOR'S MAILING ADDRESS (including County): PO BOX 1779 FORT WORTH,TARRANT COUNTY,TX 76101-1779 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the George Matthews Survey, Abstract No. 1078, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of a 190.771 acre tract of land (by deed) being further described as Tract One and being deeded to Copper Creek 232 Holdings, LP, a Texas Limited Partnership, as recorded in County Clerk File No. D214241317 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 03/09+2015 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of water line construction. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 03/09/2015 GRANTOR: COPPER CREEK 232 GRANTEE: City of Fort Worth HOLDINGS,LP A TEXAS LIMITED PARTNERSHIP By: Jesus J. Chapa Assistant City Manager (name of person authorized to sign),Title APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas f' Temporary Constniction Easement 03,'09/2015 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_. Notary Public in and for the State of Texas Temporary Construction Easement 03/09/2015 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 13 TE DOE No. 7344 8925 BLUE MOUND ROAD GEORGE MATTHEWS SURVEY, ABSTRACT No. 1078 EXHIBIT "A" Being a temporary construction easement situated in the George Matthews Survey, Abstract No. 1078, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of a 190.771 acre tract of land (by deed) being further described as Tract One and being deeded to Copper Creek 232 Holdings, LP, a Texas Limited Partnership, as recorded in County Clerk File No. D214241317 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "Goodwin & Marshall" found for an exterior ell corner in the west line of said 190.771 acre tract of land, said 1/2 inch iron rod with cap stamped "Goodwin & Marshall" being the southwest corner of a 5.439 acre tract of land (by deed) being further described as Drilling Pad Site Tract 3 and being deeded to Liberty Crossing Land LP as recorded in County Clerk File No. D203234393 of said Official Public Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Goodwin & Marshall" also being in the east line of a tract of land deeded to Gulf, Colorado and Santa Fe Railway as recorded in Volume 44, Page 395 of the Deed Records of Tarrant County, Texas, from which a 1/2 inch iron rod with cap stamped "Goodwin & Marshall" found for corner in the west line of said 190.771 acre tract of land bears South 88 degrees 45 minutes 40 seconds East, a distance of 54.42 feet, said 1/2 inch iron rod with cap stamped "Goodwin & Marshall" being a corner in the south line of said 5.439 acre tract of land; THENCE South 01 degrees 09 minutes 05 seconds West, with the west line of said 190.771 acre tract of land and with the east line of said Gulf, Colorado and Santa Fe Railway tract of land, a distance of 114.39 feet to the POINT OF BEGINNING of the herein described temporary construction easement; THENCE South 88 degrees 38 minutes 03 seconds East, a distance of 50.62 feet to a point for the beginning of a non-tangent curve to the left having a radius of 1035.69 feet, a central angle of 51 degrees 18 minutes 14 seconds and whose chord bears North 65 degrees 42 minutes 32 seconds East, a distance of 896.71 feet; THENCE with said non tangent curve to the left, an arc length of 927.38 feet to a point for corner; Exhibit A Page 1 of 3 THENCE North 40 degrees 03 minutes 25 seconds East, a distance of 1007.34 feet to a point for corner in a northeasterly line of said 190.771 acre tract of land, said point being in a southwesterly line of a 66.634 acre tract of land (by deed) being further described as Tract 1 and being deeded to Copper Creek Partners L.P., a Texas Limited Partnership as recorded in County Clerk File No. D214240320 of said Official Public Records of Tarrant County, Texas; THENCE South 49 degrees 56 minutes 50 seconds East, with a northeasterly line of said 190.771 acre tract of land and with a southwesterly line of said 66.634 acre tract of land, a distance of 65.42 feet to a point for corner; THENCE North 85 degrees 03 minutes 10 seconds East, with a northeasterly line of said 190.771 acre tract of land and with a southwesterly line of said 66.634 acre tract of land, a distance of 14.14 feet to a point for corner; THENCE South 49 degrees 56 minutes 50 seconds East, with a northeasterly line of said 190.771 acre tract of land and with a southwesterly line of said 66.634 acre tract of land, a distance of 4.58 feet to a point for corner; THENCE South 40 degrees 03 minutes 25 seconds West, a distance of 1017.34 feet to a point for the beginning of a non-tangent curve to the right having a radius of 1115.50 feet, a central angle of 51 degrees 18 minutes 51 seconds and whose chord bears South 65 degrees 42 minutes 32 seconds West, a distance of 965.99 feet; THENCE with said curve to the right, an are length of 999.04 feet to a point for corner; THENCE North 88 degrees 38 minutes 03 seconds West, a distance of 50.32 feet to a point for corner in the west line of said 190.771 acre tract of land, said point being in the east line of said Gulf, Colorado and Santa Fe Railway tract of land, from which a 1/2 inch iron rod found for the southwest corner of said 190.771 acre tract of land bears South 01 degrees 09 minutes 05 seconds West, a distance of 744.01 feet; THENCE North 01 degrees 09 minutes 05 seconds East, with the west line of said 190.771 acre tract of land and with the east line of said Gulf, Colorado and Santa Fe Railway tract of land, a distance of 80.00 feet to the POINT OF BEGINNING and containing 161,791 square feet or 3.714 acres of land, more or less. Exhibit A Page 2 of 3 Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: October 5, 2015 OF _ �r CURTIS SMITH Curtis Smith 5494 SPO Registered Professional Land Surveyor `��`' No. 5494 S U R Texas Firm No. 10106900 Exhibit A Page 3 of 3 EXHIBIT "B " PARCEL No. 13 TE 5.439 ACRES (BY DEED) DRILLING PAD SITE TRACT 3 LIBERTY CROSSING LAND, LP TEMPORARY C.C.F. No. D203234393 CONSTRUCTION w } I o.P.R.r.C.T..c.T. EASEMENT 3 r� I P.0.C. 161,791 FT. OR 1/2-IR W/ CAP STAMPED 3.714 ACRES aJ GOODWIN k MARSHALL SYS nQ F: S 88 54.42"E NEw 5 5 18 f ::;:%%':.•'.::`::!? za ~ 1/2-IR W/ CAP STAMPED GE MP�� N° 10 :;: r:r. :'-4;:;;:`: i;;i:'`Ft•>.;.... o�� I GOODWIN k MARSHALL GEO PBSjRPC ': :[: : ,n. ./!:•::iiia::iir:....:..:.:. :::. J o m I �:iisit;ti:`i::;:;iiiit;iti[fSi:??iii;:ri�Fi i`G{`::{:(:}i:Ci:i::• P.O.B. -r:•::•::..:::•::::•.:.:::::..::::.:. o :: • ..:.................................................................. LZ S 88'38'03"E ..,-...:::•::::: :•::.::.:.::::..::::::::::.:..::::.:::...:.::..::..:..::.::::..:::.. .� :::::::::: ...: ............... .................. . . . . ......:•:::::•::.:.:::: ......s 50.62 ....... ....r..-.:.-•.r•:.."'4:•:?......:::it:i::s:: s:;;i�;..............: ;•}::;;::::i it:;ti: r :;......r;;}i;::i:}i:::::::::.. :::•::✓ p' p i:::: '? ` � i .............: :: :: : . O0 ia:: : :.' ::: p -;I;- ........................ i ':?a(.'.i! i.;i,i7i' �:C ; is?':is?:;:?iF:i`:.:.{{:;:(;::';��ii:iGO s-?)i:'}'):fir:,�)?;i?i :;`ii::i:i�� 'ii'2:y y ....., may:.. ................ z :3:i:.:::ci7: .:i• ••:. . ... ilii&�j; i:�:r'�"'•"� I TRACT ONE ACQUISITION N 88.38-03-W 190.771 ACRES (BY DEED) LOCATION 50.32' COPPER CREEK 232 HOLDINGS, LP, A TEXAS LIMITED PARTNERSHIP o. I IVARIABLE WIDTH PIPELINE EASEMENT TO C.C.F. N0. D214241317 opo CROSSTEX NORTH TEXAS GATHERING, L.P. D•P•R•T•C•T• o ( C.C.F. No. D207394265 SUBJECT TRACT & Or, o.P.R.T.c.T. LOCATION OF ACQUISITION V CURVE TABLE —j CURVE RADIUS DELTA BEARING CHORD ARC C-1 1035.69' 51'18'14" N 65'42'32"E 896.71' 927.38' C-2 1115.50' 51'18'51" S 65'42'32"W 1 965.99' 999.04' FND 1/2"IR NOTES: 100 50 0 100 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET ®Al ®AiCity of Fort WO-wth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE If 48—INCH WATER TRANSMISSION MAIN, PHASE 2 STT� PARCEL NO. 13 TE CITY PROD. NO. 002304 TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 ,....•................ ....... CURTIS SMI OWNERS: COPPER CREEK 232 HOLDINGS, LP, A TEXAS LIMITED PARTNERSHIP "...... ' SURVEY: GEORGE MATIHEWS SURVEY, ABSTRACT No. 1078 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 161,791 SQUARE FEET OR 3.714 ACRES WHOLE PROPERTY ACREAGE: 190.771 ACRES (BY DEED) CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY: RCS I CAD FILE: PAR 13-TE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCTOBER 5, 2015 I EXHIBIT B PAGE 1 OF 3 1 SCALE: 1' = 100' INO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT 19B " MATCHLINE "B" PARCEL No. 13 TE 5 SURVEY ' :-> .?........... ORC N ..... GE A8 SRP sr � <<;' �`:y„,ec . ...............:>.:;: ............ �o .......... TEMPORARY ? .::;::.......................... /15 O CONSTRUCTION ';::•:.::;;:•:: ;;:2:.;::::::::::` p¢ EASEMENT : :; :':'::::;::.::`` co 161,791 FT. OR ;?:........::;`•: ::::'::; :� v 3.714 ACRES : :'•:::: :;:::?:::%:i:::c .. •:;:; TRACT ONE C :: 190.771 ACRES (BY DEED) " ............. ........... COPPER CREEK 232 HOLDINGS, LP, A TEXAS LIMITED PARTNERSHIP C.C.F. No. D214241317 :: 0.P.R.T.C.T. ACQUISITION LOCATION r.!ci:.......... (' ?i:}:�:;:??:: riiiiil}'iili;C:isi::ti?isX. : . .................:; :_ : ::::::: ti SUBJECT TRACT & ....................� � LOCATION OF ACQUISITION CSI :;.:z>: ..... CURVE TABLE CURVE RADIUSDELTA BEARING CHORD ARC C-1 1035.69' 51'18'14" N 65'42'32"E 896.71' 927.38' C-2 1115.50' 51'18'51" S 65'42'32"W 965.99' 999.04' NOTES: 100 50 0 100 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. —� 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET SRT WORTHCity of 1"-ort- Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48—INCH OF WATER TRANSMISSION MAIN, PHASE 2 P�.......... \S � PARCEL NO. 13 TE CITYPROJ. NO. 002304 �r TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 w..,.."""".w.....""""�"",....... CURTIS SMITH OWNERS: COPPER CREEK 232 HOLDINGS, LP, A TEXAS LIMITED PARTNERSHIP SURVEY: GEORGE MATTHEWS SURVEY, ABSTRACT No. 1078 ` poF5494 LOCATION: CIN OF FORT WORTH, TARRANT COUNTY, TEXAS ...• EASEMENT ACQUISITION AREA: 161,791 SQUARE FEET OR 3.714 ACRES S WHOLE PROPERTY ACREAGE: 190.771 ACRES (BY DEED) CURTIS SMITH JOB No. FNI_1501.00 DRAWN BY: RCS CAD FILE PAR13—TF.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE OCTOBER 5, 2015 EXHIBIT B PAGE 2 OF 3 SCALE: 1" = 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 EXHIBIT "B 99 TRACT 1 PARCEL No. 13 TE 66.634 ACRES (BY DEED) COPPER CREEK PARTNERS L.P., A TEXAS LIMITED PARTNERSHIP C.C.F. No, D214240320 LINE TABLE O,P.R,T.C.T. LINE BEARING DISTANCE L-1 S 49'56'50"E 65.42' L-2 L-2 N 85'03'10"E 14.14' �� r L-3 L-3 S 49'56'50"E 4.58' '�,ryf5 0?0- MPCU N° f .;.:?::'`:..` :;' : TRACT ONE 190.771 ACRES (BY DEED) ................. COPPER CREEK 232 HOLDINGS, LP, . ».'c? .. '.':. A TEXAS LIMITED PARTNERSHIP .: : :...........:::'."":` C.C.F. No. D214241317 ........ O.P.R.T.C.T. g%`f" . :? .i.`; :: ;: : C�A'fr. TEMPORARY •p'� /' :.:'.': ..'>.. '.:.''; �p ACQUISITION CONSTRUCTION pQ /':' ? '•::?:;`:;:: :':'>.:<:? .: i:' LOCATION EASEMENT .:`.::: :;:`..... 5 .<..?r.'• �� 161,791 FT. OR /.:::.: _:":;:;":`:.'• :: ::':::;::. 3.714 ACRES / ..:. . . ?:.. '..;' ;: p ........... SUBJECT TRACT & ... .= <` := LOCATION OF ACQUISITION ' .' ! ................................... MATCHLINE "B" NOTES: 100 50 0 100 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET ®rr ®111 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48--INCH OF WATER TRANSMISSION MAIN, PHASE 2 �P..���S rE�;�•.�9 PARCEL NO. 13 TE CITY PROD. NO. 002304 �;` tP LEASEMENT ORARY CONSTRUCTION EASEMENT DOE N0. 7344 �� �_............. ... _ CURTIS SMIT RS: COPPER CREEK 232 HOLDINGS, LP, A TEXAS LIMITED PARTNERSHIP Y: GEORGE MATTHEWS SURVEY, ABSTRACT No. 1078 . po 5494 TION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: 161,791 SQUARE FEET OR 3.714 ACRES S E PROPERTY ACREAGE: 190.771 ACRES (BY DEED CURTIS SMITH o. FNL1501.00 DRAWN BY: RCS ICAD FILE: PAR13—TE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCTOBER 5, 2015 EXHIBIT B PAGE 3 OF 3 SCALE: 1" = 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 14 PE DOE No. 7344 9520 BLUE MOUND ROAD JOSIAH WALKER SURVEY, ABSTRACT No. 1600 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: , 2015 GRANTOR: MIKE FRITCHEN, BENJAMIN FRITCHEN and GARY FRITCHEN GRANTOR'S MAILING ADDRESS (including County): 14108 CAROL WAY, NEWARK, TARRANT COUNTY, TX 76071-8929 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent water facility easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being out of a 14.343 acre tract of land (by deed) deeded to Mike Fritchen, Benjamin Fritchen and Gary Fritchen as recorded in County Clerk File No. D206033231 of the Official Public Records of Tarrant County, Texas, said permanent water facility easement being more particularly described in Exhibits "A" and «B, Permanent Water Facility Easement Rev.05/12/2010 Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. Permanent Water Facility Easement Rev.05/12/2010 GRANTORS: MIKE FRITCHEN, GRANTEE: City of Fort Worth BENJAMIN FRITCHEN, GARY FRITCHEN MIKE FRITCHEN Jesus J. Chapa Assistant City Manager BENJAMIN FRITCHEN APPROVED AS TO FORM AND LEGALITY GARY FRITCHEN Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20^ Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.05/12/2010 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.05/12/2010 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20^ Notary Public in and for the State of Texas F, Permanent Water Facility Easement Rev.05/12/2010 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN,PHASE 2 PARCEL No. 14 PE DOE No. 7344 9520 BLUE MOUND ROAD JOSIAH WALKER SURVEY, ABSTRACT No. 1600 EXHIBIT "A" Being a permanent water facility easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being out of a 14.343 acre tract of land (by deed) deeded to Mike Fritchen, Benjamin Fritchen and Gary Fritchen as recorded in County Clerk File No. D206033231 of the Official Public Records of Tarrant County, Texas, said permanent water facility easement being more particularly described by metes and bounds as follows: COMMENCING at a 1 inch iron rod found for the northwest corner of said 14.343 acre tract of land, said 1 inch iron rod being a corner in the east right-of-way line of Blue Mound Road (FM 156, a variable width right-of-way), said 1 inch iron rod also being the northwest corner of a 30.0' Wide Permanent Utility Easement granted to the City of Fort Worth for a water main recorded in Volume 10428, Page 810 of the Deed Records of Tarrant County, Texas, from which a point for the southwest corner of Lot 1, Block 1 of Williamson-Dickie Distribution Center Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 906 of the Plat Records of Tarrant County, Texas bears North 89 degrees 55 minutes 45 seconds East, a distance of 30.00 feet, said point being a corner in the east right-of-way line of said Blue Mound Road (FM 156); THENCE South 00 degrees 34 minutes 18 seconds East, with the east right-of-way line of said Blue Mound Road (FM 156), with the west line of said 14.343 acre tract of land and with the west line of said 30.0' Wide Permanent Utility Easement, a distance of 224.95 feet to a the POINT OF BEGINNING of the herein described permanent water facility easement; THENCE North 89 degrees 47 minutes 30 seconds East, a distance of 491.51 feet to a point for corner in the east line of said 14.343 acre tract of land, said point being in the west line of a 58.3108 acre tract of land (by deed) deeded to Williamson Dickie Manufacturing Company as recorded in Volume 10931, Page 1915 of said Deed Records of Tarrant County, Texas, from which a 1/2 inch iron rod with cap "illegible" found for the northeast corner of said 14.343 acre tract of land and for the northwest corner of said 58.3108 acre tract of land bears North 00 degrees 03 minutes 41 seconds West, a distance of 223.76 feet, said 1/2 inch iron rod with cap "illegible" being in the south line of said Lot 1; THENCE South 00 degrees 03 minutes 41 seconds East with the east line of said 14.343 acre tract of land and with the west line of said 58.3108 acre tract of land, a distance of 30.00 feet to a point for corner; Exhibit A Page 1 of 2 THENCE South 89 degrees 47 minutes 30 seconds West, a distance of 491.24 feet to a point for corner in the west line of said 14.343 acre tract of land, said point being in the east right-of-way line of said Blue Mound Road (FM 156), said point also being in the west line of said 30.0' Permanent Utility Easement; THENCE North 00 degrees 34 minutes 18 seconds West, with the west line of said 14.343 acre tract of land, with the east right-of-way line of said Blue Mound Road (FM 156), and with the west line of said 30.0' Permanent Utility Easement, a distance of 30.00 feet to the POINT OF BEGINNING and containing 14,741 square feet or 0.338 acres of land, of which 900 square feet or 0.021 acres of land lies within said 30' Permanent Utility Easement, leaving a net area of 13,841 square feet or 0.317 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: October 1, 2015 OF T CURTIS SMITH Curtis Smith r .O 5494 Registered Professional Land Surveyor ��;o�esS�°`�P 1� No. 5494 S Texas Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " P.A.R EL No.I 14 PE ACQUISITION \ CHANNEL EI'ASEMENT TO LOCATION 5.0' UTILITY EASEMENT I STATE TEXAS CABINET A, SLIDE 906 VOLUME 328 , PAGE 328 SUBJECT TRACT & P.R.T.C.T. \ D.R.T.C.T. LOCATION OF ACQUISITION I \ LOT 1, BLOCK 1 15' X 25' ITY ]AMS ON—DICKIE DISTRIBUTION UTILITY EASEMENT \ CENTER ADDITION CABINET A, SLIDE 906 CABINET A, SLIDE 906 P.R.T.C.T. P.0•C. N 89'55'45"E \� v .691 ACRES (BY DEED) FN D 1"IRF I 30.00l MINT CREEK LTD 1 ' O.P.R.T.C.T. I I LO 30.0' PERMANENT NI+1 JOSIAH WALKER SURVEY UTILITY EASEMENT I ABSTRACT No. 1600 WATER MAIN cv I THE CITY OFWORTH w 4.691 ACRES (BY DEED) VOLUME 0RT 10428, PAGE 810 I PERMANENT WATER COMMERCIAL TRACT i D.R.T.C.T. M I FACILITY EASEMENT LIBERTY CROSSING COMMERCIAL LP I o I 13,841 SQ. FEET OR C.C.F. No. D203234395 v� I 0.317 ACRES (NET) O.P.R.T.C.T. 15.0' PERMANENT UTILITY F EASEMENT SANITARY SEWER MAIN W THE CITP.O.B.Y OF FORT WORTH P VOLUME 10428, PAGE 805 N 89'47'30"E 491.51' D.R.T.C.T. __ _ mr...r............. `, I N 00-34'18"W Sm'i .... r:T..i :�?�� i: .:':; :?;':::':::'`::;' ,..�. �+ HERITAGE TRACE PARKWAY 30.00' (A 130' WIDE RIGHT—OF—WAY) ko — S. 89'47'30"W, 491.24'::'•. [V 14.343 ACRES (BY DEED) u- oMIKE FRITCHEN, BENJAMIN " I I FRITCHEN AND GARY Q � I I FRITCHEN 4.989 ACRES (BY DEED) w c m I C.C.F. NO. D206033231 COMMERCIAL TRACT 2 r I O.P.R.T.C.T. LIBERTY CROSSING COMMERCIAL LP Z 3 C.C.F. No. D203231395 XiJ I 0.P.R.T.C.T. o K =O m IL a a � GEORGE MATTHEWS SURVEY ? s I I ABSTRACT No. 1078 m I I NOTES: I I 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. I I 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 1 QQ 50 0 1 00 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET ORTWORT City of Fort Wort 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH 0.. �... T WATER TRANSMISSION MAIN, PHASE 2 `4R- � PARCEL NO. 14 PE CITY PROJ. NO. 002304 PERMANENT WATER FACILITY EASEMENT I DOE NO. 7344CURTIS SMIT IS SMIT OWNERS: MIKE FRITCHEN, BENJAMIN FRITCHEN AND GARY FRITCHEN - SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 pOF5494 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 13,841 SQUARE FEET OR 0.317 ACRES (NET) S WHOLE PROPERTY ACREAGE: 14.343 ACRES (BY DEED) CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY: JLC TUD FILE: PAR14—PEDWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCTOBER 1, 2015 1 EXHIBR B PAGE 1 OF 2 SCALE: 1" 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 EXHIBIT 99B " PARCEL No. 14 PE ACQUISITION LOCATION LOT 1, BLOCK I SUBJECT TRACT & FLOODWAY EASEMENT— WILMMSON—DICKIE DISTRIBUTION LOCATION OF ACQUISITION CABINET A, SLIDE 906 CENTER ADDITION P.R.T.C.T.C.T. CABINET A, SLIDE 906 P.R.T•C•T. FND. 1/2"IRF WITH CAP "ILLEGIBLE" n ri N 14.343 ACRES (BY DEED) SVR�E MIKE FRITCHEN,FRITCHEN BENJAMIN 7- N W p�KNo boa w AND GARY FRITCHEN o C.C.F. No. D206033231 z O.P.R.T.C.T. N V N 89"47'30rE 4.91.51' 58.3108 ACRES (BY DEED) WILLIAMSON DICKIE -- -- -- -- -- MANUFACTURING COMPANY r r 03 VOLUME 10931 PAGE 1915 S00' 41E !1! ' D.R.T.C.T. ... .... .......... 30.0038924' PERMANENT WATER FACILITY EASEMENT 13,841 SQ. FEET OR 0.317 ACRES (NET) NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE �� 50Q� SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET ORT ORT f Forth 1000 THROCKMORTON STREET " FORT WORTH, TEXAS 76102 NORTHSIDE II 48—INCH of WATER TRANSMISSION MAIN, PHASE 2 T� PARCEL NO. 14 PE CITY PROJ. NO. 002304 co P��G��eRFo PERMANENT WATER FACILITY EASEMENT DOE NO. 7344 URTI "."...." CURTIS SMI H OWNERS: MIKE FRITCHEN, BENJAMIN FRITCHEN AND GARY FRITCHEN """""""'"""'"""" """"""' SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 r •°p 5494 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS �'' •.5.. • '' EASEMENT ACQUISITION AREA: 13,841 SQUARE FEET OR 0.317 ACRES (NET) WHOLE PROPERTY ACREAGE: 14.343 ACRES (BY DEED) CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY: JLC CAD FILE. PAR14—PE.OWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCTOBER 1, 2015 1 EXHIBIT B PAGE 2 OF 2 SCALE 1" 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. " 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 NORTHSIDE 1148 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 14 TE DOE No. 7344 9520 BLUE MOUND ROAD JOSIAH WALKER SURVEY,ABSTRACT No. 1600 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: , 2015 GRANTOR: MIKE FRITCHEN, BENJAMIN FRITCHEN and GARY FRITCHEN GRANTOR'S MAILING ADDRESS (including County): 14108 CAROL WAY, NEWARK, TARRANT COUNTY, TX 76071-8929 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of a 14.343 acre tract of land (by deed) deeded to Mike Fritchen, Benjamin Fritchen and Gary Fritchen as recorded in County Clerk File No. D206033231 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and "B. Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 03/09/2015 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of water line construction. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 03109'2015 GRANTORS: MIKE FRITCHEN, GRANTEE: City of Fort Worth BENJAMIN FRITCHEN, GARY FRITCHEN MIKE FRITCHEN Jesus J. Chapa Assistant City Manager BENJAMIN FRITCHEN APPROVED AS TO FORM AND LEGALITY GARY FRITCHEN Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 120 . Notary Public in and for the State of Texas Temporary Construction Easement 03/09/2015 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_. Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_. Notary Public in and for the State of Texas Temporary Construction Easement 03/09/2015 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_. f Notary Public in and for the State of Texas 5 Temporary Construction Easement 03/0912015 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN,PHASE 2 PARCEL No. 14 TE DOE No. 7344 9520 BLUE.MOUND ROAD JOSIAH WALKER SURVEY, ABSTRACT No. 1600 EXHIBIT "A" Being a temporary construction easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of a 14.343 acre tract of land (by deed) deeded to Mike Fritchen, Benjamin Fritchen and Gary Fritchen as recorded in County Clerk File No. D206033231 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1 inch iron rod found for the northwest corner of said 14.343 acre tract of land, said 1 inch iron rod being a corner in the east right-of-way line of Blue Mound Road (FM 156, a variable width right-of-way), said 1 inch iron rod also being the northwest corner of a 30.0' Wide Permanent Utility Easement granted to the City of Fort Worth for a water main recorded in Volume 10428, Page 810 of the Deed Records of Tarrant County, Texas, from which a point for the southwest corner of Lot 1, Block 1 of Williamson-Dickie Distribution Center Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, t Slide 906 of the Plat Records of Tarrant County, Texas bears North 89 degrees 55 minutes 45 seconds East, a distance of 30.00 feet, said point being a corner in the east right-of-way line of said Blue Mound Road (FM 156); THENCE South 00 degrees 34 minutes 18 seconds East, with the east right-of-way line of said Blue Mound Road (FM 156), with the west line of said 14.343 acre tract of land and with the west line of said 30.0' Wide Permanent Utility Easement, a distance of 254.95 feet to a the POINT OF BEGINNING of the herein described temporary construction easement; THENCE North 89 degrees 47 minutes 30 seconds East, a distance of 491.24 feet to a point for corner in the east line of said 14.343 acre tract of land, said point being in the west line of a 58.3108 acre tract of land (by deed) deeded to Williamson Dickie Manufacturing Company as recorded in Volume 10931, Page 1915 of said Deed Records of Tarrant County, Texas, from which a 1/2 inch iron rod with cap "illegible" found for the northeast corner of said 14.343 acre tract of land and for the northwest corner of said 58.3108 acre tract of land bears North 00 degrees 03 minutes 41 seconds West, a distance of 253.76 feet, said 1/2 inch iron rod with cap "illegible" being in the south line of said Lot 1; THENCE South 00 degrees 03 minutes 41 seconds East with the east line of said 14.343 acre tract of land and with the west line of said 58.3108 acre tract of land, a distance of 80.00 feet to a point for corner; { Exhibit A Page 1 of 2 THENCE South 89 degrees 47 minutes 30 seconds West, a distance of 490.53 feet to a point for corner in the west line of said 14.343 acre tract of land, said point being in the east right-of-way line of said Blue Mound Road (FM 156), said point also being in the west line of said 30.0' Permanent Utility Easement; THENCE North 00 degrees 34 minutes 18 seconds West, with the west line of said 14.343 acre tract of land, with the east right-of-way line of said Blue Mound Road (FM 156), and with the west line of said 30.0' Permanent Utility Easement, a distance of 80.00 feet to the POINT OF BEGINNING and containing 39,271 square feet or 0.902 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: October 1, 2015 OF T CURTIS SMITH Curtis Smith r t 5494 Registered Professional Land Surveyor No. 5494 S U R`� Texas Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PAR EL No. 14 TE ACQUISITION I 1 \ LOCATION 5.0' UTILITY EASEMENT CHANNEL EASEMENT TO STATE OF TEXAS CABINET A, SLIDE 906 VOLUME 3281, PAGE 328 SUBJECT TRACT & P.R.T.C.T. \ D.R.T.C.T. LOCATION OF ACQUISITION I ( \ LOT t, BLOCK ! 15' X 25' "LumAISON-DICKIE DISTRIBUTION UTILITY EASEMENT \ CENTER ADDITION CABINET A, SLIDE 906 CABINET A, SLIDE 906 P.R.T.C.T. \ P.R.T.C.T. P.0•C• N 89'55'45"E \ \ 4JREYLTDEED1S (BY DEED) FND 1"IRF 30.00' f EEK LTD O.P.R.T.C.T. 30.0' PERMANENT c JOSIAH WALKER SURVEY UTILITY EASEMENT ABSTRACT No. 1 600 WATER MAIN a THE CITY OF w FORT WORTH iu 4.691 ACRES VOLUME 10428, PAGE 810COMMERCIALD.RTC.T.LIBERTY CROSSING AL LP o I TEMPORARY C.C.F. No. DCONSTRUCTION EASEMENT O.P.R.T15.0' PERMANENT UTILITY EASEMENT 39,271 SQ. FEET OR SANITARY SEWER MAIN I 0.902 ACRES W THE CITY OF FORT WORTH VOLUME 10428, PAGE 805 D.R.T.C.T. N LO P. O.B. N 89'47'30"E 491.24' HERITAGE TRACE PARKWAY ,., ----: .-.- :-.-.--.-.-.-.-.::. - .- :-.:_: V e� (A 130' WIDE RIGHT-OF-WAY) 3 OD }} �y iliC...--... .—� •�:Y:..... LL O I W w Z i �i O �O { }''r.?:i-•i:•}?:I{^i:•:f�::•:�ii:�i`i:fi•:::�:i�:'i?::�:�:i•:�:�:�:viii?F.�:i^:}Sii:'.{i3:ci:�:•:iiiiii:i:is k?}:•F: O ?it:•i:%i C�Ciiii(i:ii?:iii:• .....:........i1.......i<i siiiiii(i?i.asiiii:�:i.?:fii:.ili�::i�'r•: wQ W :•::i}ii 2 ....................... . ..............: '.:`.s : :. 0 : L_�-- V) z S-89'47'30V 490.53'' 4.989 ACRES (BY DEED) r — COMMERCIAL TRACT 2 3 a LIBERTY CROSSING COMMERCIAL LP z X I ( 14.343 ACRES (BY DEED) C.C.F. No. D203234395 = m O.P.R.T.C.T. MIKE FRITCHEN, BENJAMIN a > < I I FRrrC EN AND FRITCHEN GARY Lu g GEORGE MATTHEWS SURVEY J C.C.F. No. D206033231 ABSTRACT No. 1078 co I ( O.P.R.T.C.T. NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. i 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 1 OO 5O 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET ORT WORT C%t y O Ort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2 ��............ rF PARCEL NO. 14 TE CITY PROJ. NO. 002304 �CUR RTIS SMItP TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 —" I• " •SMITH TH OWNERS: MIKE FRITCHEN, BENJAMIN FRITCHEN AND GARY FRITCHEN SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 r poF5494 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 39,271 SQUARE FEET OR 0.902 ACRES WHOLE PROPERTY ACREAGE: 14.343 ACRES (BY DEED) CURTIS SMITH JOB No. FNI-1501.00 I DRAWN BY: JLC CAD FILE PAR14-TE.DWG IREGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCTOBER 1. 2015 1 EXHIBIT B PAGE 1 OF 2 1 SCALE: 1' = 100' INO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 14 TE \ ACQUISITION \ LOCATION LOT 1. BLOCK I SUBJECT TRACT & FLOODWAY EASEMENTS \ WlLLL4MSON—DICKIE DISTRIBUTION LOCATION OF ACQUISITION S CABINET A, SLIDE 906 \ CENTER ADDITION P.R.T.C.T.SLI CABINET A, SLIDE 906 \ P.R.T.C.T. FND. 1/2-IRF WITH CAP "ILLEGIBLE" io 14.343 ACRES (BY DEED) N SURVEY MIKE FRITCHEN, 0 R TCHEN BENJAMIN H W A`KNo 60 AND GARY FRITCHEN o X051 S�RACl C.C.F. No. D206033231 o P� O.P.R.T.C.T. Z 58.3108 ACRES (BY DEED) WILLIAMSON DICKIE MANUFACTURING COMPANY N 89,47,30"E 491.24, VOLUME 1 PAGE 1915 D.R.T.R.T.C.T. W :,:, • is '— �t M O O b O 0 :;_:_S:_89-47'30"W 490.53'- v1 TEMPORARY CONSTRUCTION EASEMENT 39,271 SQ. FEET OR 0.902 ACRES NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 100 JO 1 OO SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET ORT WORTCity of FortWorth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL NO. 14 TE CITY PROJ. NO. 002304 U UP TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 .RTI. .... ... ... ....'......_. CTIS SMMITH OWNERS: MIKE FRITCHEN, BENJAMIN FRITCHEN AND GARY FRITCHEN SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 p�F5494o�Q�' LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS 2 F ..�• EASEMENT ACQUISITION AREA: 39,271 SQUARE FEET OR 0.902 ACRES S U WHOLE PROPERTY ACREAGE: 14.343 ACRES BY DEED) CURTIS SMITH JOB No. FNI_1501.00 DRAWN BY: JLC I CAD FILE: PAR14—TE DWG IREGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCTOBER 1, 2015 EXHIBIT B PAGE 2 OF 2 1 SCALE: 1' = 100' IND. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • B17-496-1424 FAX 817-496-1768 NORTHSIDE If 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 15 PE DOE No. 7344 9201 NW 287 HWY JOSIAH WALKER SURVEY, ABSTRACT No. 1600 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: , 2015 GRANTOR: WILLIAMSON DICKIE MANUFACTURING COMPANY GRANTOR'S MAILING ADDRESS (including County): PO BOX 1779 FORT WORTH, TARRANT COUNTY, TX 76101-1779 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent water facility easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being out of a 58.3108 acre tract of land (by deed) deeded to Williamson Dickie Manufacturing Company as recorded in Volume 10931, Page 1915 of the Deed Records of Tarrant County, Texas, said permanent water facility easement being more particularly described in Exhibits "A" and "B". Permanent Water Facility Easement Rev.05/12/2010 Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. Permanent Water Facility Easement Rev.05/12/2010 GRANTOR: WILLIAMSON DICKIE GRANTEE: City of Fort Worth MANUFACTURING COMPANY By: Jesus J. Chapa Assistant City Manager (name of person authorized to sign), Title APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared ' known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.05/12/2010 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_. Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.05/12/2010 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 15 PE DOE No. 7344 9201 NW 287 HWY JOSIAH WALKER SURVEY, ABSTRACT No. 1600 EXHIBIT "A" Being a permanent water facility easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being out of a 58.3108 acre tract of land (by deed) deeded to Williamson Dickie Manufacturing Company as recorded in Volume 10931, Page 1915 of the Deed Records of Tarrant County, Texas, said permanent water facility easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap "Illegible" found for the northwest corner of said 58.3108 acre tract of land, said 1/2 inch iron rod with cap "Illegible" being the northeast corner of a 14.343 acre tract of land (by deed) deeded to Mike Fritchen, Benjamin Fritchen and Gary Fritchen as recorded in County Clerk File No. D206033231 of the Official Public Records of Tarrant County, Texas, said 1/2 inch iron rod with cap "Illegible" also being in the south line of Lot 1, Block 1, Williamson-Dickie Distribution Center Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 906 of the Plat Records of Tarrant County, Texas; THENCE South 00 degrees 03 minutes 41 seconds East, with the west line of said 58.3108 acre tract of land and with the east line of said 14.343 acre tract of land, a distance of 223.76 feet to a the POINT OF BEGINNING of the herein described permanent water facility easement; THENCE North 89 degrees 29 minutes 03 seconds East, a distance of 1417.62 feet to a point for corner; THENCE North 58 degrees 07 minutes 10 seconds East, a distance of 93.50 feet to a point for corner; THENCE North 86 degrees 56 minutes 20 seconds East, a distance of 205.97 feet to a point for corner; THENCE North 78 degrees 43 minutes 23 seconds East, a distance of 46.94 feet to a point for corner; THENCE North 69 degrees 48 minutes 02 seconds East, a distance of 26.56 feet to a point for corner in the northeast line of said 58.3108 acre tract of land and being in the southwest right-of-way line of US Highway 287 (a 350' right-of-way), from which a Texas Department of Transportation (TxDOT) concrete monument with brass cap found for the northeast corner of said 58.3108 acre tract of land and for the southeast Exhibit A Page 1 of 3 corner of said Lot 1 bears North 38 degrees 13 minutes 32 second West, a distance of 171.08 feet; THENCE South 38 degrees 13 minutes 32 seconds East, with the northeasterly line of said 58.3108 acre tract of land and with the southwesterly right-of-way line of said US Highway 287, a distance of 31.55 feet to a point for corner; THENCE South 69 degrees 48 minutes 02 seconds West, a distance of 38.67 feet to a point for corner; THENCE South 78 degrees 43 minutes 23 seconds West, a distance of 51.43 feet to a point for corner; THENCE South 86 degrees 56 minutes 20 seconds West, a distance of 200.42 feet to a point for corner; THENCE South 58 degrees 07 minutes 10 seconds West, a distance of 94.21 feet to a point for corner; THENCE South 89 degrees 29 minutes 03 seconds West, a distance of 1426.28 feet to a point for corner in the west line of said 58.3108 acre tract of land and being in the east line of said 14.343 acre tract of land; THENCE North 00 degrees 03 minutes 41 seconds West, with the east line of said 14.343 acre tract of land and with the west line of said 58.3108 acre tract of land, a distance of 30.00 feet to the POINT OF BEGINNING and containing 54,024 square feet or 1.240 acres of land, more or less. Exhibit A Page 2 of 3 Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: October 5, 2015 �E OF T `Q �G STFR /yN CURTIS SMITH Curtis Smith r'.° 5494 Registered Professional Land Surveyor �2 ssP F� o No. 5494 S6 R`��' Texas Firm No. 10106900 Exhibit A Page 3 of 3 EXHIBIT "B " PARCEL No. 15 PE FLOOOWAY EASEMENT—` LOT 1, BLOCK I \ FNp��%F yy17H WILLIAAfSON-DICKIE DISTRIBUTION CABINET A, SLIDE 906 \ CAP "ILLEGIBLE" CENTER ADDITION P.R.T.C.T. \ CABINET A, SLIDE 906 \ P.R.T.C.T. n SURv EY N W A�KER 16p0 W S\AN G� No. JO ABS�RA 58.3108 ACRES (BY DEED) M WILLIAMSON DICKIE 14.343 ACRES (Br DEED) o MANUFACTURING COMPANY MIKE FRITCHEN. BENJAMIN FRITCHEN V) VOLUME 10931, PAGE 1915 AND GARY FRITCHEN D.R.T.C.T. C.C.F. No. D206033231 O.P.R.T.C.T. 00� P►, P.O.B. N 89'29'03"E 1417.62' ti "a N 00-03'41"W S:89`29'03"W 1426.28 IF PERMANENT WATER FACILITY EASEMENT 54,024 SQ. FEET OR ACQUISITION 1.240 ACRES LOCATION SUBJECT TRACT & LOCATION OF ACQUISITION NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 1 00 50 (7 1 00 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET ORT WORT % t Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48—INCH OF WATER TRANSMISSION MAIN, PHASE 2 �y PARCEL NO. 15 PE CITY PROD. NO. 002304 mil`r S T PERMANENT WATER FACILITY EASEMENT DOE NO. 7344 CURTIS SMITH OWNERS: WIILLIAMSON DICKIE MANUFACTURING COMPANY "' '5494 5494 SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 po� LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS • S EASEMENT ACQUISITION AREA: 54,024 SQUARE FEET OR 1.240 ACRES WHOLE PROPERTY ACREAGE: 58.3108 ACRES BY DEED) CURTIS SMITH JOB No. FNI-1501.00 I DRAWN BY: JLC I CAD FILE: PAR15-PF.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCTOBER 5, 2015 EXHIBIT B PAGE 1 OF 2 SCALE: 1` = 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 15 PE LOT 1, BLOCK 1 (,/^ WlLLlAHSON-DICKIE DISTRIBUTION v, CENTER ADDITION CABINET A, SLIDE 906 P.R.T.C.T. r FND. TXDOT CONC. MON WITH BRASS CAP \ of SUR�E� 58.3108 ACRES (BY DEED) LKER gp0 WILUAMSON DICKIE J�S�AN R C� 00 1 NY VOLUME MANUFA 10931, PAGE 1915 \ �� P85� D.R.T.C.T. \ 4 \�sZ S 38'13'32"E 86'56'20"E 205.97 31.55 .__.e. •........... ,gyp N ...�is=:2:.. :.......:..................:.::.:.:.:::::.:.:•::::::.:.. N 89'29'03"E 1417.62T :... �; ��y1 S 86'56 20"W 200.42 \\ ----- ,1 :.. : 1 5 ti ,••• �' 30.0' PERMANENT EASEMENT RIGHT-OF-WAY----' —S 89'29 03"W 1426.28 9 ENTERPRISE TEXAS PIPELINE, LLC \ C.C.F. No. D209216342 \ O.P.R.T.C.T. \ PERMANENT WATER \ FACILITY EASEMENT LINE TABLE \ 54,024 SQ. FEET OR LINE BEARING DISTANCE \ 1.240 ACRES L-1 N 78'43'23"E 46.94' L-2 N 69'48'02"E 26.56' ACQUISITION L-3 S 69'48'02"W 38.67' LOCATION L-4 S 78'43'23"W 51.43' SUBJECT TRACT & LOCATION OF ACQUISITION NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE oo 50 �Q SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET FORT WORTH City, ort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2 � reRoF+� PARCEL NO. 15 PE CITY PROJ. NO. 002304 PERMANENT WATER FACILITY EASEMENT DOE NO. 7344 CURTIS SMI"Hµ" OWNERS: WIILLIAMSON DICKIE MANUFACTURING COMPANY SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 '. p�F5494 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ' •••... •• '�� EASEMENT ACQUISITION AREA: 54,024 SQUARE FEET OR 1.240 ACRES WHOLE PROPERTY ACREAGE: 58.3108 ACRES (BY DEED) CURTIS SMITH JOB No. FNI_1501.00 DRAWN BY: JLC CAD FILE: PAR15-PE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCTOBER 5, 2015 IEXHIBIT B PAGE 2 OF 2 1 SCALE 1" = 100' IND. 5494 TEXAS FIRM No. 10106900 SEE GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 NORTHSIDE H 48 INCH WATER TRANSMISSION MAIN,PHASE 2 PARCEL No. 15 TE DOE No. 7344 9201 NW 287IIWY JOSIAH WALKER SURVEY,ABSTRACT No. 1600 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: , 2015 GRANTOR: WILLIAMSON DICKIE MANUFACTURING COMPANY GRANTOR'S MAILING ADDRESS (including County): PO BOX 1779 FORT WORTH,TARRANT COUNTY,TX 76101-1779 GRANTEE: CITY OF FORT WORTH GRANTOR'S MAILING ADDRESS (including County): PO BOX 1779 FORT WORTH,TARRANT COUNTY,TX 76101-1779 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of a 58.3108 acre tract of land (by deed) deeded to Williamson Dickie Manufacturing Company as recorded in Volume 10931, Page 1915 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 03/09/2015 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of water line construction. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 03/09/2015 GRANTOR: WILLIAMSON DICKIE GRANTEE: City of Fort Worth MANUFACTURING COMPANY By: Jesus J. Chapa Assistant City Manager (name of person authorized to sign), Title APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas Temporary Construction Easement 03/09/2015 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_. Notary Public in and for the State of Texas Temporary Conslniction Easement 03/09/2015 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 15 TE DOE No. 7344 9201 NW 287 HWY JOSIAH WALKER SURVEY, ABSTRACT No. 1600 EXHIBIT "A" Being a temporary construction easement situated in the Josiah Walker Survey, Abstract No, 1600, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of a 58.3108 acre tract of land (by deed) deeded to Williamson Dickie Manufacturing Company as recorded in Volume 10931, Page 1915 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap "Illegible" found for the northwest corner of said 58.3108 acre tract of land, said 1/2 inch iron rod with cap "Illegible" being the northeast corner of a 14.343 acre tract of land (by deed) deeded to Mike Fritchen, Benjamin Fritchen and Gary Fritchen as recorded in County Clerk File No. D206033231 of the Official Public Records of Tarrant County, Texas, said 1/2 inch iron rod with cap "Illegible" also being in the south line of Lot 1, Block 1, Williamson-Dickie Distribution Center Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 906 of the Plat Records of Tarrant County, Texas; THENCE South 00 degrees 03 minutes 41 seconds East, with the west line of said 58.3108 acre tract of land and with the east line of said 14.343 acre tract of land, a distance of 253.76 feet to a the POINT OF BEGINNING of the herein described temporary construction easement; THENCE North 89 degrees 29 minutes 03 seconds East, a distance of 1426.28 feet to a point for corner; THENCE North 58 degrees 07 minutes 10 seconds East, a distance of 94.21 feet to a point for corner; THENCE North 86 degrees 56 minutes 20 seconds East, a distance of 200.42 feet to a point for corner; THENCE North 78 degrees 43 minutes 23 seconds East, a distance of 51.43 feet to a point for corner; THENCE North 69 degrees 48 minutes 02 seconds East, a distance of 38.67 feet to a point for corner in the northeast line of said 58.3108 acre tract of land and being in the southwest right-of-way line of US Highway 287 (a 350' right-of-way), from which a Texas Department of Transportation (TxDOT) concrete monument with brass cap found for the northeast corner of said 58.3108 acre tract of land and for the southeast Exhibit A Page 1 of 3 corner of said Lot 1 bears North 38 degrees 13 minutes 32 second West, a distance of 202.63 feet; THENCE South 38 degrees 13 minutes 32 seconds East, with the northeasterly line of said 58.3108 acre tract of land and with the southwesterly right-of-way line of said US Highway 287, a distance of 84.13 feet to a point for corner; THENCE South 69 degrees 48 minutes 02 seconds West, a distance of 70.94 feet to a point for corner; THENCE South 78 degrees 43 minutes 23 seconds West, a distance of 63.42 feet to a point for corner; THENCE South 86 degrees 56 minutes 20 seconds West, a distance of 185.61 feet to a point for corner; THENCE South 58 degrees 07 minutes 10 seconds West, a distance of 96.12 feet to a point for corner; THENCE South 89 degrees 29 minutes 03 seconds West, a distance of 1449.38 feet to a point for corner in the west line of said 58.3108 acre tract of land and being in the east line of said 14.343 acre tract of land; THENCE North 00 degrees 03 minutes 41 seconds West, with the east line of said 14.343 acre tract of land and with the west line of said 58.3108 acre tract of land, a distance of 80.00 feet to the POINT OF BEGINNING and containing 147,057 square feet or 3.376 acres of land, more or less. Exhibit A Page 2 of 3 Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: October 5, 2015 �E OF T AlP �G�s"rFR����cr� CURTIS SMITH Curtis Smith �Q 5494 Registered Professional Land Surveyor g Y No. 5494 Texas Firm No. 10106900 Exhibit A Page 3 of 3 EXHIBIT "B " PARCEL No. 15 TE 77 /+ LOT 1, BLOCK 1 CABINET A EASEMENT---' \ FN��RRF W*ITH WILL1A-USON—DICKIE DISTRIBUTION CABINET A, SLIDE 906 \ CAP "ILLEGIBLE" CENTER ADDITION P.R.T.C.T. \ CABINET A. SLIDE 906 \ P.R.T.C.T. ,CS\p,HAC�KNo• 6�� 58.3108 ACRES (BY DEED) A�SlR MANUFACWILLITURIING SON DICKIE In N VOLUME 10931, PAGE 1915 W D.R.T.C.T. 14.343 ACRES (BY DEED) t MIKE FRITCHEN, BENJAMIN FRITCHEN o AND GARY FRITCHEN o TEMPORARY C.C.F. No. D206033231 0 CONSTRUCTION EASEMENT O.P.R.T.C.T. 147,057 SQ. FEET OR w 3.376 ACRES ti P.O.B. N 89'29 03a E 1426.28' -------- — —p — G h `: Qi N 00'03 41"W 80.00 _ —�: :' — — S 89'29'03"W 1449.38- ACQUISITION 449.38ACQUISITION LOCATION SUBJECT TRACT & LOCATION OF ACQUISITION NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 1 OO 5O 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET oar otrCitYw of Fort Worrm-7h 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48—INCH � PF WATER TRANSMISSION MAIN, PHASE 2 PARCEL NO. 15 TE CIN PROJ. NO. 002304 L0 TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 µ ,... • . ..._.................. CU..RTISMIT OWNERS: WIILLIAMSON DICKIE MANUFACTURING COMPANY """"""< po 494 SURVEY: JOSIAH WALKER SURVEY, ABSTRACT N0. 1600 5494F LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 147,057 SQUARE FEET OR 3.376 ACRES S WHOLE PROPERTY ACREAGE: 58.3108 ACRES (BY DEED) CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY: JLC I CAD FILE: PAR15—TE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCTOBER 5, 2015 1 EXHIBIT B PAGE 1 OF 2 1 SCALE. I" = 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 15 TE LOT 1, BLOCK 1 (/^ 1/ILLL4MSON—DICKIE DISTRIBUTION v, CENTER ADDITION CABINET A, SLIDE 906 P.R.T.C.T. r FND. TXDOT CONC. MON WITH BRASS CAP "Sp, '50?No 58.3108 ACRES (BY DEED) W ALKER 6p0 WILLIAMSON DICKIE JCSNY BS RACE No. MANUFACTURINVOLUME 1 931, PAGE 1915 \\ k1p A D.R.T.C.T. \ ?� TEMPORARY \ CONSTRUCTION EASEMENT \ S 147,057 SQ. FEET OR 3.376 ACRES ' N 86'56'20"E 200.42 ~, 1 .A^.•.^::' �•:..'e'i:;i':::;':"✓ii:• i ;"':";;s:...............i... 'i:: ^1 /�ii:��ii�i`>:�rlr::;:;?:::i::•i;:i::�i:�ii:�;;?�i�iiii� �;i:�F�iiin ii:�:;�iiC�iiir:�ii:�i:�iiiii::�;i::;:};�i�i iii:?::`�ii:�t:ii:•�r:•. Nk 9�:;:_i•i:::i:•:4ir:ii•:^t:'ia•ti:•ii:•iiir:isii:.i:';a;:<.:;:: :::.;;i;;;::;iii:ii;;:•:ii:::�:::•;:i<•::•i;:;i; �::;iz••i:;:::•::i;•i:>:';:•:i:•i�;::i:�:.;itri:: 1 ....i:.....}..i....iii..i.??.ii...i.i..isi't}:?..?:::;:rii::':;::;r::i::;ii....k}..'tii:'i?iisisi;;::;;:::cii;:;:::2i i..:.:... h N 89 29 03 E 1426.28 .,;_.•:.,.,.�� ::•::•:': �{ •:::ii:{::i.:?:•ii;!•.........................•• ti ' i ti :::C;a:':::i{::':•:'::-:•:?i:!......... ':......::':::i is ii:}viii?::::...?•:•:':':':'i?:•::•:ii{•:•i:•:::'?i si':i�:•:(:'i:':•:i:•::•?:ii:iC?i iic:7i:::':•:•i:':•:............• F•.;::•: _ \ ................................. ............... _. , ._.�. -ey 1 q :•:: •:ci:• •:•:::>:::;•:::;•:•::•a:::;:•;:i:ii:•::e::::•::•::•:' :•:•:::::•i::a:::•i::•:: •:•;::• •:::::iii::•ic::: ::r — 5.61 \ S 86'56 20"W 18 : ::': ' O ^ 1 ::•::•:'ii:ii.:::}iE:C:i?irii'i:5:i:°iiiiiii)iir:z:';>:::Ei::'r:ririi:•::a:•:i:;-}i:•:':;'::'::'::':::•:i:'�::•::'::i'� 30.0' PERMANENT EASEMENT & RIGHT—OF—WAY ...............: ::{tiiiiicii.............:i::ii:ti}::ti�ii•:5i:•::i::: O1 - ?:( ::(: :: .i:i::i:;✓ t� ,��, ENTERPRISE TEXAS PIPELINE, LLC k:i::( . : \ ...;._:_:._,._.._..�.._.._......... :..: .•..�" 5 (�. C.C.F. No. D209216342 S 89'29'03"W 1449.38' S 4 O.P.R.T.C.T. \ LINE TABLE LINE BEARING DISTANCE ACQUISITION L-1 N 78'43'23"E 51.43' LOCATION L-2 N 69'48'02"E 38.67' L-3 S 69'48'02"W 70.94' SUBJECT TRACT & L-4 S 78'43'23"W 63.42' LOCATION OF ACQUISITION NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE 1 OO 5O 0 100 SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET ORT WORT City f O/" r 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH OF � WATER TRANSMISSION MAIN, PHASE 2 PARCEL NO. 15 TE CITYPROJ. NO. 002,304 TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 CURTIS SMITH OWNERS: WIILLIAMSON DICKIE MANUFACTURING COMPANY ""'"""' 5494 SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 . poF54o�Q:0 / LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 147,057 SQUARE FEET OR 3.376 ACRES WHOLE PROPERTY ACREAGE: 58.3108 ACRES (BY DEED) CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY: JLC CAD FILE: PAR15—TE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCTOBERS, 2015 1 EXHIBIT 8 PAGE 2 OF 2 SCALE 1* = 100' NO. 5494 TEXAS FIRM No. 10108900 GORRONDONA k ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 16 PE PART 1 DOE No. 7344 9200 NW 287 HWY AND 8901 HARMON RD. JOSIAH WALKER SURVEY, ABSTRACT No. 1600 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: , 2015 GRANTOR: FIRST TEXAS HOMES, INC. A TEXAS CORPORATION f GRANTOR'S MAILING ADDRESS (including County): 500 CRESCENT CR, STE 350 DALLAS, DALLAS COUNTY, TX 75201-7854 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent water facility easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being out of the remainder of a 4.369 acre tract of land (by deed) labeled "Tract IV" and out of the remainder of a 56.740 acre tract of land labeled "Tract II", both tracts being deeded to First Texas Homes, Inc. as recorded in County Clerk File No. D210260522 of said Official Public Records of Tarrant County, Texas, said permanent water facility easement being more particularly described in Exhibits "A" and "B". Permanent Water Facility Easement Rev.05112/2010 Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (ll) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. Permanent Water Facility Easement Rev.05/1 212 01 0 GRANTOR: FIRST TEXAS HOMES, INC. GRANTEE: City of Fort Worth A TEXAS CORPORATION By: Jesus J. Chapa Assistant City Manager (name of person authorized to sign), Title APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.05/12/2010 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.05/12/2010 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 16 PE PART 1 DOE No. 7344 9200 NW 287 HWY AND 8901 HARMON RD. JOSIAH WALKER SURVEY,ABSTRACT No. 1600 EXHIBIT "A" Being a permanent water facility easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being out of the remainder of a 4.369 acre tract of land (by deed) labeled "Tract IV" and out of the remainder of a 56.740 acre tract of land labeled "Tract II", both tracts being deeded to First Texas Homes, Inc. as recorded in County Clerk File No. D210260522 of said Official Public Records of Tarrant County, Texas, said permanent water facility easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "RPLS NO. 4818" found for the intersection of the northeasterly right-of-way line of US Highway 287 (a 350' right-of-way) with the southeasterly right-of-way line of Heritage Trace Parkway (a 65.0' dedicated right-of-way) as shown on plat of Quail Grove Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11951 of the Plat Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped"RPLS NO. 4818" being the west corner of a 4.500 acre tract of land (by deed) deeded to Bandera Heights LP as recorded in County Clerk File No. D210129395 of said Official Public Records of Tarrant County, Texas; THENCE North 38 degrees 14 minutes 25 seconds West, with the northeasterly right-of-way line of said US Highway 287, a distance of 60.09 feet to a point for the most southerly southeast corner of said 4.369 acre tract of land, said point being the southwest corner of a 76.646 acre tract of land (by deed) deeded to Harmon Road 81 Development LP as recorded in County Clerk File No. D204159922 of said Official Public Records of Tarrant County, Texas, from which a 1/2 inch iron rod with cap "illegible" found for reference bears North 25 degrees 33 minutes 39 seconds West, a distance of 0.91 feet; THENCE North 38 degrees 14 minutes 25 seconds West, with the southwesterly line of said 4.369 acre tract of land and with the northeasterly right-of-way line of said US Highway 287, passing at a distance of 4.91 feet, a point for the intersection of the northeasterly right-of-way of said US Highway 287 with the apparent northwesterly right-of-way line of said Heritage Trace Parkway, in all, a distance of 90.48 feet to the POINT OF BEGINNING of the herein described permanent water facility easement; THENCE North 38 degrees 14 minutes 25 seconds West, with the northeasterly right-of-way line of said US Highway 287 and with the southwesterly line of said 4.369 acre tract of land, a distance of 7.69 feet to a 1/2 inch iron rod found for the southwest corner of said 4.369 acre tract of land, said 1/2 inch iron rod also being the most southerly southeast corner of said 56.740 acre tract of land; Exhibit A Page 1 of 3 THENCE North 38 degrees 14 minutes 25 seconds West with the northeasterly right-of-way line of said US Highway 287 and with the southwesterly line of said 56.740 acre tract of land, a distance of 23.86 feet to a point for corner; THENCE North 69 degrees 48 minutes 02 seconds East, a distance of 15.62 feet to a point for corner in the most southerly east line of said 56.740 acre tract of land, said point being in the west line of said 4.369 acre tract of land; THENCE North 69 degrees 48 minutes 02 seconds East, a distance of 8.46 feet to a point for the beginning of a curve to the left having a radius of 1049.92 feet, a central angle of 03 degrees 24 minutes 07 seconds and whose chord bears North 57 degrees 43 minutes 42 seconds East, a distance of 62.33 feet; THENCE with said curve to the left, an are length of 62.34 feet to a point for corner in the most southerly east line of said 4.369 acre tract of land, said point being in the west line of said 76.646 acre tract of land; THENCE South 00 degrees 05 minutes 59 seconds East, with the most southerly east line of said 4.369 acre tract of land and with the west line of said 76.646 acre tract of land, a distance of 35.91 feet to a point for the beginning of a non-tangent curve to the right having a radius of 1079.92 feet, a central angle of 02 degrees 29 minutes 08 seconds and whose chord bears South 58 degrees 19 minutes 55 seconds West, a distance of 46.84 feet; THENCE with said non-tangent curve to the right, an arc length of 46.85 feet to a point for corner; THENCE South 69 degrees 48 minutes 02 seconds West, a distance of 17.01 feet to the POINT OF BEGINNING and containing 2,253 square feet or 0.052 acres of land, more or less. Exhibit A Page 2 of 3 Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: September 8, 2015 �� OF T �QG\STFR��f�� CURTIS SMITH Curtis Smith �F5494 fsS\° l Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Exhibit A Page 3 of 3 EXHIBIT "B " PARCEL No. 16 PE PART 1 CURVE TABLE REMAINDER OF CURVE RADIUS DELTA BEARING CHORD ARC C-1 1049.92' 03'24'07" N 57'43'42-E 62.33' 62.34' [FIRST 69 ACRES (BY DEED) C-2 1079.92' 02.29'08' S 5B'1955'W 46.84' 46.85 "TRACT IV" TEXAS HOMES, INC. PERMANENT WATER C.F. No. D210260522 FACILITY EASEMENT O.P.R.T.C.T. 2,253 SQ. FEET OR REMAINDER OF �,,_ 76.646 ACRES (BY DEED) 0.052 ACRES r::•:•; HARMON ROAD 81 DEVELOPMENT LP +fit ?.: C.C.F. No. D204159922 REMAINDER OF _4 G .,........ ..... J O.P.R.T.C.T. t 56.740 ACRES (BY DEED) � ::`.•:.:<::.':::: :; �`� �. "TRACT 11" .................... \Q��po� FIRST TEXAS HOMES, INC. L.. ;:71:;_;;::;:::f::i2.:' :#'_;.�t✓ ���5��,c�y aJ��°`�Pt A C.C.F. No. D210260522 :�, 0�5.60�OQ I O.P.R.T.C.T. ,:�G� ���o�;o F �o�e FND 1/2"IR :; :s' PQQ `o �Q'I �E�°el �i 6 0� eQ�pll GS L-1 PG��P{ flP9�G sp co" 1010 4z- �O V� \ G�F,O � 'C• 10.0' GAS LINE EASEMENTS `� GPO����Q��c TO XTO ENERGY INC. 4p \\ 0, � C.C.F. No. D204136415 'Qy, SEE \�9 C?Is' O.P.R.T.C.T. "DETAIL A" J AT 4.91', PASSING A POINT FOR THE WEST CORNER OF HERITAGE \ LINE TABLE TRACE PARKWAY PER LINE BEARING DISTANCE CABINET A, SLIDE 11951 \ L-1 N 38'14'25W 7.69 P.R.T.C.T. L-2 N 38'14'25-W 23.86' J O S I A H WALKER SURVEY y��. \ L-3 N 69'46'02'E 15.62' s \ L-4 N 6948'02'E 8.46' ABSTRACT No. 1 600 �°�?s \ �-6 s 69.48.02-W 17.01- F FND 1/2"IR W/CAP \ 4.500 ACRES (BY DEED) LP 50 25 0 50 r� "ILLEGIBLE" BEARS \ CBC.F.ANDEo. GHTS D21 0129 95 N 25'33'39"W 0.91' \ O.P.R.T.C.T. SCALE IN FEET L 60.09 "DETAIL A" p \\ NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE ACQUISITION SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. LOCATION 3. SURVEYED ON THE GROUND JULY 7, 2015, SUBJECT TRACT & p+�+ LOCATION OF ACQUISITION ®Aio cit 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE If 48—INCH WATER TRANSMISSION MAIN, PHASE 2 � ..�� ••• TF P .. ESTE • / PARCEL NO. 16 PE PART 1 CITY PROJ. NO. 002304 PERMANENT WATER FACILITY EASEMENT DOE NO. 7344 CU TIS SMIT OWNERS: FIRST TEXAS HOMES, INC. SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 f .:poF5494 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 2,253 SQUARE FEET OR 0.052 ACRES WHOLE PROPERTY ACREAGE: 37.207 ACRES (CALCULATED) CURTIS SMITH JOB No. FNI_1501.00 DRAWN BY: JWJ CAD FILE-- PAR16-PE-PT1.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE SEPTEMBER 8, 2015 1 EXHIBIT B PAGE 1 OF 1 1 SCALE: i" = 50' IND. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 16 PE PART 2 DOE No. 7344 8901 HARMON RD. JOSIAH WALKER SURVEY, ABSTRACT No. 1600 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: , 2015 GRANTOR: FIRST TEXAS HOMES, INC. A TEXAS CORPORATION GRANTOR'S MAILING ADDRESS (including County): 500 CRESCENT CR, STE 350 DALLAS, DALLAS COUNTY, TX 75201-7854 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent water facility easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being out of the remainder of a 4.369 acre tract of land (by deed) labeled "Tract IV" being deeded to First Texas Homes, Inc. as recorded in County Clerk File No. D210260522 of said Official Public Records of Tarrant County, Texas, said permanent water facility easement being more particularly described in Exhibits "A" and "B". Permanent Water Facility Easement Rev.05/12/2010 Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. Permanent Water Facility Easement Rev.05/12/2010 GRANTOR: FIRST TEXAS HOMES, INC. GRANTEE: City of Fort Worth A TEXAS CORPORATION By: Jesus J. Chapa Assistant City Manager (name of person authorized to sign), Title APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared ' known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20`. r Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.05/12/2010 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.05/12/2010 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 16 PE PART 2 DOE No. 7344 8901 HARMON RD. JOSIAH WALKER SURVEY,ABSTRACT No. 1600 EXHIBIT "A" Being a permanent water facility easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being out of the remainder of a 4.369 acre tract of land (by deed) labeled "Tract N" being deeded to First Texas Homes, Inc. as recorded in County Clerk File No. D210260522 of said Official Public Records of Tarrant County, Texas, said permanent water facility easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "RPLS NO. 4818" found for the intersection of the northeasterly right-of-way line of US Highway 287 (a 350' right-of-way) with the southeasterly right-of-way line of Heritage Trace Parkway (a 65.0' dedicated right-of-way) as shown on plat of Quail Grove Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11951 of the Plat Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "RPLS NO. 4818" being the west corner of a 4.500 acre tract of land (by deed) deeded to Bandera Heights LP as recorded in County Clerk File No. D210129395 of said Official Public Records of Tarrant County, Texas; THENCE North 38 degrees 14 minutes 25 seconds West, with the northeasterly right-of-way line of said US Highway 287, a distance of 60.09 feet to a point for the most southerly southeast corner of said 4.369 acre tract of land, said point being the southwest corner of a 76.646 acre tract of land (by deed) deeded to Harmon Road 81 Development LP as recorded in County Clerk File No. D204159922 of said Official Public Records of Tarrant County, Texas, from which a 1/2 inch iron rod with cap "illegible" found for reference bears North 25 degrees 33 minutes 39 seconds West, a distance of 0.91 feet; THENCE North 00 degrees 05 minutes 59 seconds West, with the most southerly east line of said 4.369 acre tract of land and with the most southerly west line of said 76.646 acre tract of land, a distance of 294.74 feet to a 5/8 inch iron rod with cap stamped "JACOBS"found for in interior ell corner in the east line of said 4.369 acre tract of land, said 5/8 inch iron rod with cap stamped "JACOBS" being an exterior ell corner in the west line of said 76.646 acre tract of land; THENCE South 89 degrees 05 minutes 01 seconds East, with the most northerly south line of said 4.369 acre tract of land and with the most westerly north line of said 76.646 acre tract, a distance of 181.22 feet to the POINT OF BEGINNING of the herein described permanent water facility easement, said point being the beginning of a non-tangent curve to the left having a radius of 1049.92 feet, a central angle of 09 degrees 12 minutes 17 seconds and whose chord bears North 38 degrees 25 minutes 01 seconds East, a distance of 168.49 feet; THENCE with said non-tangent curve to the left, an arc length of 168.67 feet to a point for corner; Exhibit A Page 1 of 2 THENCE North 33 degrees 48 minutes 53 seconds East, a distance of 98.46 feet to a point for corner; THENCE North 68 degrees 13 minutes 56 seconds East, a distance of 15.84 feet to a point for corner in the most northerly east line of said 4.369 acre tract of land, said point being in the most northerly west line of said 76.646 acre tract of land; THENCE South 00 degrees 15 minutes 48 seconds East, with the most northerly east line of said 4.369 acre tract of land and with the most northerly west line of said 76.646 acre tract of land, a distance of 37.56 feet to a point corner; THENCE South 33 degrees 48 minutes 53 seconds West, a distance of 80.41 feet to a point for the beginning of a curve to the right having a radius of 1079.92 feet, a central angle of 07 degrees 46 minutes 56 seconds and whose chord bears South 37 degrees 42 minutes 21 seconds West, a distance of 146.57 feet; THENCE with said curve to the right, an arc length of 146.68 feet to a point for corner in the most northerly south line of said 4.369 acre tract of land and being in the most westerly north line of said 76.646 acre tract of land; THENCE North 89 degrees 05 minutes 01 seconds West, with the most northerly south line of said 4.369 acre tract of land and with the most westerly north line of said 76.646 acre tract, a distance of 39.99 feet to the POINT OF BEGINNING and containing 7,689 square feet or 0.177 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: September 14, 2015 OF T sTeR Ff Curtis Smith Registered Professional Land Surveyor CURTIS SMITH No. 5494 �;°,poF5494 Texas Firm No. 10106900 ........ SUR�� Exhibit A Page 2 of 2 EXHIBIT 99B f9 MATC1`ILINE"A " PARCEL No. f6 PE PART 2 W Z N W c zN li V1 t�0 —1 LOT 2 o m_ o r L� m j Uj 0 REMAINDER OF F & W INDUSTRIAL PARK -o VOLUME 388-f60, PACE 2 o w e=o F-: O v—W N 76.646 ACRES (BY DEED) o 1/1 h M O HARMON ROAD 81 DEVELOPMENT LP P.R.T.C.T. a q oa W W Q U C.C.F. No. D204159922 w a �i Z o I p V =p .t O.P.R.T.C.T. wo L IZ < N (D 0 Z O N JOSIAH WALKER SURVEY ABSTRACT No. 1600 in O O 0 Z 9, 'DETAIL A" FND. 1/2-IRF 9�6 10.0' GAS LINE EASEMENT 2 TO XTO ENERGY INC. T8• OF QP �� FND 1/2"IR W/CAP C.C.F. No. D204136415 "ILLEGIBLE" BEARS O.P.R.T.C.T. N 25'33'39"W 0.91' 60.09- APPARENT OWNERSHIP IS FIRST TEXAS HOMES, INC. TRACT IV C.C.F. No. D210260522 O.P.R.T.C.T. L GP INCLUDED IN PLAT FOR QUAIL GROVE I _ ADDITION AND BEING LOCATED IN THE \' SEE 65.0' HERITAGE TRACE PARKWAY RIGHT-OF-WAY DEDICATION sip \DETAIL A" G ° �. 4.500 ACRES BAND RA HEIGHTS DBY ) HTS LP �iPO �f C.C.F. No. D210129395 G1 O.P.R.T.C.T. ti �o P C. 60 30 0 60 �G� 'v/ FN /2-IR W/CAP \ "RPLS NO.4818 O,, SCALE IN FEET ACQUISITION LOCATION NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & 3. SURVEYED ON THE GROUND JULY 7, 2015. LOCATION OF ACQUISITION 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NOR THSIDE II 48—INCH WATER TRANSMISSION MAIN, PHASE 2Al P S TE''' { PARCEL NO. 16 PE PART 2 CITY PROJ. NO. 002304 �:' ':un PERMANENT WATER FACILITY EASEMENT DOE NO. 7344 CURTIS�SMITH OWNERS: FIRST TEXAS HOMES, INC. •" " ' " " ' SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 �� ' 5494 5494o LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 7,689 SQUARE FEET OR 0.177 ACRES S WHOLE PROPERTY ACREAGE: 4.369 ACRES (BY DEED) CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY: JWJ CAD FILE: PARI 6-PE-PT2.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 14, 2015 1 EXHIBIT B PAGE 1 OF 3 1 SCALE: 1" = 60' IND. 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 16 PE PART 2 I ACQUISITION I W A��ER '1VUp0 Jo Ar0� RNcl NQ. SUBJECT TRACT & LOCATION OF ACQUISITION w z I I PERMANENT DRAINAGE ui FACILITY EASEMENT to. m a I TO CITY OF FORT WORTH tr " o C.C.F. No. D214202367 0 ui C) I O.P.R.T.C.T. LOT 2 <L) Z o I F & W INDUSTRIAL PARK �0L: VOLUME 388-160, PAGE 2 v ; I REMAINDER OF P.R.T.C.T. Ln I 4.369 ACRES (BY DEED)-TRACT IV" FIRST TEXAS HOMES, INC. I C.C.F. No. D210260522 O.P.R.T.C.T. II 15.0' PERMANENT SANITARY w 3 I SEWER EASEMENT w?� I TO CITY OF FORT WORTH r�2F C.C.F. No. D211196939 71 W X o a I FND. 5/8-IR O.P.R.T.C.T. W N Jw I W/CAP STAMPED 0 o JACOBS" S 89'05'01"E 181.22' �xI 60 30 0 60 I � } r REMAINDER OF o d 76.646 ACRES (BY DEED) b CD HARMON ROAD SCALE IN FEET i Z" 81 DEVELOPMENT LP C.C.F. No. D204159922 O.P.R.T.C.T. MATCHLINE"A " 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2 ��eR�o f� PARCEL NO. 16 PE PART 2 CITY PROJ. NO. 002304 �; _ •, PERMANENT WATER FACILITY EASEMENT DOE NO. 7344 CURTIS SMI _» .. ............�. OWNERS: S S HOMES, INC. <', po 5494 SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS • ' EASEMENT ACQUISITION AREA: 7,689 SQUARE FEET OR 0.177 ACRES WHOLE PROPERTY ACREAGE: 4.369 ACRES (BY DEED CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY: JWJ CAD FILE: PAR 16-PE-PT2.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 14, 2015 EXHIBrF B PAGE 2 OF 3 SCALE: 1" = 60' N0. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 16 PE PART 2 CURVE TABLE / CURVE RADIUS DELTA BEARING CHORD ARC SURVEY C-1 1049.92' 09'12'17" N 38'2501"E 168.49' 168.67 JOSIAH WALKER C-2 1079.92' 07'46'56' S 3T42'21"W 146.57' 1 146.68' ABSTRACT N O. 1600 UNE TABLE LINE I BEARING DISTANCE L-1 N 68 13 56'E 15.84' REMAINDER OF \\ L-2 N 89'05'01"W HARMON ROAD 81 39.99' �� W 76.646 ACRES (BY DEED) e REMAINDER OF !4';;:_ DEVELOPMENT LP 4.369 ACRES BY PERMANENT WATER rs>;_:>ss>sr: . co C.C.F. No. D204159922 ry�Y 3 �O/::>:;:;;;:;c:,• u) Ln O.P.R.T.C.T. eC FACILITY EASEMENT pa _:;;;,:;: DEED "TRACT IV" 7,689 SQ. FEET OR �' M �✓ °oma�' FIRST TEXAS o,r?: ;;:::;;::::=: o V o HOMES, INC. 0.177 ACRES :;;:;:>;:;:::"z; '::° N \oz T�w C.C.F. No. D210260522 A o o' Clio PERMANENT DRAINAGE \ ;;::::z';`:a:'y'S �P oO O v FACILITY EASEMENT \�� :-;f.-z_:=t:::`..` -: ;z •�• �ay(aO���' v O' F�c�� Q TO CITY OF FORT WORTH 4pry�' Q' (o �J C.C.F. No. 0214202367 �/ i:: ::;;<'IJ'�j Q O%K 65 LOT I O.P.R.T.C.T. �:_;;:.:';::::::;;.::. ^� ��. wYq,,- PRIVATE PARK ��P����p 1:;.:";: i:i;:`is't r�Q.O C• BLOCK 7 QUAIL GROVE ADDITION .OQcrOY /: :::: :::::: :::�y / \��� G,r� CABINET A, SLIDE 11951 �Al P.R.T.C.T. '°i O~a-'C3 L y 4r ::::::.:::::.Jr / �G'ryti O h w 3°� SOV rr`:: .`<_`'-.:::✓� n y>?���OhOor a O ,a�GP ACQUISITION r U G/ / \ O 4,00• 2G��p�O LOCATION WQ0o�\\ o Z af;:-`........ :_:_ CL o \ rf s ✓ / / \� `�ocl � �� a o ` SUBJECT TRACT & ui LOCATION OF ACQUISITION S 89'05'01"E L-2 181.22'_ _ _ APPARENT r4&��� �j P.O.B. y ` RIGHT-OF-WAY LINE 06'0 S REMAINDER OF PERMANENT DRAINAGE ge�1F0 F4`sj. 76.646 ACRES (BY DEED) FACILITY EASEMENT o q R70,y HARMON ROAD TO CITY OF FORT WORTH R,j s r�0 ®L� 81 DEVELOPMENT LP \ C.C.F. No. D214094800 ���� C.C.F. No. D204159922 O.P. C.T. 0.P.R.T.C.T. 60 30 0 60 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET RT Litlz of Fort Worth Jv 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH OF WATER TRANSMISSION MAIN, PHASE 2 PARCEL NO. 16 PE PART 2 CITY PROJ. NO. 002304 PERMANENT WATER FACILITY EASEMENT DOE NO. 7344 CU "TIS "SMIT " OWNERS: FIRST TEXAS HOMES, INC. "'" """ """'"""""'""' SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 '•. p 5494 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS S EASEMENT ACQUISITION AREA: 7,689 SQUARE FEET OR 0.177 ACRES S WHOLE PROPERTY ACREAGE: 4.369 ACRES (BY DEED) CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY: JWJCAD FILE: PAR16-1?E-PT2.13WG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 14, 2015 jEXHIBtT B PAGE 3 OF 3 1 SCALE: 1" = 60' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 16 TE PART 1 DOE No. 7344 8901 HARMON RD. JOSIAH WALKER SURVEY, ABSTRACT No. 1600 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: , 2015 GRANTOR: FIRST TEXAS HOMES, INC. A TEXAS CORPORATION GRANTOR'S MAILING ADDRESS (including County): 9285 HUNTINGTON SQUARE NORTH RICHLAND HILLS, TARRANT COUNTY, TX 76182-4366 f, GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of the remainder of a 4.369 acre tract of land (by deed) labeled "Tract IV" deeded to First Texas Homes, Inc. as recorded in County Clerk File No. D210260522 of said Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 03/09/2015 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of water line construction. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 03/09/2015 GRANTOR: FIRST TEXAS HOMES, INC. GRANTEE: City of Fort Worth A TEXAS CORPORATION By: Jesus J. Chapa Assistant City Manager (name of person authorized to sign), Title APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_. Notary Public in and for the State of Texas Temporary Constnietion Easement 03/09/2015 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_. Notary Public in and for the State of Texas Temporary Construction Easement 03/09/2015 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 16 TE PART 1 DOE No. 7344 8901 HARMON RD. JOSIAH WALKER SURVEY,ABSTRACT No. 1600 EXHIBIT "A" Being a temporary construction easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of the remainder of a 4.369 acre tract of land (by deed) labeled "Tract IV" deeded to First Texas Homes, Inc. as recorded in County Clerk File No. D210260522 of said Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "RPLS NO. 4818" found for the intersection of the northeasterly right-of-way line of US Highway 287 (a 350' right-of-way) with the southeasterly right-of-way line of Heritage Trace Parkway (a 65.0' dedicated right-of-way) as shown on plat of Quail Grove Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11951 of the Plat Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "RPLS NO. 4818"being the west corner of a 4.500 acre tract of land (by deed) deeded to Bandera Heights LP as recorded in County Clerk File No. D210129395 of said Official Public Records of Tarrant County, Texas; THENCE North 38 degrees 14 minutes 25 seconds West, with the northeasterly right-of-way line of said US Highway 287, a distance of 60.09 feet to a point for the most southerly southeast corner of said 4.369 acre tract of land, said point also being the southwest corner of a 76.646 acre tract of land (by deed) deeded to Harmon Road 81 Development LP as recorded in County Clerk File No. D204159922 of said Official Public Records of Tarrant County, Texas, from which a 1/2 inch iron rod with cap "illegible" found for reference bears North 25 degrees 33 minutes 39 seconds West, a distance of 0.91 feet; THENCE North 38 degrees 14 minutes 25 seconds West, with the northeasterly right-of-way line of said US Highway 287 and with the southwesterly line of said 4.369 acre tract of land, a distance of 4.91 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being the intersection of the northeasterly right-of-way line of said US Highway 287 with the apparent northwesterly right-of-way line of said Heritage Trace Parkway; THENCE North 38 degrees 14 minutes 25 seconds West, with the southwesterly line of said 4.369 acre tract of land and with the northeasterly right-of-way line of said US Highway 287, a distance of 85.58 to a point for corner, from which a 1/2 inch iron rod found for the southwest corner of said 4.369 acre tract of land bears North 38 degrees 14 minutes 25 seconds West, a distance of 7.69 feet, said 1/2 inch iron rod being the most southerly southeast corner of a 56.740 acre tract of land (by deed) labeled "Tract II" deeded to First Texas Homes, Inc. as recorded in County Clerk File No. D210260522 of said Official Public Records of Tarrant County, Texas; Exhibit A Page 1 of 2 THENCE North 69 degrees 48 minutes 02 seconds East, a distance of 17.01 feet to a point for the beginning of a curve to the left having a radius of 1079.92 feet, a central angle of 02 degrees 29 minutes 08 seconds and whose chord bears North 58 degrees 19 minutes 55 seconds East, a distance of 46.84 feet; THENCE with said curve to the left, an arc length of 46.85 feet to a point for corner in the most southerly east line of said 4.369 acre tract of land, said point being in the west line of said 76.646 acre tract of land; THENCE South 00 degrees 05 minutes 59 seconds East, with the most southerly east line of said 4.369 acre tract of land and with the west line of said 76.646 acre tract of land, a distance of 95.29 feet a point for corner in the apparent northwesterly right-of-way line of said Heritage Trace Parkway; THENCE South 51 degrees 45 minutes 44 seconds West, with the apparent northwesterly right- of-way line of said Heritage Trace Parkway, a distance of 3.85 feet to the POINT OF BEGINNING and containing 2,740 square feet or 0.063 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: September 14, 2015 OF T .SreR CURTIS SMITH Curtis Smith r °'.' 5494 Registered Professional Land Surveyor v ��FEss�°`'P�o No. 5494 S U R`� Texas Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT 99B 99 PARCEL No. 16 TE PART 1 CURVE TABLE CURVE I RADIUS DELTA BEARING CHORD ARC C-1 1079.92' 02'29'08" N 56'19'55"E 46.84' 46.85' \ REMAINDER OF W - I 4.369 ACRES (BY DEED) W P�KNo 51600 N F=N F FIRST TEXAS HOMES, INC. X05\A H RpG� 0 w U o C.C.F. No. D210260522 w u' 6�� O.P.R.T.C.T. s WQ�- Zo ti �0 �L U Ln u U REMAINDER OF !� 76.646 ACRES (BY DEED) HARMON ROAD 81 DEVELOPMENT LP C.C.F. No. D204159922 F o� I O.P.R.T.C.T, 42 J 1/2"IR .' '".: };):} .................LINE SOF P`� ll LINE BEARING DISTANCE N 38't7.s 25"W t: ;:.:?::a :;_::::.. QP�F�� Q•cGv��oo��G9�� L-1 N 38'14'25"W 4.91' L-2 N 38'14'251W 85.58' q0 L-3 N 69'48'02'E 17.01' 10. N7 � . L-4 S 0005'59'E 95.29' 70 XTO ENERGYSNC, ` ;` .... 'C... . C.C.F. No. D204136415L-5 S 51'45'44"W 5' �P e5 � O.P.R.T.C.T. { TEMPORARY __ APPARENT OWNERSHIP IS FIRST CONSTRUCTION EASEMENT I TEXAS HOMES, INC. TRACT N 2,740 SQ. FEET OR I ( INCLUDED IN PLAT 6FOR2QUAILRGROVE 0.063 ACRES ADDITION AND BEING LOCATED IN THE SEE 65.0' HERITAGE TRACE PARKWAY P.0.lJ D. y \DETAIL A" RIGHT-OF-WAY DEDICATION cP• '0 Rc2 \ 4.500 ACRES (BY DEED) DETAIL A" sy BANDERA HEIGHTS LP C.C.F. No. D210129395 95.29' \ O.P.R.T.C.T. 50 25 0 50 �\ L-5 FND 1/2-IR W/CAP yp "ILLEGIBLE" BEARS SCALE IN FEET P.f7,�,60.09° N 25'33'39"W 0.91' !s?•� --a- NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE ACQUISITION SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS LOCATION -F SHOWN ARE SURFACE. SUBJECT TRACT & 3. SURVEYED ON THE GROUND JULY 7, 2015. LOCATION OF ACQUISITION ® oAIt-,4 ity or Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48—INCH WATER TRANSMISSION MAIN, PHASE 2 ��••• F. T� ,�P,•���S reRF•:;fy PARCEL NO. 16 TE PART 1 CITYPROJ. N0. 002304 TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 �..—......._...............'...... CURTIS SMITH OWNERS: FIRST TEXAS HOMES, INC. _.. . . M.... ..... ... SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 05494 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 2,740 SQUARE FEET OR 0.063 ACRES S WHOLE PROPERTY ACREAGE: 4.369 ACRES BY DEED) CURTIS SMITH JOB No. FNI_1501.00 I DRAWN BY: JWJ CAD FILE: PAR16-TE-PTI.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 14, 2015 1 EXHIBIT B PAGE 1 OF 1 1 SCALE: 1" = 50' IND. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 16 TE PART 2 DOE No. 7344 8901 HARMON RD. JOSIAH WALKER SURVEY, ABSTRACT No. 1600 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: , 2015 GRANTOR: FIRST TEXAS HOMES, INC. A TEXAS CORPORATION GRANTOR'S MAILING ADDRESS (including County): 9285 HUNTINGTON SQUARE NORTH RICHLAND HILLS, TARRANT COUNTY, TX 76182-4366 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of the remainder of a 4.369 acre tract of land (by deed) labeled "Tract IV" and out of the remainder of a 56.740 acre tract of land labeled "Tract II", both tracts being deeded to First Texas Homes, Inc. as recorded in County Clerk File No. D210260522 of said Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". Temporary Construction Easement 03/09/2015 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of water line construction. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 03/09/2015 GRANTOR: FIRST TEXAS HOMES, INC. GRANTEE: City of Fort Worth A TEXAS CORPORATION By: Jesus J. Chapa Assistant City Manager (name of person authorized to sign), Title APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_. Notary Public in and for the State of Texas r' Temporary Construction Easement 03(09/2015 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_. Notary Public in and for the State of Texas Temporary Construction Easement 03/09/2015 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 16 TE PART 2 DOE No. 7344 9200 NW 287 HWY AND 8901 HARMON RD. JOSIAH WALKER SURVEY, ABSTRACT No. 1600 EXHIBIT "A" Being a temporary construction easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of the remainder of a 4.369 acre tract of land (by deed) labeled "Tract IV" and out of the remainder of a 56.740 acre tract of land labeled "Tract II", both tracts being deeded to First Texas Homes, Inc. as recorded in County Clerk File No. D210260522 of said Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "RPLS NO. 4818" found for the intersection of the northeasterly right-of-way line of US Highway 287 (a 350' right-of-way) with the southeasterly right-of-way line of Heritage Trace Parkway (a 65.0' dedicated right-of-way) as shown on plat of Quail Grove Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11951 of the Plat Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "RPLS NO. 4818" being the west corner of a 4.500 acre tract of land (by deed) deeded to Bandera Heights LP as recorded in County Clerk File No. D210129395 of said Official Public Records of Tarrant County, Texas; THENCE North 38 degrees 14 minutes 25 seconds West, with the northeasterly right-of-way line of said US Highway 287, a distance of 60.09 feet to a point for the most southerly southeast corner of said 4.369 acre tract of land, said point being the southwest corner of a 76.646 acre tract of land (by deed) deeded to Harmon Road 81 Development LP as recorded in County Clerk File No. D204159922 of said Oficial Public Records of Tarrant County, Texas, from which a 1/2 inch iron rod with cap "illegible" found for reference bears North 25 degrees 33 minutes 39 seconds West, a distance of 0.91 feet, from which a 1/2 inch iron rod found for the southwest corner of said 4.369 acre tract of land bears North 38 degrees 14 minutes 25 seconds West, a distance of 98.17 feet, and from which a point for the intersection of the northeasterly right-of-way line of said US Highway 287 with the apparent northwesterly right-of-way line of said Heritage Trace Parkway bears North 38 degrees 14 minutes 25 seconds West, a distance of 4.91 feet; THENCE North 38 degrees 14 minutes 25 seconds West, with the southwesterly line of said 4.369 acre tract of land and with the northeasterly right-of-way line of said US Highway 287, passing at a distance of 4.91 feet, a point for the intersection of the northeasterly right-of-way of said US Highway 287 with the apparent northwesterly right-of-way line of said Heritage Trace Parkway, in all, a distance of 122.03 feet to a 1/2 inch iron rod found for the southwest corner of said 4.369 acre tract of land, said 1/2 inch iron rod also being the most southerly southeast corner of said 56.740 acre tract of land; THENCE North 38 degrees 14 minutes 25 seconds West, with the southwesterly line of said 56.740 acre tract of land and with the northeasterly right-of-way line of said US Highway 287, a distance of 23.87 feet to the POINT OF BEGINNING of the herein described temporary construction easement; Exhibit A Page 1 of 2 THENCE North 38 degrees 14 minutes 25 seconds West, with the southwesterly line of said 56.740 acre tract of land and with the northeasterly right-of-way line of said US Highway 287, a distance of 21.03 feet a point for corner; THENCE North 69 degrees 48 minutes 02 seconds East, a distance of 28.76 feet to a point for the beginning of a curve to the left having a radius of 1029.92 feet, a central angle of 04 degrees 03 minutes 06 seconds and whose chord bears North 57 degrees 18 minutes 11 seconds East, a distance of 72.82 feet; THENCE with said curve to the left, an arc length of 72.83 feet to a point for corner in the most southerly east line of said 4.369 acre tract of land, said point being in the west line of said 76.646 acre tract of land; THENCE South 00 degrees 05 minutes 59 seconds East, with the most southerly east line of said 4.369 acre tract of land and with the west line of said 76.646 acre tract of land, a distance of 24.19 feet to a point for the beginning of a non-tangent curve to the right having a radius of 1049.92 feet, a central angle of 03 degrees 24 minutes 07 seconds and whose chord bears South 57 degrees 43 minutes 42 seconds West, a distance of 62.33 feet; THENCE with said non-tangent curve to the right, an are length of 62.34 feet to a point for corner; THENCE South 69 degrees 48 minutes 02 seconds West, a distance of 24.07 feet the POINT OF BEGINNING and containing 1,880 square feet or 0.043 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: September 14, 2015 OF T Curtis Smith Registered Professional Land Surveyor CURTIS SMITH � No. 5494 v,Go Fss4o?P�o Texas Firm No. 10106900 S U Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 16 TE PART 2 CURVE TABLE o`` o``�O, LINE BEARING TABS DISTANCE CURVE I C-1 1029!92' 04'03'6" N BUS I DEEARING"E 72 82p I ARC 72 83' p4`'-`O p��Q OyY L-1 N 38`1425W 21.03' C-2 1049.92' 03'24'07' S 57.43.42-W 62.33' 62.34' ��`oQO��^�0 L-2 N 69'48'02E 28.76' QF PGo�Q��ok L-3 S 00'05'59"E 24.19' b o p G L-4 S 69- o. 9' 24.D7' JOSIAH WALKER SURVEY '� S �• ABSTRACT No. 1600 ,...;.;:::•:.::.::.... TEMPORARY REMAINDER OF ,L'`;:::::: <�; :;�i`�y CONSTRUCTION EASEMENT 56.740 ACRES (BY DEED) L�2 :; `:.:...:.... ............. 1,880 SQ. FEET OR "TRACT II" : ': =`.:. :;::::::•:y G� 0.043 ACRES FIRST TEXAS HOMES, INC. ``:: : : :"y � �`��::'::::-,: ��'•``�°'' REMAINDER OF C.C.F. No. D210260522 �i ' y�� 4.369 ACRES (BY DEED) O.P.R.T.C.T. "TRACT IV" FND. FIRST TEXAS HOMES, INC. y v Gs P.O.B. 1/2-IR C.C.F. No. D210260522 \ O.P.R.T.C.T. `?sod l^ N 38'14'25-W 23.8 7 F v \ Y/ O 95,P �p� � o�cy9 ask oF�� G��a�� ST 10.0' GAS LINE EASEMENT \ j� ! pO \o, TO XTO� C.C.F. oED204136415 v'2 NERGY INC. \\ �\G bb G�Op �G�' O.P.R.T.C.T. •O �G P �J APPARENT OWNERSHIP IS FIRST s TEXAS HOMES, INC, TRACT IV r C.C.F. No. D210260522 0.P.R.T.C.T. \ INCLUDED IN PLAT FOR QUAIL GROVE ADDITION AND BEING LOCATED IN THE \ 65.0' HERITAGE TRACE PARKWAY 1� SEE RIGHT-OF-WAY DEDICATION Z \DETAIL A„ 60 •00�s-y- \ 4.500 ACRES (BY DEED) 9,. "DETAIL A" BANDERA HEIGHTS LP C.C.F. No. D210129395 50 25 0 50 .0 \ O.P.R.T.C.T. FND 1/2-IR W/CAP "ILLEGIBLE" BEARS Po •Q \ SCALE IN FEET P'0'g' N 25.33'39"W 0.91' �s�;•� \ 60. 9' NOTES: O�(9 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE ACQUISITION SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS LOCATION SHOWN ARE SURFACE. SUBJECT TRACT & 3. SURVEYED ON THE GROUND JULY 7, 2015. LOCATION OF ACQUISITION ORT WORT % FortW"---%rth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE If 48—INCH ;0 WATER TRANSMISSION MAIN, PHASE 2 P . AleR a v PARCEL NO. 16 TE PART 2 CITY PROJ. NO. 002304 :�P TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 - ,_•• H„•»•••.. ..........•.............. CURTIS SMITH OWNERS: FIRST TEXAS HOMES, INC. "�""""""""""""""."""""'•" SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 < ';°p 5494 Pte? LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS � �FESS��?' �0 EASEMENT ACQUISITION AREA: 1,880 SQUARE FEET OR 0.043 ACRES SUR`I� WHOLE PROPERTY ACREAGE: 37.207 ACRES (CALCULATED) CURTIS SMITH JOB No. FNI_1501.00 DRAWN BY: JWJ I CAD FILE: PAR16-TE-PT2.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE SEPTEMBER 14, 2015 1 EXHIBIT B PAGE 1 OF 1 1 SCALE: 1" = 50' N0. 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 16 TE PART 3 DOE No. 7344 8901 HARMON RD. JOSIAH WALKER SURVEY, ABSTRACT No. 1600 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: , 2015 GRANTOR: FIRST TEXAS HOMES, INC. A TEXAS CORPORATION GRANTOR'S MAILING ADDRESS (including County): 9285 HUNTINGTON SQUARE NORTH RICHLAND HILLS, TARRANT COUNTY, TX 76182-4366 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of the remainder of a 4.369 acre tract of land (by deed) Iabeled "Tract IV" deeded to First Texas Homes, Inc. as recorded in County Clerk File No. D210260522 of said Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". i Temporary Construction Easement 03/09/2015 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of water line construction. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 03/09/2015 GRANTOR: FIRST TEXAS HOMES, INC. GRANTEE: City of Fort Worth A TEXAS CORPORATION By: Jesus J. Chapa Assistant City Manager (name of person authorized to sign), Title APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared ' known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas Temporary Construction Easement 03/09/2015 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_. Notary Public in and for the State of Texas "rempormy Construction Easement 03/09/2015 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN,PHASE 2 PARCEL No. 16 TE PART 3 DOE No. 7344 8901 HARMON RD. JOSIAH WALKER SURVEY,ABSTRACT No. 1600 EXHIBIT "A" Being a temporary construction easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of the remainder of a 4.369 acre tract of land (by deed) labeled "Tract IV" being deeded to First Texas Homes, Inc. as recorded in County Clerk File No. D210260522 of said Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "RPLS NO. 4818" found for the intersection of the northeasterly right-of-way line of US Highway 287 (a 350' right-of-way) with the southeasterly right-of-way line of Heritage Trace Parkway (a 65.0' dedicated right-of-way) as shown on plat of Quail Grove Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11951 of the Plat Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "RPLS NO. 4818" being the west corner of a 4.500 acre tract of land (by deed) deeded to Bandera Heights LP as recorded in County Clerk File No. D210129395 of said Official Public Records of Tarrant County, Texas; THENCE North 38 degrees 14 minutes 25 seconds West, with the northeasterly right-of-way line of said US Highway 287, a distance of 60.09 feet to a point for the most southerly southeast corner of said 4.369 acre tract of land, said point being the southwest corner of a 76.646 acre tract of land (by deed) deeded to Harmon Road 81 Development LP as recorded in County Clerk File No. D204159922 of said Official Public Records of Tarrant County, Texas, from which a 1/2 inch iron rod with cap "illegible" found for reference bears North 25 degrees 33 minutes 39 seconds West, a distance of 0.91 feet, from which a 1/2 inch iron rod found for the southwest corner of said 4.369 acre tract of land bears North 38 degrees 14 minutes 25 seconds West, a distance of 98.17 feet, and from which a point for the intersection of the northeasterly right-of-way line of said US Highway 287 with the apparent northwesterly right-of-way line of said Heritage Trace Parkway bears North 38 degrees 14 minutes 25 seconds West, a distance of 4.91 feet; THENCE North 00 degrees 05 minutes 59 seconds West, with the most southerly east line of said 4.369 acre tract of land and with the most southerly west line of said 76.646 acre tract of land, a distance of 294.74 feet to a 5/8 inch iron rod with cap stamped "JACOBS" found for in interior ell corner in the east line of said 4.369 acre tract of land, said 5/8 inch iron rod with cap stamped "JACOBS" being an exterior ell corner in the west line of said 76.646 acre tract of land; THENCE South 89 degrees 05 minutes 01 seconds East, with the most northerly south line of said 4.369 acre tract of land and with the most westerly north line of said 76.646 acre tract, a distance of 221.21 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being the beginning of a non-tangent curve to the left having a radius. of 1079.92 feet, a central angle of 07 degrees 46 minutes 56 seconds and whose chord bears North 37 degrees 42 minutes 21 seconds East, a distance of 146.57 feet; Exhibit A Page 1 of 3 THENCE with said non-tangent curve to the left, an arc length of 146.68 feet to a point for corner; THENCE North 33 degrees 48 minutes 53 seconds East, a distance of 80.41 feet to a point for corner in the most northerly east line of said 4.369 acre tract of land, said point being in the most northerly west line of said 76.646 acre tract of land; THENCE South 00 degrees 15 minutes 48 seconds East, with the most northerly east line of said 4.369 acre tract of land and with the most northerly west line of said 76.646 acre tract of land, a distance of 133.04 feet to a point for the intersection of the most northerly east line of said 4.369 acre tract of land and the most northerly west line of said 76.646 acre tract of land with the apparent northwesterly right-of-way line of said Heritage Trace Parkway, said point being the beginning of a non-tangent curve to the right having a radius of 1065.00 feet, a central angle of 03 degrees 27 minutes 47 seconds and whose chord bears South 37 degrees 12 minutes 26 seconds West, a distance of 64.36 feet; THENCE with the apparent northwesterly right-of-way line of said Heritage Trace Parkway and with said non-tangent curve to the right, an arc length of 64.37 feet to a point for the intersection of the most northerly south line of said 4.369 acre tract of land and the most westerly north line of said 76.646 acre tract of land with the apparent northwesterly right-of-way line of said Heritage Trace Parkway; THENCE North 89 degrees 05 minutes 01 seconds West, with the most northerly south line of said 4.369 acre tract of land and with the most westerly north line of said 76.646 acre tract, a distance of 96.10 feet to the POINT OF BEGINNING and containing 10,866 square feet or 0.249 acres of land, more or less. Exhibit A Page 2 of 3 Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: September 14, 2015 OF T Curtis Smith /vCURTIS SMITH 5494 Registered Professional Land SurveyorFESS�oo No. 5494 S Texas Firm No. 10106900 f, Exhibit A Page 3 of 3 EXHIBIT "B " PARCEL No. 16 TE PART 3 MA TCHLINE"A " I W ZN I zN0 0 LOT 2 o r w N } —LO F & W INDUSTRIAL PARK a m=o v I t- m}(7j c REMAINDER OF VOLUME 388-l60 PAGE 2 0"r _' ti O uj N 76.646 ACRES (BY DEED) ' Z w o A o: I (/1 H �O h HARMON ROAD 81 DEVELOPMENT LP P.R.T.C.T. waw o. W U O'-U 4 a t- zo W Z N C.C.F. No. D204159922 w d I A L) ®~ O.P.R.T.C.T. X0 amu: I Z Q�N n Li I w (0o zo N JOSIAH WALKER SURVEY ``' ®�LL: ABSTRACT No. 1600 �( in I �(3 o I o O Z DETAIL A" FND. 1/2"IRF \ A V��� \Py tea, 10.0' GAS LINE EASEMENT y ��P �rvPAl TO XTO ENERGY INC. FND 1/2-IR W/CAP C.C.F. No. D204136415A, 01�� L� ld "ILLEGIBLE" BEARS O.P.R.T.C.T. 4V r'y �� P ��0'o °q, 60.09 -- N 25'33'39" 0.91' G 94 ? G �� 1, APPARENT OWNERSHIP IS FIRST ,�' \_ Pe �`Q o- TEXAS HOMES, INC. TRACT IV �Q- �p�O`)P\�F Q� 0 C.C.F. No. D210260522 O.P.R.T.C.T. \ LO Gp INCLUDED IN PLAT FOR QUAIL GROVE ADDITION AND BEING LOCATED IN THE SEE 65.0' HERITAGE TRACE PARKWAY "DETAIL A" do -'v.RIGHT-OF-WAY DEDICATION � G o �. � .oma ask 9 4 E ANDERAHEIGDEED) HTS LP `ASO �r C.C.F. No. D210129395 O.P.R.T.C.T. 60 30 0 60 �, P.0.C. �y �� FND 1/2"IR W/C "RPLS NO. 18 \ SCALE IN FEET \lf� �- J ACQUISITION NOTES: LOCATION 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SUBJECT TRACT & 3. SURVEYED ON THE GROUND JULY 7, 2015. LOCATION OF ACQUISITION L.IlLy "Of Fort WCJ%ruloll 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48—INCH WATER TRANSMISSION MAIN, .PHASE 2 �� �� TF P • ' �srAlE PARCEL NO. 16 TE PART 3 CITY PROJ. NO. 002304 �:' o';(J) TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 _�_wI.......SM.I...._,......_ CURTIS SMITH OWNERS: FIRST TEXAS HOMES, INC. SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 `• 5494 �- y •.,oF �. O LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 10,866 SQUARE FEET OR 0.249 ACRES S U WHOLE PROPERTY ACREAGE: 4.369 ACRES (BY DEED) CURTIS SMITH JOB No. FNI-1501.00 DRAWN 8Y: JWJ CAD FILE: PAR16-TE-PT3.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 14, 2015 IENHIBIT B PAGE 1 OF 3 1 SCALE: 1" = 60' N0. 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 16 TE PART 3 AN LOCATION `KER SU600 I 30s\P�RNcl N°' 1 I p,85 SUBJECT TRACT & LOCATION OF ACQUISITION W —0 I PERMANENT DRAINAGE w vi m FACILITY EASEMENT Ol wN m_�o� TO CITY OF FORT WORTH o:` -o m C.C.F. No. D214202367 o m c~i En w I O.P.R,T.C.T. LOT 2 Zza� z°oa F & W INDUSTRIAL PARK w s F,: I REMAINDER OF VOLUME 388-160, PAGE 2 P.R.T.C.T. Loi � I 4.369 ACRES (BY DEED)" RACT IV" FIRST TEXAS HOMES, INC. C.C.F. No. D210260522 O.P.R.T.C.T. Z N 15.0' PERMANENT SANITARY w'3 a ( SEWER EASEMENT W?w I TO CITY OF FORT WORTH (nr�2 C.C.F. No. D211196939 wX O U I FND. 5/8"IR O.P.R.T.C.T. JW m I W/CAP STAMPED o a JACOBS" S 89,05,01.E 221.21' <04 � I - - - - - - - 60 30 0 60 to ( nREMAINDER OF to Orn 76.646 ACRES (BY DEED) HARMON ROAD SCALE IN FEET I Z N B1 DEVELOPMENT LP C.C.F. No. D204159922 O.P.R.T.C.T. NOTES: MATCHLINE"A " 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ONTHE GROUND JULY 7, 2015. ®itl ®i11 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48—INCH OF WATER TRANSMISSION MAIN, PHASE 2 PARCEL NO. 16 TE PART 3 CITY PROJ. NO. 002304 TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 _.._--- ��.�_....._,._. CURTISIS SMITH [DATE: NRS: FIRST TEXAS HOMES, INC. RVEY: J051AH WALKER SURVEY, ABSTRACT NO. 1600 AOF�494�; O CATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EMENT ACQUISITION AREA: 10,866 SQUARE FEET OR 0.249 ACRES S LE PROPERTY ACREAGE: 4.369 ACRES (BY DEED) CURTIS SMITH No. FNI-1501.00 DRAWN BY: JWJ CAD FILE: PAR16—TE—PT3.DWG REGISTERED PROFESSIONAL LAND SURVEYOR SEPTEMBER 14, 2015 1 EXHIBIT B PAGE 2 OF 3 1 SCALE: 1" = 60' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 16 TE PART 3 CURVE TABLE CC-iE 1RADIUS 9!92' OT46'56" N 3T4121"E 46.570' 146868' ,�Q$►AH WALKER SURVDELEY C-2 1065.00' 1 03'27'47"IS 3T12-26-WI 64.36' 1 64,37' ABSTRACT N O• 1600 / I LINE TABLE LINE I BEARING I DISTANCE \ L-1 N 33'48'53"E 80.41' REMAINDER OF REMAINDER OF76.646 ACRES (BY DEED) L� TEMPORARY HARMON ROAD 81 4.369 ACRES BY ( \ CONSTRUCTION DEVELOPMENT LP DEED)"TRACT IV" EASEMENT C.C.F. No. D204159922 FIRST TEXAS 10,866 SQ. FEET OR O.P.R.T.C.T. HOMES, INC. 0.249 ACRES C.C.F. No. D210260522 O.P.R.T.C.T. \ ""' PERMANENT DRAINAGE FACILITY EASEMENT /�•'•''•': •`•`•' O O (� Q' TO CITY OF FORT WORTHL4::::;6::;:;:: ►7 Q' 6 J 0 C.C.F. No. D214202367 z \ 'F:^ : :7:4:} M \ ACTT LOT 1 O.P.R.T.C.T. :::::::..:.::. Q•� PRIVATE PARK F-worn \ /:•i?i:.`iii?:}ii:iii'. /•` w O z N 3'0 /}iiiii:i:::iii:}:?:c•:?i: �V OF w¢ rn W BLOCK 7 Q wF w Li1.: ':i:'ii{idir?:?ri•i ` eQUAIL GROVE ADDITIONz 3 zzwo v :i....- d Lim �. CABINET A, SLIDE 11951 o N p N v a w Ld?::: :i::i:i:::i:i:::r"::::}i?:: Uy ��Q ��O 2� P.R.T.C.T. } w w p vJ O Z a f:•i:•i''•:ir:•i?:4i:riiii:::':•iii:� \[l O�`�"•O� Al W y,ti o p T., O L•i?}i:j�Y.•:?:::•i:•r:::•::•:is}iiii:•}::i:i:?i •b �m z_Oza vio �� /::;•:: _......... O Z 3 c� O r z o c5 /.f is r:}iiia};:;(:::?!::i:{:i::i; F:; v) ° w O ci a�_ �2�i oOFO 04'O�� ACQUISITION ~w o N v a o v v /l:... ':?:::' (:::(<::::{:?: :::?:•::5:?? �4 0`1�. o QY�� LOCATION W Q w p F G/.':ii;ti:rcii:i.i:-... v:iiii?i•iiiiiae: •ii:•:ii1S:f;J 2�O �' h Z w w /.'i: ?:4i:C:.iiS:•..�- :::i':::i:::i i:i:::: Q O�Vw�P Q O o 4. \ f..-ia.r :?::: : i•i&r::.•........................... Q� o• O AP 0: O \ .(iii::...::e::••::r::::::::•. :c:•i:: anti :::•.: ' ::::::::':::::::;::` `: :::::::` : :::?` `�'o`�� �h� ci 0 0d \ �, .:;ci;;' /ry �000h �` SUBJECT TRACT & :.•:::.:::::/. .•......•• -��:.. •.. � :: �► P LOCATION OF ACQUISITION ...... .................... ........................... �1 S 89.05'01"E , N _ 221.21' N 69'05.01"W 96.10 Q(� APPARENT ri V y7 nn ` RIGHT-OF-WAY LINEL`600,S REMAINDER OF P•0•JD• PERMANENT DRAINAGE 40, 1F DF��S 76.646 ACRES (BY DEED) FACILITY EASEMENT ^$�1 HARMON ROAD TO CITY OF FORT WORTH 81 DEVELOPMENT LPC.C,F. No. D214094800 C.C.F. No. D204159922 \ O.P.R.T.C.T. T /9S�gJ� O.P.R.T.C.T. NOTES: 60 30 0 60 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48--INCH WATER TRANSMISSION MAIN, PHASE 2 �E•„ F,. T� �Q ..... S TE—'*-- PARCEL NO. 16 TE PART 3 CITY PROJ. NO. 002304 :' %%.tP TEMPORARY CONSTRUCTION EASEMENT DOE N0. 7344 CURTIS SMITH OWNERS: FIRST TEXAS HOMES, INC. "'�"''”' "' SURVEY: JOSIAH WALKER SURVEY, ABSTRACT N0. 1600 .:poF5494 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 10,866 SQUARE FEET OR 0.249 ACRES S WHOLE PROPERTY ACREAGE: 4.369 ACRES (BY DEED CU RTIS SMITH JOB No, FNL1501.00 DRAWN BY: JWJ CAD FILE: PAR16-TE-PT3.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE SEPTEMBER 14, 2015 EXHIBIT B PAGE 3 OF 3 1 SCALE: 1" = 60' INO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 Page 1 of 8 D216260547 1114/2016 8:44 AM PGS 8 Fee: $44.00 Submitter: XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records Mary Louise Garcia NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 17 PE PART 1 DOE No. 7344 8739 HARMON RD. JOSIAH WALKER SURVEY, ABSTRACT No. 1600 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: C Z , 201 j;- GRANTOR: HARMON ROAD 81 DEVELOPMENT LP A TEXAS LIMITED PARTNERSHIP GRANTOR'S MAILING ADDRESS (including County): 5409 MIRAMAR LN COLLEYVILLE, TARRANT COUNTY, TX 76034-5566 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH,TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: .Being a permanent water facility easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being out of the remainder of a 76.646 acre tract of land (by deed) deeded to Harmon Road 81 Development LP as recorded in County Clerk File No. D204159922 of the Official Public Records of Tarrant County, Texas, said permanent water facility easement being more particularly described in Exhibits"A" and "B". Permanent water Facility Fasement Rev,05112/2010 Page 2 of 8 Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Property and more fully described In Exhibit"A" attached hereto and incorporated herein for all pertinent purposes,together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. in no event shall Grantor(1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (11) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. ' However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. Under Chapter 21, Subchapter E of the Texas Property.Code, as amended, the Grantor or the Grantor's heirs,successors,or assigns,may be entitled before the 10th anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this easement instrument,and the repurchase price will be the price the City paid the Grantor in this acquisition. When the context requires,singular nouns and pronouns include the plural. Page 3 of 8 GRANTOR: HARMON ROAD 81 GRANTEE: City of Fort Worth DEVELOPMENT LP, A TEXAS LIMITED PARTNERSHIP By:MIRAMAR, LLC Its general partner Jesus J. Chapa Assistant City Manager By. Kim G I, Director APPROVED AS TO FORM AND LEGALITY Assist I y Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authorit , a Notary Public in and for the State of Texas, on this day personally appeared ��'r," 6,.'7! , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Awfta". wK..vk that he/she executed the same as the act of said e„ „�,�. ��,,.rt. � ,. L PO for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20A. » r, Not y Public in and for the S ate of Texas o p qhs RICARDp SAtAZAR, II Notary Public,State of Texas ?N. as My Commission Expires February 25, 2018 b+tu„iP Page 4 of 8 ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 24110. Notary Public in and for the Stat f Texas LINDA M. HIRRLINGER mak'- -rdotary Public,Slate of Texas '•x .'vF Comm. Expires 02-02-2018 g+'� Notary ID 12414474-6 Page 5 of 8 NORTHSIDE II 48 INCH WATER TRANSMISSION MAIN,PHASE 2 PARCEL No. 17 PE PART 1 DOE No. 7344 8739 HARMON RD. JOSIAH WALKER SURVEY,ABSTRACT No. 1.600 EXHIBIT"A" Being a permanent water facility easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being out of the remainder of a 76.646 acre tract of land (by deed) deeded to Harmon Road 81 Development LP as recorded in County Clerk File No. D204159922 of the Official Public Records of Tarrant County, Texas, said permanent water facility easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "RPLS NO. 4818" found for the intersection of the northeasterly right-of-way line of US Highway 287 (a 350' right-of-way) with the southeasterly right-of-way line of Heritage Trace Parkway(a 65.0' dedicated right-of-way) as shown on plat of Quail Grove Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11951 of the Plat Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "RPLS NO. 4818"being the west corner of a 4.500 acre tract of land (by deed) deeded to Bandera Heights LP as recorded in County Clerk File No. D210129395 of said Official Public Records of Tarrant County, Texas; THENCE North 38 degrees 14 minutes 25 seconds West, with the northeasterly right-of-way line of said US Highway 287, a distance of 60.09 feet to a point for the most southerly southwest corner of said 76.646 acre tract of land, said point being the most southerly southeast corner of a 4.369 acre tract of land (by deed) labeled "Tract W" deeded to First Texas Homes, Inc, as recorded in County Clerk File No. D210260522 of said Official Public Records of Tarrant County, Texas, from which a 1/2 inch iron rod with cap"illegible"found for reference bears North 25 degrees 33 minutes 39 seconds West, a distance of 0.91 feet and from which a 1/2 inch iron rod found for the southwest corner of said 4.369 acre tract of land bears North 38 degrees 14 minutes 25 seconds West, a distance of 98.17 feet, and from which a point for the intersection of the northeasterly right-of-way line of said US Highway 287 with the apparent northwesterly right-of- way ight-ofway line of said Heritage Trace Parkway bears North 38 degrees 14 minutes 25 seconds West, a distance of 4.91 feet; THENCE North 00 degrees 05 minutes 59 seconds West, with the most southerly west line of said 76.646 acre tract of land and with the most southerly east line of said 4.369 acre tract of land, a distance of 101.53 feet to the POINT OF BEGINNING of the herein described permanent water facility easement; THENCE North 00 degrees 05 minutes 59 seconds West, with the most southerly west line of said 76.646 acre tract of land and with the most southerly east line of said 4.369 acre tract of land, a distance of 35.91 feet to a point for the beginning of a non-tangent curve to the left having a radius of 1049.92 feet, a central angle of 13 degrees 00 minutes 28 seconds and whose chord bears North 49 degrees 31 minutes 24 seconds East, a distance of 237.85 feet, from which a 5/8 inch iron rod with cap stamped Exhibit A Page 1 oft Page 6 of 8 "JACOBS" found for an interior ell corner in the west line of said 76.646 acre tract of land bears North 00 degrees 05 minutes 59 seconds West, a distance of 157.30 feet, said 5/8 inch iron rod with cap stamped "JACOBS" being an interior ell corner in the east line of said 4.369 acre tract of land; THENCE with said non-tangent curve to the left, an arc length of 238.36 feet to a point for corner in the most westerly north line of said 76.646 acre tract of land, said point being in the most easterly south line of said 4.369 acre tract of land; THENCE South 89 degrees 05 minutes 01 seconds East, with the most westerly north line of said 75.646 acre tract of land and with the most easterly south line of said 4.369 acre tract of land, a distance of 39.99 feet to a point for the beginning of a non-tangent curve to the right having a radius of 1079.92 feet, a central angle of 15 degrees 29 minutes 32 seconds and whose chord bears South 49 degrees 20 minutes 35 seconds West, a distance of 29 1.11 feet; THENCE with said non-tangent curve to the right, an arc length of 292.00 feet to the POINT OF BEGINNING and containing 7,958 square feet or 0.183 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface, (3) Surveyed on the ground July 7, 2015. Date: September 14,2015 CURTIS SMITH Curtis Smith °poF5494 i0 tia suR Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Exhibit A Page 2 of 2 Page 7 of 8 EXHIBIT 51B PARCEL No. 17 PE PART > LINE TABLE I FND. 5/8"1R W/CAP STAMPED "JACOBS" ;i:;:g{.;;; LINE BEARING DISTANCE I f %+::; ,:, :: , L-1 I N 0(r05 54 351.991V-1I 0 L-2 N 3B'1425 4.91 a zN /f..:r;:r'::';i::::s:,:.:,:v::::.r✓ m.p O ya Ids $ I f G 0;; p b �� :,_ .......... .•A•': �tyy P,� ter, •' ...'<: a¢ 6. W�g z iso yzo M rn� Q���f I n I/S t1 I t '101 �z �����.� I �.D.B. Q•��{��Qt��� p'� Q 9J FND. aN1/2-IR 0 10.00 AS INERGYNE EAS HENT0. C�1GG�' �gy, C. C.C.F. No. D2041;56415 \ F O' , 4� 04' O.P.R.T.0-T. si in O U' G� '�Q�t APPARENT OWNERSHIP IS FIRST a's TEXAS HOMES, INC. TRACT IV C.C,F. No, D210260522 O.P.R.T.C.T. SEE INCLUDED IN PLAT FOR QUAIL GROVE ADOIT10N AND BEING LOCATED IN THE ------"DETAIL A" 65.0' HERITAGE TRACE PARKWAY ©1 RIGHT-OF-WAY DEDICATION ""DETAIL Ati 1 W o 9 Pc�np�rpy�t �• a u. yo O4J�o �.- FND 1/2-IR W/CAP o�'�k F' 04. "ILLEGIBLE" BEARS 80.04'^ N 25'33'39W 0.91' CURVE TABLE P.0.C. \\ ALOCAT LOCATION CURVE RADIUS DELTA BEARING CHORD ARC FND 1/2-IR W/CAP C-t 1049.92' 13.00'28' N 49'3t 24 E BUR 238.38 "RPLS NO.4alS " \ SUBJECT TRACT & G-2 1079.92 152932 S 44'2035 241.11 242.00 \LOCATION OF ACQUISITION NOTES: 50 25 0 50 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, . NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET Cl t y of i-c)rt Worth rth 1000 THROCKMORTON STREET - FORT WORTH, TEXAS 76102 NORTHSIDE II 48'--INCHF, WATER TRANSMISSION MAIN, PHASE 2 ����,�... le � PARCEL NO. 17 PE PART 1 I CITY PROD. NO. 002304 PERMANENT WATER FACILITY EASEMENT I DOE NO, 7344 CURTIS _SMITH OWNERS: HARMON ROAD 81 DEVELOPMENT LP r':8 5494 SURVEY: JOSIAH WALKER SURVEY, ABSTRACT N0, 1600 y LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 7,958 SQUARE FEET OR 0.183 ACRES SU", WHOLE PROPERTY ACREAGE: 1.132 ACRES CALCULATED CURTIS SMITH JOB No. FNLISO1.00 I DRAWN BY: J I CAD FILE: PAR17-•PE-PT1•DWG REOISIERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 14. 2015 EXHIBIT 8 PAGE 1 OF 2 SCALE 1' - 50' N0. 5494 TEXAS FIRM No. 10108900 GORRONOONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOUD SOUTH FORT WORTH, TX. 78118 - B17-498-1424 FAX B17-448•-1788 Page 8 of 8 EXHIBIT "B " PARCEL No. f 7 PE PART f JOSIAH WALKER SURVEY REMAINDER OF ABSTRACT No. 1600 4.389 ACRES (BY DEED) ACQUISITION "TRACT N" LOCATION FIRST TEXAS HOMES, INC. APPARENT OWNERSHIP 15 FIRST C.C.F. . . 0210260522 TEXAS HOMES, INC, TRACT N SUBJECT TRACT 8c O.P.R.T.C.T. C.O.F. No, 0210260522 O.P,R.T.C.T. LOCATION OF ACQUISITION INCLUDED IN PLAT FOR QUAIL GROVE ADDITION AND BEING LOCATED IN THE 65.0' HERITAGE TRACE PARKWAY PERMANENT WATER RIGHT-OF-WAY DEDICATION FACILITY EASEMENT 15.0' PERMANENT SANITARY 7,958 SQ. FEET OR SEWER EASEMENT 0.183 ACRES TO CITY OF FORT WORTH C.C.F. No. 0211196939 O.P.R.T.C.T. L— r:. .......... ,,::. yap l Cr Cr9�0 S I 0Arr iu-: .. ..............%% I3 r,}�We .......... . t ��,,00`i'hG rCiii.itSiica�:::::r.;•• �! :�f%:j;•rri: : Ili;'.iiC� r t ` y p`� l��Fi�' 43 �4��L Q���y^ T'ATis PARK cl PLo G N p�G� -�4`���. ayOCKpAlxj0g61 alto ov •`ro Q F• p� G.b rvS q QUAYl'KT A' 5 C'T'Qq CABIN p.R•'1'' IJN2 S E BEARIN LINE TABLE DISTANCE 88'05 OI "E 39.99' CURVE TABLE OURVE RAD US DELTA BEARING CHORD ARC C-i 1049.92' 13'00'28'1 N 49'31'24"E 237.85' 238.36- C-2 11 079.92' 15'29'32'IS 49'20'35'W 291.11 1292.00- 50 25 0 50 NOTES: -- 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD--83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SCALE IN FEET 3. SURVEYED ON THE GROUND JULY 7, 2015. o Wo City oF Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSID.E II 48--INCH WATER TRANSMISSION .CAIN, .PHASE ,2 ���' TF PARCEL NO. 17 PE PART 1 1 CIN PROJ. NO. 002304 PERMANENT WATER FACILITY EASEMENT I DOE NO. 7344 CURTI{....... S SMI"S I H TIH w.W w_ ...� OWNERS: HARMON ROAD 81 OP n".."... r:%o� 5494 Pte: SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS .dF EASEMENT ACQUISITION AREA: 7,958 SQUARE FEET OR 0.183 ACRES S WHOLE PROPERTY ACREAGE: 1.132 ACRES CALCULATED CURTIS SMITH JOB No. FNI-1501.00 I DRAWN BY: JWJ CAD FILE PAR17-PE-PTI,DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 14 2015 EXHIBIT B PAGE 2 OF 2 SCALE: 1' a 50' N0. 5494 TEXAS FIRM No. 1010880D GORRONDONA & ASSOCIATES, INC. - 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 Page 1 of 9 D216260551 11/4/2016 8:45 AM PGS 9 Fee: $48.00 Submitter:XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records Mary Louise Garcia NORTHSIDE 1148 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 17 PE PART 2 DOE No. 7344 8739 HARMON RD. JOSIAH WALKER SURVEY, ABSTRACT No. 1600 STATE OF TEXAS § § KNOW ALL HIEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH' PERMANENT WATER FACILITY EASEMENT DATE: _ 1 , 201;(. GRANTOR: HARMON ROAD 81 DEVELOPMENT LP A TEXAS LIMITED PARTNERSHIP GRANTOR'S MAILING ADDRESS (including County): 5409 MIRAMAR LN COLLEYVILLE,TARRANT COUNTY, TX 76034-5556 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH,TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent water facility easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being out of the remainder of a 76.646 acre tract of land (by deed) deeded to Harmon Road 81 Development LP as recorded in County Clerk File No. D204159922 of the Official Public Records of Tarrant County, Texas, said permanent water facility easement being more particularly described in Exhibits "A" and"B". f Permanent Water Facility Easement Rev,06/1212010 Page 2 of 9 Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes,together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor(1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (11) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors,or assigns, may be entitled before the 10th anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this easement instrument,and the repurchase price will be the price the City paid the Grantor in this acquisition. When the context requires,singular nouns and pronouns include the plural. Page 3 of 9 GRANTOR: HARMON ROAD 81 GRANTEE: City of Fort Worth DEVELOPMENT LP, A TEXAS LIMITED PARTNERSHIP By:MIRAMAR, LLC 'r'` Its general partner 1Jesus.J, Chapa Assistant City Manager By: Kim G , Director APPROVED AS TO FORM AND LEGALITY 401—W t--'e' Saf Assis t City Attorney r ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared_'.WN.. 6.' It , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of M.«rr.. «,. 10 and that he/she executed the same as the act of said N I R&Sftjw .../- G t- for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 2a-L4-. /y ��fPYp�y ao�,.• RICARDO SALAZAR, II Nat y Public in and for the State of Texas ?' �a Notary Public,State of Tex as My Commission Expires dpF OF•big Februory 25, 2018 11117 Page 4 of 9 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fork Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this A3 day of .4`Y A 20 . - otary Public in and for the State Texas LINDA M. HIRRLINGER Notary Public,state of Texas "fir!; .•+�;"Comm.Expires 02-02-2016 "``�`' Notary ID 12414474.6 Page 5 of 9 NORTHSIDE H 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 17 PE PART 2 DOE No. 7344 8739 HARMON RD. JOSIAH WALKER SURVEY,ABSTRACT No. 1600 EXHIBIT "A" Being a permanent water facility easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being out of the remainder of a 76.646 acre tract of land (by deed) deeded to Harmon Road 81 Development LP as recorded in County Clerk File No. D204159922 of the Official Public Records of Tarrant County, Texas, said permanent water facility easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "RPLS NO. 4818" found for the northeast corner of Lot 2, Block 7 of Quail Grove Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11951 of the Plat Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "RPLS NO. 4818" being the northwest corner of Lot 3, Block 7 of said Quail Grove Addition, said 1/2 inch iron rod with cap stamped "RPLS NO. 4818" also being in the most easterly south tine of a 56.740 acre tract of land (by deed) labeled "Tract Ii" being deeded to First Texas Homes, Inc. as recorded in County Clerk File No. D210260522 of said Oficial Public Records of Tarrant County, Texas, fxom which a 1/2 inch iron rod with cap stamped "RPLS NO. 4818" found for the northeast corner of said Lot 3 and for the northwest corner of Lot 6 of said Block 7 bears South 89 degrees 04 minutes 40 seconds East, a distance of 28.09 feet; THENCE North 89 degrees 04 minutes 40 seconds West, with the north line of said Lot 2 and with the most easterly south line of said 56.740 acre tract of land, a distance of 119:10 feet to a 1/2 inch iron rod found for the northwest corner of said Lot 2, said 1/2 inch iron rod being the northeast corner of Heritage Trace Parkway (a 65.0' dedicated right-of-way) as shown on plat of said Quail Grove Addition; THENCE North 89 degrees 04 minutes 40 seconds West,with the north line of said Heritage Trace Parkway 65.0' right-of-way dedication and with the most easterly south line of said 56.740 acre tract of land, a distance of 70.50 feet to the POINT OF BEGINNING of the herein described permanent water facility easement, said point being the northwest corner of said Heritage Trace Parkway 65.0' right-of-dedication and being in the most easterly north line of said 76.646 acre tract of land; THENCE South 23 degrees 42 minutes 41 seconds West, with the apparent northwesterly right- of-way line of said Heritage Trace Parkway, a distance of 189.32 feet to a point for the beginning of a curve to the right having a radius of 1065.00 feet, a central angle of 00 degrees 35 minutes 01 seconds and whose chord bears South 24 degrees 00 minutes 12 seconds West, a distance of 10.85 feet; THENCE with the apparent northwesterly right-of-way line of said Heritage Trace Parkway and r. with said curve to the right,an arc length of 10.85 feet to a point for corner; Exhibit A Page 1 of 3 Page 6 of 9 THENCE South 68 degrees 13 minutes 56 seconds West, a distance of 106.74 feet to a point for corner; THENCE South 33 degrees 48 minutes 53 seconds West, a distance of 8.75 feet to a point for corner in the most northerly west line of said 76.646 acre tract of land, said point being in the most northerly east line of a 4.369 acre tract of land (by deed) labeled "Tract IV" deeded to First Texas Homes, Inc. as recorded in County Clerk File No. 1210260522 of said Official Public Records of Tarrant County, Texas ; THENCE North 00 degrees 15 minutes 48 seconds West, with the most northerly west line of 76.646 acre tract of land and with the most northerly east line of said 4.369 acre tract of land, a distance of 3 7.5 6 feet to a point for corner, from which a point for the most northerly northwest corner of said 76.646 acre tract of land bears North 00 degrees 15 minutes 48 seconds West, distance of 195.47 feet, said point being the northeast corner of said 4.369 acre tract of land, said point also being in the most easterly south line of said 56.740 acre tract of land; THENCE North 68 degrees 13 minutes 56 seconds East, a distance of 87.99 feet to a point for corner; THENCE North 23 degrees 42 minutes 41 seconds East, a distance of 175.22 feet to a point for corner in the most easterly north line of said 76.646 acre tract of land, said point being in the most easterly south line of said 56.740 acre tract of land; THENCE South 89 degrees 05 minutes 55 seconds East, with the most easterly north line of said 76.646 acre tract of land and with the most easterly south line of said 56.740 acre tract of land, a distance of 32.55 feet to the POINT OF BEGINNING and containing 8,644 square feet or 0.198 acres of land, more or less. Exhibit A Page 2 of 3 Page 7 of 9 Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7,2015. Date: September 23, 2015 OF IAC• CURTIS SMITH Curtis Smith PP 5494 t."o Registered Professional Land Surveyor ..Esse° A y sul`� No. 5494 Texas Firm No. 10106900 r Exhibit A Page 3 of 3 Page 8 of 9 EXHIBIT "B " PARCEL No. 17 PE PART 2 P.O.C. REMAINDER OF FND. 1/2"IR WjCAP 56,740 ACRES (BY DEED) 'TRACT II' FND. 1/2'IR "RPLS NO.4818' CRC.F Ka 021ST TE00260522 FND. 1/2"CIRF O.o.R,T,10 "RPLS NO. 4818" N B9'04'40'W 119.10' _ _ 28.09' N 8 0-4=40.W- S 89'04'40% `'- - — —— —-" "-- —— �7.5' UIIUTY EASEMENT { — 70.50' CAB, A. SLIDE 11951 I I / P.R,T.C,T. I LOT 2 LOT 7 r yI I LOT 8 ^V �7,5' UTILITY A, SLIDE S1 9517 01 I P.R.T.C.T. w o zNLOT 6 N / mat; =d I � I U LOT 3 (L -- Co LLJUJI ^ > 1-4 oI I OyLu in' UJ S2 o 1-4 '^r I LOT 4 I I �y��� 4 > w d a oda ( I ca�S" 9 L-10,0' UTIUTY EASEMENT LOT 5 I � �m o m I CAB. A, SUDE 11951 I (fj $ 'r Ln 9 taiP.R.T.C, — L — - I — _.— —— — J 50 25 0 50 GRASSY VIEW DRIVE (A 50.0'W1DE RIGHT-OF-WAY) CABINET A, SLIDE 11951 P.R.T.C.T. SCALE IN FEET NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2, ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE ACQUISITION SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS LOCATION SHOWN ARE SURFACE 3. SURVEYED ON THE GROUND JULY 7, 2015. SUBJECT TRACT & LOCATION OF ACQUISITION �l�l YTQAI i ty f FQ rt Wo Q I th 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48--INCH WATER TRANSMISSION MAIN, PHASE 2 �� r PARCEL NO. 17 PE PART 2 1 CITY PROJ. NO, 002304 PERMANENT WATER FACILITY EASEMENT I DOE NO, 7344 _ GU TIS_ SM!T OWNERS: HARMON ROAD 81 DEVELOPMENT LP �''� �g494 :' SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 pOr LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 8,644 SQUARE FEET OR 0.198 ACRES WHOLE PROPERTY ACREAGE: 0.847 ACRES CALCULATED CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY: JWJ CAD FILE: PAR17-PE-PT2.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 23, 2015 1 EXHIBIT 8 PAGE 1 OF 2 1 SCALE: 1' - 80' NO. 6494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, )NO. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 - 817-496-1424 FAX 817-496-1768 Page 9 of 9 EXHIBIT ".B " PARCEL No. 17 PR .PART 2 REMAINDER OF CURVE TABLE 56,740 ACRES (BY DEED) "TRACT II" CURVE RAAIUSI DELTA I BEARING CHORD ARG FIRST TEXAS HOMES, INC. C.C.F. No. D210260522 89"QJ`rJ.�?"E C^1 1085.00' 00'3501 S 240012'W 10.85' 1Q.85' O.P.R.T.C.T. 32,55' N 69 n4'4a w t(lr rri::;;.�rrrcrti5::�e:: 70.50' P.O.B. REMAINDER OF PERMANENT WATER APPARENT 4,369 ACRES (BY DEED} ;? -; RIGHT LINE "TRACT Iv" FACILITY EASEMENT ; FIRST TEXAS HOMES. INC. 8,644 SQ. FEET OR ......................... C.C.F. No D210260522 a 0.198 ACRES cd 1y,� O.P.R.T.C.7. �(} REMAINDER OF �ry `' �4' h 6 76.646 ACRES (BY DEED) N ..;. ': :'•: : Iry tt1 �i 0, HARMON ROAD 81 ''; 1` Q DEVELOPMENT LP Z ry z C.C.F. No. D204159922 :, try 4 z 5; O.P.R.T.C.T. .:,; .44/ g•^a, LU 414 q ...... Q u g rr uj N 00'15 48"W .............:...... . � / ?- 37.56' ' :,'::':•:::: 6 U} LOT i 50 25 0 50 5 / / 0 S 33'48'53"W 7.5' UTILITY EASEMENT / B 75' CAB. A. SLIDE 11951 SCALE IN FEETP.R.T.C.T. l NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2, ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE ACQUISITION SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS LOCATION SHOWN ARE SURFACE 3. SURVEYED ON THE-GROUND JULY 7, 2015. SUBJECT TRACT & LOCATION OF ACQUISITION of r Wort' City of Fort Wo rth 1000 THROCKMORTON STREET - FORT WORTH, TEXAS 76102 NOR THSIDE II 48—INCH WATER TRANSMISSION MAIN, PHASE 2k~�; G�srE�, f� PARCEL, NO. 17 PE PART 2 1 CITY PROJ. NO. 002304 6r•� * PERMANENT WATER FACILITY EASEMENT I DOE NO. 7344 CUF�TIS SMI N OWNERS: HARMON ROAD 81 DEVELOPMENT LP """""" SURVEY: JOSIAH WALKER SURVEY ABSTRACT NO. 1604 </: pp�5494 Q, LOCATION: CIN OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 8,644 SQUARE FEET OR 0.198 ACRES WHOLE PROPERTY ACREAGE: 0.847 ACRES (CALCULATED) CURTIS SMITH JOB No. FNI_.1501.00 DRAWN BY. JWJ CAD FILE: PAR17—PE—FT2•DWGREGISTERED PROFESSIONAL LAND SURVEYOR DATE SEPTEMBER 23, 2015 EXHIBIT B PAGE 2 OF 2 SCALE: i" 50' N0. 5494 TEXAS flRM No. 10105900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 - 817-498-1424 FAX 817-496-1758 Page 1 of 9 D216260552 11/4/2016 8:46 AM PGS 9 Fee: $48.00 Submitter:XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records `� �t���7c�►c. ra Mary Louise Garcia NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN,PHASE 2 PARCEL No. 17 TE PART 1 DOE No. 7344 8739 HARMON RD. JOSIAH WALKER SURVEY,ABSTRACT No. 1600 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: I Z 201 G GRANTOR: HARMON ROAD 81 DEVELOPMENT LP A TEXAS LIMITED PARTNERSHIP GRANTOR'S MAILING ADDRESS (including County): 6409 MIRAMAR LN COLLEYVILLE,TARRANT COUNTY, TX 76034-5556 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH,TARRANT COUNTY, TX 761102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which Is hereby acknowledged. PROPE=RTY: Being a temporary construction easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of the remainder of a 76.646 acre tract of land (by deed) deeded to Harmon Road 81 Development LP as recorded in County Clerk File No. D204159922 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described In Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, Its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit"B". r Temporary Consiruclion Easement 0310912015 Page 2 of 9 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of water line construction, Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease, TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 03!09(2013 Page 3 of 9 GRANTOR: HARMON ROAD 89 GRANTEE: City of Fort Worth DEVELOPMENT LP, A TEXAS LIMITED PARTNERSHIP By:MIRAMAR, LLC vv Its general partney (Jesus J. Chapa Assistant City Manager By: Kim II, Director APPROVED AS TO FORM AND LEGALITY - [iL� '>r�,,,A , Assistl City Attorney A5 ACKNOWLEDGEMENT J ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared G•*1r , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of A&,* e"#k _T _ tv.r. t'k rand that he/she executed the same as the act of said_ ,,,.i,,w.,... M .4 re I L P for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 2o1y`. 7 RICARDO SALAZAR, Il Not y Public in and for the State of Texas Notary Public,Stole of Texas My Commission Expires February 25, 2018 Page 4 of 9 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 3 day of r, L4 , 2011�. Z otary Public in and for the State Texas L LINDAlary Public.State of Texasmr�t.Expires 02-02-2018 Notary ID 124 144 74-6 Page 5of9 NOR.THSIDE 1148 INCH WATER TRANSMISSION MAIN,PHASE 2 PARCEL No. 17 TE PART 1 DOE No. 7344 8739 HARMON RD. JOSLAH WALKER SURVEY,ABSTRACT No. 1600 EXHIBIT"A" Being a temporary construction easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of the remainder of a 76.646 acre tract of land (by deed) deeded to Harmon Road 81 Development LP as recorded in County Clerk File No. D204159922 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 112 inch iron rod with cap stamped "RPLS NO. 4818" found for the intersection of the northeasterly right-of-way line of US Highway 287 (a 350' right-of-way) with the southeasterly right-of-way line of Heritage Trace Parkway(a 65.0' dedicated right-of-way) as shown on plat of Quail Grove Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11951 of the Plat Records of Tarrant County, Texas, said 1l2 inch iron rod with cap stamped "RPLS NO. 4818" being the west corner of a 4.500 acre tract of land (by deed) deeded to Bandera Heights LP as recorded in County Clerk File No. D210129395 of said Official Public Records of Tarrant County, Texas; THENCE North 38 degrees 14 minutes 25 seconds West, with the northeasterly right-of-way line of said US Highway 287, a distance of 60.09 feet to a point for the most southerly southwest corner of said 76.646 acre tract of land, said point being the most southerly southeast corner of a 4.369 acre tract of land (by deed) labeled "Tract 1V" deeded to First Texas Homes, Inc. as recorded in County Clerk File No. D210260522 of said Official Public Records of Tarrant County, Texas, from which a 1(2 inch iron rod with cap"illegible"found for reference bears North 25 degrees 33 minutes 39 seconds West, a distance of 0.91 feet and from which a 1l2 inch iron rod found for the southwest corner of said 4.369 acre tract of land bears North 38 degrees 14 minutes 25 seconds West, a distance of 98.17 feet, and from which a point for the intersection of the northeasterly right-of-way line of said US Highway 287 with the apparent northwesterly right-of- way line of said Heritage Trace Parkway bears North 38 degrees 14 minutes 25 seconds West, a distance of 4.91 feet; THENCE North 00 degrees 05 minutes 59 seconds West, with the most southerly west line of said 76.646 acre tract of land and with the most southerly east line of said 4.369 acre tract of land, a distance of 6.24 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being the intersection of the most southerly west line of said 76.646 acre tract of land and the most southerly east line of said 4.369 acre tract of land with the apparent northwesterly right-of-way line of said Heritage Trace Parkway; THENCE North 00 degrees 05 minutes 59 seconds West, with the most southerly west line of said 76.646 acre tract of land and with the most southerly east line of said 4.369 acre tract of land, a distance of 95.29 feet to a point for the beginning of a non-tangent Exhibit A Page 1 of 3 Page 6 of 9 curve to the left having a radius of 1079.92 feet, a central angle of 15 degrees 29 minutes 32 seconds and whose chord bears North 49 degrees 20 minutes 35 seconds East, a distance of 291.11 feet, from which a 5/8 inch iron rod with cap stamped "JACOBS"found for an interior ell corner in the west line of said 76.646 acre tract of land bears North 00 degrees 05 minutes 59 seconds West, a distance of 193.21 feet, said 5/8 inch iron rod with cap stamped "JACOBS"being an interior ell corner in the east line of said 4.369 acre tract of land; THENCE with said non-tangent curve to the left, an arc length of 292.00 feet to a point for corner in the most westerly north line of said 76.646 acre tract of land, said point being in the most easterly south line of said 4.369 acre tract of land; THENCE South 89 degrees 05 minutes 01 seconds East, with the most westerly north line of said 75.646 acre tract of land and with the most easterly south line of said 4,369 acre tract of land, a distance of 96.10 feet to a point for the intersection of the most westerly north line of said 75.646 acre tract of land and the most easterly south line of said 4.369 acre tract of land with the apparent northwesterly right-of-way line of said Heritage Trace Parkway, said point being the beginning of a non-tangent curve to the right having a radius of 1065.00 feet, a central angle of 12 degrees 49 minutes 24 seconds and whose chord bears South 45 degrees 21 minutes 02 seconds West, a distance of 237.86 feet; T14ENCE with the apparent northwesterly right-of-way Iine of said Heritage Trace Parkway and with said non-tangent curve to the right, an are length of 238.36 feet to a point for corner; THENCE South 51 degrees 45 minutes 44 seconds West, with the apparent northwesterly right- of-way ight- ofway line of said Heritage Trace Parkway, a distance of 187.85 feet to the POINT OF BEGINNING and containing 26,036 square feet or 0.598 acres of land, more or less. Exhibit A Page 2 of 3 Page 7 of 9 Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: �2015 14 September p Tom, CURTIS SMITH 5494 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 r, Exhibit A Page 3 of 3 Page 8 of 9 EXIIIRI T "B PARCEL No. 17 TE PART 1 FND. 5/8-IR w/CAP " UNE TABLE STAMPED "JACOBS" LINE I BEARING I DIS ANCE L-1 N 38.14.25-- 1 4.91 OF L-•2 N 00'05 59 6.24 I {}dy{ u.C, uio I -oU o_ t�0 to � Yr Q�G• Fg<•:: '``-�„y Z uj O R �•: yy' gip. U �Q' 'a: Q„ Q' ( e ++ J v U 1 N r �ic': � G C/ �: 4• O• T S z�" oc i �¢ � O GG v 6 0 Ld y �D L I�1Q19 d �' ::...:::....rid:%?r{i)j};}?i`: t O� Y z c, �� �vG �Q PG`•z:. 9 N O g.. a v t � O 5. i 6 O•. 1 `:G FND. Gj x / 1 2"IR F-- Or _ ,+ tor 5 P Q a � —m kl. 10.0' GAS LINE EASEMENT 1 � V @ f ^7 TO XTO ENERGY NC. L . O t3\ p� G C.C.F. o. 0204136415 J U7 F '� \p� s O.P.R.T.C.T. ,{`- E x. ij f ♦ p \\p b APPARENT OWNERSHIP IS FIRST TEXAS HOMES, INC. TRACT IV Z ' per Q� ` CP CIC F. No. 0210260522 O.P.R.T.C.T. } � r?: SEE INCLUDED 1N PLAT FOR QUAIL GROVE _ AOOITION AND BEING LOCATED IN THE I _ DETAIL A, 65.0' HERITAGE TRACE PARKWAY RIGHT-OF-WAY DEDICATION — - :'D AIL A" I \, .0.B. , gQO��"a0r<4j Q q J FNO 1/2-IR W/CAP 'ILLEGIBLE' BEARS N 2533'39"- 0.91' \ _._..__._..---------- ------------- \ CURVE TABLE P.O.C. ACQUISITION CURVEI RADIUS I DELTA I BEARING I CHORD ARC FND 1/2-IR W/CAP LOCATION C•-1 11079.92'115'29'32-IN 49'20'35"E 291.11 2132.00 "RPLS N0.4618 " \ SUBJECT TRACT & C-2 1065.00 1749'24"15 45'2102 237.06 23s.38 \LOCATION OF ACQUISITION NOTES: 50 25 0 50 t. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES REFERENCED THIS PIAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET o oRT City of Fort Worth 1000 7HROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48—INCH OF WATER TRANSMISSION' MAIN, PHASE 2 PARCEL NO. 17 TE PART 1 1 CITY PROJ, NO. 002304 ..M.m ml.... TEMPORARY CONSTRUCTION EASEMENT I DOE NO. 7344 " CURTIS SMITH OWNERS: HARMON ROAD 81 DEVELOPMENT LP "" """ """"""" m'"'"— SURVEY: JOSIAH WALKER SURVEY ABSTRACT NO. 1600 {`'po�5494�a': LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 26,036 SQUARE FEET OR 0.598 ACRES WHOLE PROPERTY ACREAGE: 1.132 ACRES (CALCULATED)_ CURTIS SMITH JOB No, FNI.-.1501.00 DRAWN BY: JWJ CAD FILE PAR17-TE-PTI.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 14, 2015 1 EXHIBIT B PAGE I OF 2 SCALE: I" - 50' NO. 5494 TEXAS FI M No. 1010690D GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-498-1424 FAX 817-496.-1768 Page 9 of 9 EXHIBIT ,1E PARCEL No. 17 TB PART 1 JOSIAH WALKER SURVEY ABSTRACT No. 1600 ACQUISITION APPARENT OWNERSHIP IS FIRST LOCATION TEXAS HOMES, INC..TRACT IV SUBJECT TRACT & C.C.F: No, 0210260522 O.P.R T,C.T. LOCATION OF ACQUISITION ADDITION IN PLAT FOR QUAIL GROVE ADDITION AND BEING LOCATED IN THE REMAINDER OF 65.0' HERITAGE TRACE PARKWAY k,369 ACRES (BY DEED) RIGHT–OF–WAY DEDICATION 'RACT IV" FIRST TEXAS HOMES, INC; 15.0' PERMANENT SANITARY C.C-F. N0. D210260522 SEWER EASEMENT O.P,R.T.C.T,_ TO CITY OF FORT WORTH C.C.F. No, D2t1196939 O,P.R.T.C.T. S 89'05'01"E 96.10' G• r q • f..•i.��'i.i�}?{ 9 ;� "ti ;�:,.ti?.. �:.'''{ ^.'•^ ............ ':l:A["•'l _�i.5.���'li:i 1� 4 0�`���`` � 'e: �:: ::� "F�•F4i fist, O Q °L •F:: Q�' � DRAINAGE�:i};{;y?{_ {}..''.i`:'.��•��'��: .' PERMANENT 4�'�` iiyFACiLf EASE EN7e .......... S :yTC CITY OF FORT WORTHSa :: ? A�•.� . .FT tot 9s.q (�{ C.C.F. No. 0214094600 1 Q• 4q Al pT 43 j3 ITION 191,0" ADD 1951 •� ii ,� t�`.�. 1y GR SD �', o QUA T A, C.T. :.ti' O 1• HtNli p.R.T TABLE CUE RADIUS DELTCUR RVBEARING I CHORD I ARG 0--1 11079.92'115'29'32- N 49'20.35-E 1291.11-1292,00- C-2 1065.00 12'49'24"IS 45'21 02-W 237.86 238.36- 50 25 0 50 NOTES: — 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SCALE IN FEET 3. SURVEYED ON THE GROUND JULY 7, 2015. ORT VORT City of ro/"t W o f t h 1000 THROCKMORTON STREET - FORT WORTH, TEXAS 76102 NORTHSIDE II 48--INCH OF WATER TRANSMISSION MAIN PHASE 2 �� PARCEL NO. 17 TE PART 1 1 CITY PROJ. NO. 002304 TEMPORARY CONSTRUCTION EASEMENT I DOE NO. 7,344 CURTIS SMITI- OWNERS: HARMON ROAD 81 DEVELOPMENT LP SURVEY: JOSIAH WALKER SURVEY ABSTRACT NO. 1600 t" OF5494 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS S�.� EASEMENT ACQUISITION AREA: 26,036 SQUARE FEET OR 0.598 ACRES WHOLE PROPERTY ACREAGE: 1.132 ACRES {CALCULATED CURTIS SMITH JOB No. FNI_1841.00 DRAWN BY: JWJ ICAD FILE PAR77–TE–PTt.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 14, 2015 1 EXHIBIT 8 PAGE 2 OF 2 1 SCALE 1" 50' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC, - 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 B17-498-1424 FAX 817-498-1788 Page 1 of 8 D216260560 1114/2016 8:49 AM PGS 8 Fee: $44.00 Submitter:XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records l�i.�-�Y�u►�<<�� Mary Louise Garcia NORTHSIDE 1148 INCH WATER TRANSMISSION MAIN,PHASE 2 PARCEL No. 17 TE PART 3 DOE No. 7344 8739 HARMON RD. JOSIAH WALKER SURVEY, ABSTRACT No. 1600 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: _Z , 2016 GRANTOR: HARMON ROAD 81 DEVELOPMENT LP A TEXAS LIMITED PARTNERSHIP GRANTOR'S MAILING ADDRESS (including County): 5409 MIRAMAR LN COLLEYVILLE,TARRANT COUNTY,TX 76034-8656 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of the remainder of a 76.646 acre tract of land (by deed) deeded to Harmon Road 81 Development LP as recorded in County Clerk File No. D204159922 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as f, shown on Exhibit"B". Temporary Construction basement 03/09/2015 Page 2 of 8 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of water line construction. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular; said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR.ON THE FOLLOWING PAGE] Temporary Construction Easement 03/0912015 Page 3of8 GRANTOR: HARMON ROAD 81 GRANTEE: City of Fort Worth DEVELOPMENT LP, A TEXAS LIMITED PARTNERSHIP >� By:MIRAMAR, LLC ✓ '�"'""J Its general pa er Jesus J. Chapa Assistant City Manager B Ki iii, Director APPROVED AS TO FORM AND LEGALITY As -t�a"nt City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared61 !/ , known to me to be the same person whose name is s bscribed to the foregoing instrument, and acknowledged to me that the same was the act ofw,l... 1�oo.ox rt7w+t.a ,errand that he/she executed the same as the act of said %l L?wE l.,a,...+F, /a for the purposes and consideration therein expressed and in the capacity therein stated, GIVEN UNDER MY HAND AND SEAL OF OFFICE this 12 day of 20_[(x_. 1�1tY 1/I RICARDO SALAZAR, it Not Public in and for the State of Texas { •_�' `� Notary Public,State of Texas y : My Commission Expires ''?,Pos�;;a•' Februoty 25, 2018 !/7/IIIN Page 4 of 8 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 201�. >4t ` /1 . ALL."� otary Public in and for the Sta f Texas UNDA hi, WRONGER 4-%-fq Nufcafy Public, State of Texas Comm.Expires 02-02-201n Notary ID 12414474-6 Page 5 of 8 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 17 TE PART 3 DOE No. 7344 8739 HARMON RD. JOSIAH'WALKER SURVEY,ABSTRACT No. 1600 EXHIBIT"A" Being a temporary construction easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of the remainder of a 76.646 acre tract of land (by deed) deeded to Harmon Road 81 Development LP as recorded in County Clerk File No. D204159922 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "RPLS NO. 4818" found for the northeast corner of Lot 2, Block 7 of Quail Grove Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11951 of the Plat Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "RPLS NO. 4818" being the northwest corner of Lot 3, Block 7 of said Quail Grove Addition, said 1/2 inch iron rod with cap stamped "RPLS NO. 4818" also being in the most easterly south line of a 56.740 acre tract of land (by deed) labeled "Tract E" being deeded to First Texas Homes, Inc. as recorded in County Clerk File No. D210260522 of said Official Public Records of Tarrant County, Texas, from which a 1/2 inch iron rod with cap stamped"RPLS NO. 4818" found for the northeast corner of said Lot 3 and for the northwest corner of Lot 6 of said Block 7 bears South 89 degrees 04 minutes 40 seconds East, a distance of 28.09 feet; THENCE North 89 degrees 04 minutes 40 seconds West, with the north line of said Lot 2 and with the most easterly south line of said 56.740 acre tract of land, a distance of 119.10 feet to a 1/2 inch iron rod found for the northwest corner of said Lot 2, said 1/2 inch iron rod being the northeast corner of Heritage Trace Parkway (a 65.0' dedicated right-of-way) as shown on plat of said Quail Grove Addition; THENCE North 89 degrees 04 minutes 40 seconds West,with the north line of said Heritage Trace Parkway 65.0' right-of-way dedication and with the most easterly south line of said 56.740 acre tract of land, a distance of 70.50 feet to a point for the northwest corner of said Heritage Trace Parkway 65.0' right-of-dedication and being in the most easterly north line of said 76.646 acre tract of land; THENCE North 89 degrees 05 minutes 55 seconds West, with the most easterly north line of said 76.646 acre tract of land and with the most easterly south line of said 56.740 acre tract of land, a distance of 32.55 feet to the POINT OF BEGINNING of the herein described temporary construction easement; THENCE South 23 degrees 42 minutes 41 seconds West, a distance of 175.22 feet to a point for corner; THENCE South 68 degrees 13 minutes 56 seconds West, a distance of 87.99 feet to a point for corner in the most northerly west line of said 76.646 acre tract of land, said point being in the most northerly east line of a 4.369 acre tract of land (by deed) labeled Exhibit A Page 1 of 2 Page 6 of 8 "Tract IV" deeded to First Texas Homes, Inc. as recorded in County Clerk File No. D210260522 of said Official Public Records of Tarrant County, Texas; - THENCE North 00 degrees 15 minutes 48 seconds West, with the most northerly west line of 76.646 acre tract of land and with the most northerly east line of said 4.369 acre tract of land, a distance of 21.50 feet to a point for corner, from which a point for the most northerly northwest corner of said 76.646 acre tract of land bears North 00 degrees 15 minutes 48 seconds West, distance of 173.97 feet, said point being the northeast corner of said 4.369 acre tract of land, said point also being in the most easterly south line of said 56.740 acre tract of land; THENCE North 68 degrees 13 minutes 56 seconds East, a distance of 71.92 feet to a point for corner; THENCE North 23 degrees 42 minutes 41 seconds East, a distance of 158.62 feet to a point for corner in the most easterly north line of said 76.646 acre tract of land, said point being in the most easterly south line of said 56.740 acre tract of land; THENCE South 89 degrees 05 minutes 55 seconds East, with the most easterly north line of said 76.646 acre tract of land and with the most easterly south line of said 56.740 acre tract of land, a distance of 21.70 feet to the POINT OF BEGINNING and containing 4,937 square feet or 0.113 acres of land,more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: September 23,2015 OF T Misr f� Curtis Smith CURTIS SMITH Registered Professional Land Surveyor No. 5494 2Q.....,.......• Texas Firm No. 10106900 SURv Exhibit A Page 2 of 2 Page 7 of 8 .EXHIBIT "B PARCEL No. i 7 TE PART 3 P.O•C. REMAINDER OF FND, 1/21R W/CAR 56.740 ACRES (BY DEED) 'TRACT IP FND, 1/2-IR "RPLS N0,4B18" FIRST TEXAS HOMES, INC, FND. 1/2'C(RF C.C.F. No, D210260522 'RPLS NO.4818' O.P,R.T,c.T. N 89'04'40 Y! 119,10'___ __ 28,09' 5 89'04'40'E _11...---- ---_-.-•---_- ,-......_._- ------- 7.5, _.__--- N 89'04'40 W �7,5 UTILITY EASEMENT _ I ,7 70.50' CAB. A, SLIDE 11951 ► j P.R,T,C,T, I I i LOT 2 LOT 7 LOT 8 --7,5' UTILITY EASEMENT z vs 1 j CAB. A, SLIDE 11951 4J° I P,R.T,C.T. I I LOT 6 LOT 3 U 1 I �0 950 i a `\\�� i A �`� Lu 4 O�-4 ytiG�' i ) Im uiLu p /t P"4 a F= i LOT 4 ( 1 '��wK }' I ri N r' x'40. I inti + > p �d q? j-10.0' UTILITY EASEMENT I I 0 I U-j o 9 CAB, A, SLIDE 11951 I I LOT I {j) I P.R.TC.T' j I 1 L----- _--- ..l zs L-- 50 25 0 50 GRASSY VIEW DRIVE (A 50.0'MDE RIGHT-OF-WAY) CABINET A, SLIDE 11951 P.R.T.C.T SCALE IN FEET NOTES: 1. A LEGAL DESCRIFnDN OF EVEN DATE ACCOMPANIES THIS PLAT, ACQUISITION 2, ALL BEARINGS AND COORDINATES ARE REFERENCEO TO THE TEXAS COORDINATE LOCATION SYSTEM, NAO-B3, THE NORTH CENTRAL. ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015, SUBJECT TRACT & LOCATION OF ACQUISITION a City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH WATER TRANS'MIS'SION MAIN, .PHASE 2 ���re�'F��- IdOR ARCEL NO. 17 TE PART 3 CIN PROJ. NO. 00230 EMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 CURTIS SMITH WNERS: HARMON ROAD 81 DEVELOPMENT LP """""" w URVEY: JOSIAH WALKER SURVEY ABSTRACT NO. 1600 p fi5494 OCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS I ASEMENT ACQUISITION AREA: 4,937 SQUARE FEET OR 0.113 ACRES S HOLE PROPERTY ACREAGE: 0.847 ACRES (CALCULATED) CURTIS SMITH No. FNI-1501.00 I DRAWN BY: JWJ ILE:CAO FPAN17-TE-IEREGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 23, 2015 EXHIBIT 8 PAGE 1 OF 2 SCALE: 1" _ 50' N0, 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEYARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-498--1768 Page 8 of 8 EXHIBIT "B " PARCEL No. 17 TE PART 3 REMAINDER OF 56.740 ACRES (BY DEED) "TRACT II" FIRST TEXAS HOMES, INC. C.C.F. No. D210260522 O,P,R.T.C.T, S 89'05'55"E 21.70' P.O.B. N 89.04'40'W I`1 ��i REMAINDER OF 1:`";` 70,50' 76.646 ACRES (BY DEED) �::::�::::::r h. HARM C.C.F.No81D2041E59922 ro LPIN O.P.R.T.C.T. �j 0. TEMPORARY t Ij kyQ CONSTRUCTION E}....... 'f?� �1+N APPARENT 1� Y" EASEMENT f ':ti:'`;; :7r� RIGHT—OF—WAY LINE 4,937 SQ. FEET OR°' 0.113 ACRES PORTION OF 4.389 ACRES (BY DEED) �/ `TRACT N" FIRST TEXAS HOMES, INC. ..:::• ,Cj er C.C,F. No. 0210260522 in r� O,P.R.T.C.T. Lu6g 1"�Z6 F-.•�; ......+7 4Cr g- ................ - Lu rrr r� ty X19 ::: V w r 21.50 6'+� L4 U � LOT 1 V) r ACQUISITION r LOCATION i 7.5' UTILITY EASEMENT—, i SUBJECT TRACT & CAB, A, SLIDE 11951 LOCATION OF ACQUISITION P.R.T.C,T. r~ r NOTES: 50 25 0 50 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT, 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET ol�'WoRT Cr ty o f Fort Worth � 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE 11 48—INCH WATER TRANSMISSION MAIN PHASE 2 PARCEL NO. 17 TE PART 3 1 CITY PROJ, NO. 002304 4` TEMPORARY CONSTRUCTION EASEMENT I DOE NO. 7344CURTIS SMTH .,......... w.,....w� _..._ OWNERS: HARMON ROAD 81 DEVELOPMENT LP SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 r ,pF5494�P LOCATION: CITY OF. FORT WORTH, TARRANT COUNTY, TEXAS J<1 EASEMENT ACQUISITION AREA: 4,937 SQUARE FEET OR 0.113 ACRES WHOLE PROPERTY ACREAGE: 0.847 ACRES CALCULATED CURTIS SMITH JOB No, FNL_1501.00 I DRAWN BY: JWJ CAD FILE: PAR17 rE—PT3.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 23. 2015 EXHIBIT 8 PAGE 2 OF 2 SCALE: 1" a 50' IND. 5494 TEXAS FIRM No. 10108900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-4981424 FAX 817-498-1788 Page 1 of 9 D216260887 11/41201612:26 PM PGS 9 Fee: $48.00 Submitter:XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records Mary Louise Garcia NORTHSIDE H 48 INCH WATER TRANSMISSION MAIN,PHASE 2 PARCEL No. 17 TE PART 2 DOE No. 7344 8739 HARMON RD, JOSIAH WALKER SURVEY,ABSTRACT No. 1600 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: r ` , 201 f► GRANTOR: HARMON ROAD 81 DEVELOPMENT LP A TEXAS LIMITED PARTNERSHIP GRANTOR'S MAILING ADDRESS (including County): 5409 MIRAMAR LN COLLEYVILLE, TARRANT COUNTY, TX 76034-5556 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, PROPERTY: Being a temporary construction easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of the remainder of a 76.646 acre tract of land (by deed) deeded to .Harmon Road 81 Development LP as recorded in County Clerk File No. D204159922 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and "B Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit"B". Temporary Construction Easement 03/09/2013 Page 2 of 9 it is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of water line construction. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 03(0912015 Page 3 of 9 GRANTOR: HARMON ROAD 81 GRANTEE: City of Fort Worth DEVELOPMENT LP, A TEXAS LIMITED PARTNERSHIP By:MIRAMAR, LLC Its general partner Jesus J.Chapa lAssistant City Manager By: m i), Director APPROV AS TO FORM AND LEGALITY 4 AssistanL4ity Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared ItI* .. a t' I( , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of �..j.��-«t�1 r°. and that he/she executed the same as the act of said LrM..K /C.o.( 4f Da�+�/.��. � L/+ for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 2- day of Z —1201(6 . ./1 RICARDO SALAZAR. II Notar Public in and for the State of Texas Notary Public,State of Texas My Commission Expires %;1jF February 25, 2018 Page 4 of 9 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 3 day of 20 1 Lida - �M Notary Public in and for the State of xas L-1LINDA M. HIRRLINGER lory Public, State of Texas omm.Expires02.02-2018 Noir�ry ID 12414474 b Page 5 of 9 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN,PHASE 2 PARCEL No. 17 TE PART 2 DOE No. 7344 8739 HARMON RD. JOSIAH WALKER SURVEY,ABSTRACT No. 1600 EXHIBIT "A" Being a temporary construction easement situated'in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of the remainder of a 76.646 acre tract of land (by deed) deeded to Harmon Road 81 Development LP as recorded in County Clerk File No. D204159922 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows; COMMENCING at a 1/2 inch iron rod with cap stamped "RPLS NO. 4818" found for the northeast corner of Lot 2, Block 7 of Quail Grove Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11951 of the Plat Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "RPLS NO. 4818" being the northwest corner of Lot 3,Block 7 of said Quail Grove Addition, said 1/2 inch iron rod with cap stamped "RPLS NO. 4818" also being in the most easterly south line of a 56.740 acre tract of land labeled"Tract 11"being deeded to First Texas Homes,Inc. as recorded in County Clerk File No. D210260522 of said Official Public Records of Tarrant County, Texas, from which a 1/2 inch iron rod with cap stamped "RPLS NO. 4818" found for the northeast corner of said Lot 3 and for the northwest corner of Lot 6 of said Block 7 bears South 89 degrees 04 minutes 40 seconds East, a distance of 28.09 feet; THENCE North 89 degrees 04 minutes 40 seconds West, with the north line of said Lot 2 and with the most easterly south line of said 56.740 acre tract of land, a distance of 119.10 feet to a 1/2 inch iron rod found for the northwest corner of said Lot 2, said 1/2 inch iron rod being the northeast corner of Heritage Trace Parkway (a 65.0' dedicated right-of-way) as shown on plat of said Quail Grove Addition; THENCE North 89 degrees 04 minutes 40 seconds West, with the north line of said Heritage Trace Parkway 65.0' right-of-way dedication and with the most easterly south line of said 56.740 acre tract of land, a distance of 70.50 feet to a point for the northwest corner of said Heritage Trace Parkway 65.0' right-of- dedication ight-o£dedication and being in the most easterly north line of said 76.646 acre tract of land; THENCE South 23 degrees 42 minutes 41 seconds West, with the apparent northwesterly right-of-way line of said Heritage Trace Parkway, a distance of 189.32 feet to a point for the beginning of a curve to the right having a radius of 1065.00 feet, a central angle of 00 degrees 35 minutes 01 seconds and whose chord bears South 24 degrees 00 minutes 12 seconds West, a distance of 10.85 feet; THENCE with the apparent northwesterly right-of-way line of said Heritage Trace Parkway and with said curve to the right, an arc length of 10.85 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point the beginning of a non-tangnet curve to the right having a radius of 1065.00 feet, a central angle of 11 degrees 10 minutes 50 seconds and whose chord bears South 29 degrees 53 minutes 07 seconds West, a distance of 207.49 feet; r Exhibit A Page 1 of 2 Page 6of9 THENCE with the apparent northwesterly right-of-way line of said Heritage Trace Parkway and with said curve to the right, an arc length of 207.82 feet to a point for the intersection of the apparent northwesterly right-of-way Iine of said Heritage Trace Parkway with the most northerly west line of said 76.646 acre tract of land and the most northerly east line of a 4.369 acre tract of land (by deed) labeled "Tract IV" deeded to First Texas Homes, Inc, as recorded in County Clerk File No. D210260522 of said Official Public Records of Tarrant County,Texas; THENCE North 00 degrees 15 minutes 48 seconds West, with the most northerly west line of 76.646 acre tract of land and with the most northerly east line of said 4.369 acre tract of land, a distance of 133.04 feet to a point for corner, from which a point for the most northerly northwest corner of said 76.646 acre tract of land bears North 00 degrees 15 minutes 48 seconds West, distance of 233.03 feet, said point being the northeast corner of said 4.369 acre tract of land, said point also being in the most easterly south line of said 56.740 acre tract of land; THENCE North 33 degrees 48 minutes 53 seconds East, a distance of 8.75 feet to a point for corner; THENCE North 68 degrees 13 minutes 56 seconds East, a distance of 106.74 to the POINT OF BEGINNING and containing 7,898 square feet or 0.181 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7,2015. Date: September 23,2015 OF T� .0 L_ CURTIS SMITH Curtis Smith 5494 v/ Registered Professional Land Surveyor ti ss�,.•�� No. 5494 S U R`� Texas Firm No. 10106900 Exhibit A Page 2 of 2 Page 7of9 EXHIBIT $'B " PARCEL No. t 7 TE PART 2 ]+0+� C. REMAINDER OF FNO. 1/2 .-IRCAP 56.740 ACRES (BY DEED) "TRACT B" FND. 1/2'IR "RPLS NO.4818" FIRST TEXAS HOMES. TND. 1/2"GIRT C.C.F. No. 021026052222 `RPLS NO.4818' O.P.R.T.C.T. _ _N 89.04'40'W 119.10'_ _ 28.09' N 8 09 '401V S 89'04'40"E —— — — -" ——-�- _- — — — �7.5' UTILITY EASEMENT — I 70.50' CAB, A, SLIDE 11951 / P.R.T.C.T. I LOT 2 �I LOT 7 LOT 8 17,5' ILI S(DE EASEMENT 11951 P.R.T.C.T. I o U I LOT 6 LOT SLu I o1 I I v°God' v�4G t o I w I I ����, 3: xo� re i LOT 4 �4�19 � } I tO CS 03 �tO.D' UTILITY EASEMENT C,a I CAB. A, SLIDE 11951 I LOT 6 o U P.R.T.C.T. ( I L— _..... _._ — — L - --- ---J 50 25 C 50 GRASSY VIEW DRIVE (A 50.0'WIDE RIGHT-OF-WAY) CABINET A, SLIDE 11951 SCALE IN FEEP.R.T.C.T. T' NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2, ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE ACQUISITION SYSTEM, NAD-B3, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS LOCATION SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015, SUBJECT TRACT & LOCATION OF ACQUISITION e rr o r City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48—INCH NATER TRANSMISSION MAIN PHASE 2 a� r ,llP. �isr F{v PARCEL NO. 17 TE PART 2 CITY PROD. NO. 002304 TEMPORARY CONSTRUCTION EASEMENT I DOE NO. 7344 . CURTIS SMITH OWNERS: HARMON ROAD 81 DEVELOPMENT LP """" SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 ESS p� O� LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 7,898 SQUARE FEET OR 0.181 ACRES SU WHOLE PROPERTY ACREAGE: 0.847 ACRES CALCULATED CURTIS SMITH JOB No. FNI-1501.00 I DRAWN BY: JWJ CAD FILE: PAR17-TE-PT2.OWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 23, 2015 IXHIBIT IS PAGE 1 OF 3 SCALE: i' - 50' 1& 414 TEXAS FIRM No. 10108900 GORRONDONA 6: ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, 7X. 78118 817-498 1424 FAX 817-496-1788 Page 8 of 9 .EXHIBIT. "B „ PARCEL No. !7 TE PART 2 CURVE TABLE CUR41E RADIUS DELTA BEARING ICHORD ARC REMAINDER OF C-1 1055.0000'35 Ot' S 24'0012"W 10.85 10,85 gg,740 ACRES (BY DEED) "TRACT II" C-2 1085.00 1 1'10 S0 S 29-53'07"W 1207.49'1207.92' FIRST TEXAS HOMES, INC. C.C.F. No. D210260522 O.P.R,T.C.T. N 89'04'40"W 70.50' c��16d0 t lyYO. APPARENT W RIGHT—OF—WAY LINE �y Q ;., REMAINDER OF 3 0 76.646 ACRES (8Y DEED) REMAINDER OF HARMON ROAD 81 4.369 ACRES (BY DEED) DEVELOPMENT LP Q' R 'TRACT N' m C.C.F. No. D204159922 Q h FIRST TEXAS HOMES, INC. O.P.R.T.C.T. M 44 9 C.C.F. No. D210260522 O.P.R,T,C.T. z yr LL! > h TEMPORY Q G� CONSTRUCTION IEASEMENT / 7,898 SQ. FEET ORLu ACQUISITION 0.181 ACRES P-4 LOCATION > SUBJECT TRACT & �� } LOCATION OF ACQUISITION N 33'48'53"E c/1 8.75 50 25 o 50 •:::::::.:;;r / c� N�4S 1�r:;'•'•��.'�; ��.�:- LOT 1 SCALE IN FEET :; ;t v / N �� r,,�"w :6 7.5' UTILITY EASEMENT CAB. A, SLIDE 11951 133.04 P.R.T.C,T. NOTES: MATCIILINE "B" 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3, SURVEYED ON THE GROUND JULY 7. 2DI5. oRT oRT City o f Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NOR THSIDE II 48—INCH WATER TRANSMISSION MAIN PHASE 2Al PARCEL NO, 17 TE PART 2 CITY PROD. NO. 002304 ' TEMPORARY CONSTRUCTION EASEMENT DOE NO, 7344 CURTIS SMITH OWNERS: HARMON ROAD 81 DEVELOPMENT LP SURVEY: JOSIAH WALKER SURVEY ABSTRACT NO. 1600 t ', pp�5494 .:0� LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 7,898 SQUARE FEEL' OR 0.181 ACRES S WHOLE PROPERTY ACREAGE: 0.847 ACRES CALCULATED) CAD FILE PAR 17—TT—PT2.pWG CURTIS SMITH J08 No. FNL1501.00 DRAWN BY: JWJ REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 23, 2015 EXHIBIT B PAOE 2 OF 3 SCALE: 1" - 50' N0. 5494 TEXAS FIRM No. 10106900 CORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-498-1424 FAX 817-498--1788 Page 9 of 9 EXHIBIT "B „ PARCEL No. 17 TE PART 2 MATCHLINE "B" TEMPORARY 7.5' UTILITY EASEMENT / CONSTRUCTION EASEMENT caa, a, suDE 17951Al 7,698 SQ. FEET ORG.f: P.R.T.c•T. 0.181 ACRES r1 l�1r REMAINDER OF � / 76.848 ACRES (BY DEED) / HARMON ROAD 81 "'' ; DEVELOPMENT LPto LOT f UJ C.C.F. No. D204159922 $ ""' oPRIVATE PARK ' ' y O.P.R.T.C.T. / Of Z A c �. I REMAINDER OF w 2? ¢ �yoCK ppYxzoN o 4"369 ACRES {BY DEED} �+ h Q' / oij AA 11954 Z 'ItFIRST TEXAS'TRACH ES, 1NC.T W � / aU Ij�Ex A' CI Z C,C,F. No. 0210280522 �`,�. J/ Gt1a �. • O.P.R.T.C.T. 'V / H APPARENT ` N RIGHT—OF—WAY LINE \ \ IL \ �--- 10.0' UTILITY EASEMENT \� CAB. A, SLIDE 11951 PG P.R.T,C.T. Hca°� s ts yT� 43 pR AT NE pA1tK HL V ADCIC OI 11951 l TNR ' A' S C x LIDS CAAS p•�'T' ACQUISITION LOCATION CURVE TABLE SUBJECT TRACT & CURVE RADIUS DELTA BEARING CHORD ARC LOCATION OF ACQUiSITEON C-2 1065.00 11 10 50' S 29 83'07'W 2 HO 9 207.82 50 25 0 50 NOTES: —` 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE, SCALE IN FEET 3. SURVEYED ON THE GROUND JULY 7, 2015. o WORT i ty of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIIIE II 48—INCH WATER TRANSMISSION MAIN, .......rPHASE 2 � �� T �.�G �R PARCEL NO. 17 TE PART 2 �•-�'CITY PROJ. NO. 002304 r' d' u.) TEMPORARY CONSTRUCTION EASEMENT I DOE NO. 7344 CURTIS SM1T OWNERS: HARMON ROAD 81 DEVELOPMENT LP SURVEY: JOSIAH WALKER SURVEY .ABSTRACT NO, 1800 ':f'o 5494 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Q'' •.... "'� F EASEMENT ACQUISITION AREA: 7,898 SQUARE FEET OR 0.181 ACRES WHOLE PROPERTY ACREAGE: 0.847 ACRES CALCULATED) CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY: JWJ CAD FILE: PAR17—TE—PT2.0WG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 23. 2015 IXHIBIT B PAGE 3 OF 3 SCALE 1" = 50' N0. 5494 TEXAS FIRM No, 70108900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 78118 • 817-496-1424 FAX 817-496-1768 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 18 PE DOE No. 7344 9200 NW 287 HWY JOSIAH WALKER SURVEY, ABSTRACT No. 1600 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: , 2015 GRANTOR: FIRST TEXAS HOMES, INC. A TEXAS CORPORATION GRANTOR'S MAILING ADDRESS (including County): 500 CRESCENT CR, STE 350 DALLAS, DALLAS COUNTY, TX 75201-7854 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent water facility easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being out of a remainder of a 56.740 acre tract of land labeled "Tract Il" being deeded to First Texas Homes, Inc. as recorded in County Clerk File No. D210260522 of the Official Public Records of Tarrant County, Texas, said permanent water facility easement being more particularly described in Exhibits "A" and "B". Permanent Water Facility Easement Rev.05/12/2010 Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor(1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. Permanent Water Facility Easement Rev.05/12/2010 GRANTOR: FIRST TEXAS HOMES, INC. GRANTEE: City of Fort Worth A TEXAS CORPORATION By: Jesus J. Chapa Assistant City Manager (name of person authorized to sign), Title APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared " known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas r Permanent Water Facility Easement Rev.05/12/2010 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_. Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.05/12/2010 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 18 PE DOE No. 7344 9200 NW 287 HWY JOSIAH WALKER SURVEY,ABSTRACT No. 1600 EXHIBIT "A" Being a permanent water facility easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said permanent water facility easement being out of a remainder of a 56.740 acre tract of land labeled "Tract II", deeded to First Texas Homes, Inc. as recorded in County Clerk File No. D210260522 of the Official Public Records of Tarrant County, Texas, said permanent water facility easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "RPLS NO. 4818" found for the northeast corner of Lot 2, Block 7 of Quail Grove Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11951 of the Plat Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "RPLS NO. 4818" being the northwest corner of Lot 3, Block 7 of said Quail Grove Addition, said 1/2 inch iron rod with cap stamped "RPLS NO. 4818" also being in the most easterly south line of said 56.740 acre tract of land; THENCE North 89 degrees 04 minutes 40 seconds West, with the north line of said Lot 2 and with the most easterly south line of said 56.740 acre tract of land, a distance of 119.10 feet to a 1/2 inch iron rod found for the northwest corner of said Lot 2, said 1/2 inch iron rod being the northeast corner of Heritage Trace Parkway (a 65.0' dedicated right-of-way) as shown on plat of said Quail Grove Addition; THENCE North 89 degrees 04 minutes 40 seconds West, with the north line of said Heritage Trace Parkway 65.0' right-of-way dedication and with the most easterly south line of said 56.740 acre tract of land, a distance of 67.25 feet to the POINT OF BEGINNING of the herein described permanent water facility easement; THENCE North 89 degrees 04 minutes 40 seconds West, with the north line of said Heritage Trace Parkway 65.0' right-of-way dedication and with the most easterly south line of said 56.740 acre tract of land, a distance of 3.25 feet to a point for the northwest corner of said Heritage Trace Parkway 65.0' right-of-dedication and being in the most easterly north line of a 76.646 acre tract of land (by deed) deeded to Harmon Road 81 Development LP as recorded in County Clerk File No. D204159922 of said Official Public Records of Tarrant County, Texas; THENCE North 89 degrees 05 minutes 55 seconds West, with the most easterly south line of said 56.740 acre tract of land and with the most easterly north line of said 76.646 acre tract of land, a distance of 29.29 feet to a point for corner; THENCE North 23 degrees 42 minutes 07 seconds East, a distance of 1048.69 feet to a point for corner in the southwesterly line of Heritage Trace Parkway 130.0' right-of-way dedication as shown on plat of Presidio West, an addition to the City of Fort Worth, Exhibit A Page 1 of 2 Tarrant County, Texas as recorded in Cabinet A, Slide 11771 of said Plat Records of Tarrant County, Texas, from which a 5/8 inch iron rod with cap stamped "Carter & Burgess" found for the southeast corner of Lot 2, Block 23 of said Presidio West bears North 66 degrees 17 minutes 36 seconds West, a distance of 37.81 feet; THENCE South 66 degrees 17 minutes 36 seconds East, with the southwesterly line of said Heritage Trace Parkway 130' right-of-way dedication, a distance of 30.00 feet to a point for corner, from which a 5/8 inch iron rod with cap stamped "Carter & Burgess" found for the southeast corner of said Heritage Trace Parkway 130' right-of-way dedication bears South 66 degrees 17 minutes 36 seconds East, a distance of 62.19 feet; THENCE South 23 degrees 42 minutes 07 seconds West, a distance of 1036.08 feet to the POINT OF BEGINNING and containing 31,273 square feet or 0.718 acres of land, of which 400 square feet or 0.009 acres of land lies within an existing Permanent Water Facility Easement granted to the City of Fort Worth as recorded in County Clerk File No. D215110774 of said Official Public Record of Tarrant County, Texas, leaving a net area of 30,873 square feet or 0.709 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: September 23, 2015 OF T CURTIS SMITH Curtis Smith 5494 Registered Professional Land Surveyor ... No. 5494 S HR Texas Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 18 PE MATCHLINE "A " REMAINDER OF 56.740 ACRES (BY DEED) ' :..,. PERMANENT WATER ACQUISITION "TRACT II FACILITY EASEMENT LOCATION FIRST TEXAS HOMES, INC. C.C.F. No. D210260522 / O j:::::::.:.::::::::::: :.::°� 0,873 SQ. FEET OR / / 0.709 ACRES (NET) ci co / �,.,,.,., .,._,,.,_•:,//O. SUBJECT TRACT & LOCATION OF ACQUISITION g PERMANENT DRAINAGE / d /"""""'"' jt+ r� REMAINDER OF FACILITY EASEMENT �'%::::::;:':.',,......%^ 6 ry i.... ;.... • ..:.' i.o g 56.740 ACRES (BY DEED) 7C CITY OF FORT WORTH / i.���Q "TRACT II" C.C.F. No. D215110772 = %ry / f``'"'" `::""/r�Cj�` FIRST TEXAS HOMES, INC. O.P.R.T.C.T. :.....:............ C.C.F. No. D210260522 O.P.R.T.C.T. /:• ::;;;;:/ P.0.C. f::t;•`.' : ` FND. 1/2-IR W/CAP /:•:::i;;::?;:;_::;%:?'f "RPLS NO.4818" /:`-ic?::•:?i..?i:;i:C_�/ N 89.04'40"W FND. 1/2-IR 67.25- N 89'04'40"W 119.10' N 89.05'55W P.O.B. — 5- TY - - - - 7.5 UTILITY EASEMENT 29.29 N 89'04'40"W / CAB. A, SLIDE 11951 REMAINDER OF 25' / P.R.T.C.T. LOT 3 76.646 ACRES (BY DEED) LOT 2 HARMON ROAD 81 DEVELOPMENT LP <C/ C.C.F. No. D204159922 CJ i1 0•P.R.T.C.T. Q / 7.5' UTILITY EASEMENT l� CAB. A, SLIDE 11951 � 4� Q �Q / P.R.T.C.T. (� ���. O CJtCI o ^a�, // �yOpy�SSG QQ Q tib GRASSY VIEW DRIVE NOTES: 50 25 0 50 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. SCALE IN FEET oRT WoR'cCit, oF Fort ort 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48—INCH WATER TRANSMISSION MAIN, PHASE 2 �� of PARCEL NO. 18 PE CITY PROJ. NO. 002304 PERMANENT WATER FACILITY EASEMENT DOE NO. 7344 " .__ ._......��_....._.._..,..._.. GURTIS SMIT OWNERS: FIRST TEXAS HOMES, INC. SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 5494 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Sss EASEMENT ACQUISITION AREA: 30,873 SQUARE FEET OR 0.709 ACRES (NET) WHOLE PROPERTY ACREAGE: 32.834 ACRES +/- (CALCULATED) CURTIS SMITH JOB No. FNI-1501.00 I DRAWN BY: JLC I CAD FILE: PAR18—PE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 23, 2015 1 EXHIBIT B PAGE 1 OF 4 1 SCALE 1" = 50' INO. 5494 TEXAS FIRM No. 10106900 GORRONDONA k ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 18 PE MA TCHLINE "B" / i PERMANENT DRAINAGE FACILITY EASEMENT E..•.•_..•.......:....::�l TO CITY OF FORT WORTH / �;};};;:;:;;:•:g?:;iq C.C.F. No. D215110772 O.P.R.T.C.T. / : ii:i6:f::i<;/: / ::::;.;::::.. ..... i 50 25 0 50 SCALE IN FEET REMAINDER OF / o, 56.740 ACRES (BY DEED) / `o�;i;ii :i: :` i:�y "TRACT II" FIRST TEXAS HOMES, INC. / ��.>? ....`........ C.C.F. No. D210260522 / F. O.P.R.T.C.T. / ^ ............... :%jco oM REMAINDER OF 56.740 ACRES (BY DEED) PERMANENT WATER N(: :: . ... "TRACT II" FACILITY EASEMENT FIRST TEXAS HOMES, INC. / `�, ::??;:>::;:?::`;`.: i o C.C.F. No. D210260522 0,873 SQ. FEET OR ry O.P.R.T.C.T. 0.709 ACRES (NET) :•:. :•:: `cv ,r, /;•:;2;;;:•i:;t.;;::::::� �::•::•:::::•::::::•: h ACQUISITION LOCATION Ii:•:: ?t; `.`.;•: :` _` ` 4ary� SUBJECT TRACT & LOCATION OF ACQUISITION NOTES: MA TCHLINE "A " 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. 0 WORTc-.- ity or Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE If 48-INCH ; o F T WATER TRANSMISSION MAIN, PHASE 2 F PARCEL NO. 18 PE CITY PROD. NO. 002304 �:'e •, ~.....,....................................... PERMANENT WATER FACILITY EASEMENT DOE NO. 7344 CURTIS SMITH OWNERS: FIRST TEXAS HOMES, INC. ~~~~~ ~ SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 ..poF5494o�PO LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS •.., .�•' EASEMENT ACQUISITION AREA: 30,873 SQUARE FEET OR 0.709 ACRES (NET) S U WHOLE PROPERTY ACREAGE: 32.834 ACRES +/- (CALCULATED) CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY: JWJ I CAD FILE: PAR18—PF.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 23, 2015 1 EXHIBfT B PAGE 2 OF 4 1 SCALE: 1' = 50' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA k ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 18 PE MATCHLINE C / 50 25 0 50 c:::<;:•;::::::::: ::::: SCALE IN FEET PERMANENT WATER �`V ' <'<•:::<:: � O FACILITY EASEMENT 0,873 SQ. FEET OR ::sj p (� 0.709 ACRES (NET) `� F+ N :=ACV .� V REMAINDER OF 56.740 ACRES (BY DEED) "TRACT II" /:;•::•:::::::a:::::::•.,:7 FIRST TEXAS HOMES, INC. ..'• ti W C.C.F. No. D210260522 �`` -'"' '"'" CID O.P.R.T.C.T. /:::;•::;:;•::•:;:::;;:;;<: O PERMANENT DRAINAGE 7r REMAINDER OF FACILITY EASEMENT 56.740 ACRES BY DEED TO CITY OF FORT WORTH ( ) C.C.F. No. D215110772 / /....;` ` "TRACT II" O.P.R.T.C.T. / r:•:i :::•ii:^ii: '� FIRST TEXAS HOMES, INC. C.C.F. No. D210260522 /':: :::::•;:•:;•;::;_. O.P.R.T.C.T. ACQUISITION / ! %i LOCATION SUBJECT TRACT & ! :<" ?`') LOCATION OF ACQUISITION �/ /,.::;:;::;;:•:_; - NOTES: MATCHLINE "B" 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE 3. SURVEYED ON THE GROUND JULY 7, 2015. ORT WORT City f Fort Orth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2 O eRa�v PARCEL NO. 18 PE CITY PROJ. NO. 002304 PERMANENT WATER FACILITY EASEMENT CURTIS DOE NO. 7344 U• TI � • �. SMITH OWNERS: FIRST TEXAS HOMES, INC. """""" ----'-- SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 5494 ; LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS S EASEMENT ACQUISITION AREA: 30,873 SQUARE FEET OR 0.709 ACRES (NET) S WHOLE PROPERTY ACREAGE: 32.834 ACRES +/— (CALCULATED) CURTIS SMITH JOB No. FNI-1501.00 I DRAWN BY: JWJ CAD FILE: PAR18—PE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 23, 2015 1 EXHIBIT B PAGE 3 OF 4 SCALE: 1* = 50' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 18 PE LOT 2 BLOCK 23 PRESIDIO WEST CABINET A, SLIDE 11771 P.R.T.C.T, HERITAGE TRACE PARKWAY ^^" (130' RIGHT—OF—WAY) CABINET A, SLIDE 11771 O� VE o��s' 50 ZJ 0 50 P.R.T.C.T• yyogy�y,; N SCALE IN FEET FND. 5/8-IR WITH 6>>36• .3�003(�`ae s . CAP STAMPED 1Y "CARTER BURGESS" E;:•;::•::;;:.;:;•:;";•:i L•r:•:::?ir:•i:•ii:•i::•ii:• ' S ss. PERMANENT WATER �;;�:•::::;:;•::•::•:;•;::;; s21 , e FACILITY EASEMENT F'' ' '''`::'� FND. 5/8-IR WITH /i?:::i1:`. }i: CAP STAMPED 0,873 SQ. FEET OR (;};;.;j;;: ';;:;:.:;:;;:: "CARTER BURGESS" 0.709 ACRES (NET) :: REMAINDER OFf:2;;;i:;:;:;;;;;:j �o REMAINDER OF 56.740 ACRES (BY DEED) �'�;_;,.;, ;. ,`., �q� 56.740 ACRES (BY DEED) "TRACT I I o ...... .::... (o' "TRACT I I FIRST TEXAS HOMES, INC. ^� �:::•::•:::::::::::;::::::r o FIRST TEXAS HOMES, INC. C.C.F. No. D210260522 C.C.F. No. D210260522 O.P.R.T.C.T. O.P.R.T.C.T. C� .....................:INro $fig o0 ACQUISITION LOCATION I t•:::;•::: :•::::..... SUBJECT TRACT & LOCATION OF ACQUISITION NOTES: MATCHLINE "C" 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. ORT 0 ' 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSI➢E If 48-INCH WATER TRANSMISSION MAIN, PHASE 2 ����ER�o PARCEL NO. 18 PE CITY PROJ. NO. 002304 PERMANENT WATER FACILITY EASEMENT DOE NO. 7344 CURTIS_SM_ITH " OWNERS: FIRST TEXAS HOMES, INC. """" '"' "54 ............... SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 p0 5494 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 30,873 SQUARE FEET OR 0.709 ACRES (NET) WHOLE PROPERTY ACREAGE: 32.834 ACRES +/- (CALCULATED) CURTIS SMITH JOB No. FNI-1501.00 TDRAWN BY: JWJ CAD FILE: PAR18—PF.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 23, 2015 1 EXHIBIT B PAGE 4 OF 4 SCALE: 1" - 50' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA k ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 18 TE DOE No. 7344 9200 NW 287 HWY JOSIAH WALKER SURVEY, ABSTRACT No. 1600 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: , 2015 GRANTOR: FIRST TEXAS HOMES, INC. A TEXAS CORPORATION GRANTOR'S MAILING ADDRESS (including County): 9285 HUNTINGTON SQUARE NORTH RICHLAND HILLS, TARRANT COUNTY, TX 76182-4366 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of a remainder of a 56.740 acre tract of land labeled "Tract II", deeded to First Texas Homes, Inc. as recorded in County Clerk File No. D210260522 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". f' Temporary Construction Easement 03/09/2015 It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of water line construction. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 03/09/2015 GRANTOR: FIRST TEXAS HOMES, INC. GRANTEE: City of Fort Worth A TEXAS CORPORATION By: Jesus J. Chapa Assistant City Manager (name of person authorized to sign), Title APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared ' known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas Temporary Construction Easement 03/09/2015 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J. Chapa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas Temporary Construction Easement 03/09/2015 NORTHSIDE 11 48 INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL No. 18 TE DOE No. 7344 9200 NW 287 HWY JOSIAH WALKER SURVEY,ABSTRACT No. 1600 EXHIBIT "A" Being a temporary construction easement situated in the Josiah Walker Survey, Abstract No. 1600, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of a remainder of a 56.740 acre tract of land labeled "Tract II", deeded to First Texas Homes, Inc. as recorded in County Clerk File No. D210260522 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "RPLS NO. 4818" found for the northeast corner of Lot 2, Block 7 of Quail Grove Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11951 of the Plat Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "RPLS NO. 4818" being the northwest corner of Lot 3, Block 7 of said Quail Grove Addition, said 1/2 inch iron rod with cap stamped "RPLS NO. 4818" also being in the most easterly south line of said 56.740 acre tract of land; THENCE North 89 degrees 04 minutes 40 seconds West, with the north line of said Lot 2 and with the most easterly south line of said 56.740 acre tract of land, a distance of 103.77 feet to the POINT OF BEGINNING of the herein described temporary construction easement; THENCE North 89 degrees 04 minutes 40 seconds West, with the north line of said Lot 2 and with the most easterly south line of said 56.740 acre tract of land passing at a distance of 15.33 feet a 1/2 inch iron rod found for the northwest corner of said Lot 2, said 1/2 inch iron rod being the northeast corner of Heritage Trace Parkway 65.0' right-of- way dedication as shown on plat of said Quail Grove Addition, in all, a distance of 82.58 feet to a point for corner in the north line of said Heritage Trace Parkway 65.0' right-of-dedication and being in the most easterly south line of said 56.740 acre tract of land; THENCE North 23 degrees 42 minutes 07 seconds East, a distance of 1036.08 feet to a point for corner in the southwesterly line of Heritage Trace Parkway, 130.0' right-of-way dedication as shown on plat of Presidio West, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 11771 of said Plat Records of Tarrant County, Texas, from which a 5/8 inch iron rod with cap stamped "Carter & Burgess" found for the southeast corner of Lot 2, Block 23 of said Presidio West bears North 66 degrees 17 minutes 36 seconds West, a distance of 67.81 feet; THENCE South 66 degrees 17 minutes 36 seconds East, with the southwesterly line of said Heritage Trace Parkway 130' right-of-way dedication, a distance of 62.19 feet to a 5/8 Exhibit A Page 1 of 2 inch iron rod with cap stamped "Carter & Burgess" found for the southeast corner of said Heritage Trace Parkway 130' right-of-way dedication; THENCE North 23 degrees 42 minutes 24 seconds East, with the southeasterly right-of-way line of said of said Heritage Trace Parkway 130' right-of-way dedication, a distance of 47.00 feet to a point for the southwest corner of Lot 1, Block 24 of said Presidio West; THENCE South 66 degrees 17 minutes 36 seconds East, with the southwesterly line of said Lot 1, Block 24, a distance of 7.76 feet to a point for corner; THENCE South 23 degrees 38 minutes 27 seconds West, a distance of 50.24 feet to a point for corner; THENCE South 22 degrees 51 minutes 40 seconds West, a distance of 544.00 feet to a point for corner; THENCE South 23 degrees 56 minutes 02 seconds West, a distance of 456.92 feet to the POINT OF BEGINNING and containing 77,268 square feet or 1.774 acres of land, more or less. Notes: (1) A plat of even survey date accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. (3) Surveyed on the ground July 7, 2015. Date: September 25, 2015 OF T `PSG t s rE;��� CURTIS SMITH Curtis Smith r qfo 5494 �`-* Registered Professional Land Surveyor �ti'' FESs�°• l No. 5494 Texas Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 18 TE MATCHLINE "A " REMAINDER OF / (' : ':'.'•;?: `':;`::':i:;:::::;::'::' 56.740 ACRES (BY DEED) .: TRACT II / c:•:::::::::..:..::•::....::::.:.::?:;:•:•:: :•:::;::::::•::•:•::•::::• : ACQUISITION FIRST TEXAS HOMES, INC. /... `:: :'::', LOCATION C.C.F. N0. D210260522 /f ': :':''' :>::.' F:: ` '`<:::.i A '/F/%:iiiC::{:i:i:i:':.::":.::":?:>.;::::}r.:;}'.;:'';;:`'}:�•:':''.':-iii}ri:•=? ri`r= ?y—b ........... ` .7i. TEMPORARY :" ..,.':....':? CONSTRUCTION EASEMENT i SUBJECT C T TRACT & 77,268 SQ. FEET OR !:::"':'": :"' :': :'":`: "a":`::'` LOCATION OF ACQUISITION 1.774 ACRES J PERMANENT DRAINAGE---,_ / .p//::?i:;::;}i:;C;•:;tC;ii;'.:;:'):.:,:.:.:?:;::;%ii?::? }::;`iii-}� Vj�• REMAINDER OF FACILITY EASEMENT N Ei:•i.:;::?:::.iii::::i}iiii:_:iir::i}ii; :C:::::::i::-::F.:._� TO CITY OF FORT WORTH / `l f;::.:`. ::;:::•:;:?;;s>`•;:.•::•.:•:;;•.:....::::•:::':;::_:_;:......:;:� 56.740 ACRES (BY DEED) C.C.F. No. D215110772 /::(:•:i?i•r:f:c,::r.::iF::;:'r?:i:F.:h::::••:E::::F.':� n <V/t:. i2;'.;;:`:::::;:> ;: : : :: ::;; _:<;;: "TRACT II O.P.R.T.C.T. / /........................ c:F.:nisi::•::::Fi::::{i::(:;!:;f_::' / �� =/C:: i':i;::`. ::'•: :'•:;> ':-i :: ::` ?;;' .i oN FIRST TEXAS HOMES, INC. :.:.:.:...: ;''.::� p C.C.F. No. D210260522 R S DO O.P.R.T.C.T. ;:::•::PASSING A FND. :,.;;.;;...;;:g P.O.B. FND. 1/2-IR W/CAP JD \ SSR G 1/2"IR AT 15.33':.":i:i.:}1'aaa'/ RPLS N0.4818" Ga•::•::•::.:aaa•::;:•:......::?:a......::•:::.?.tb::;:...... N 89604'40"W 103J7' N 89'04'40"W _ _ _ _ _ _ _ _ _ _ 82'58' / 7.5' UTILITY EASEMENT N 89'04.40'W! / CAB. A, SLIDE 11951 REMAINDER OF 3.25' / P.R.T.C.T. LOT 3 76.646 ACRES (BY DEED) HARMON ROAD 81 / DEVELOPMENT LP <C! LOT 2 C.C.F. No. D204159922 O.P.R.T.C.T. 4 / 7.5' UTILITY EASEMENT 9 CAB. A, SLIDE 11951 �� I F P.R.T.C.T. OG,w v�O�. O <v� -- 4 �� Z GRASSY VIEW DRIVE NOTES: 50 25 0 50 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7. 2015. SCALE IN FEET ORT WORT City O Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2 ' F' TF S T fig%;. f� PARCEL NO. 18 TE CITYPROJ. NO. 002304 fir' TEMPORARY CONSTRUCTION EASEMENT DOE NO, 7344 CU TIS SMITH" OWNERS: FIRST TEXAS HOMES, INC. ""~' ""' ' SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 •.,poF5494 """ LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS •••..... J� EASEMENT ACQUISITION AREA: 77,268 SQUARE FEET OR 1.774 ACRES S WHOLE PROPERTY ACREAGE: 32.834 ACRES +/— (CALCULATED) CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY: JLC CAD FILE: PAR16—TE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 25, 2015 IEXHIBIT B PAGE 1 OF 4 1 SCALE: i" = 50' IND. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 18 TE MA TCHLINE "B" 50 25 0 50 �.::.:.:;:.:. ::: :::is>;:•: i:•::•i::•i:i / / :':.' ? ` '<:C'i�;:•;:r:•:ii::•:::.... :•i:5l::iF.i::iiiii•::ii:� SCALE IN FEET : < >:' REMAINDER OF :?;' : := :c:<i:i?: ;j 56.740 ACRES BY DEED :::::............................... ...... *.....::.::::::::::.� "TRACT 11 E:•::::::::.::::.::•::•:::c•:::::;:•;:::::::::•::•:::•:::::•::•:::::•:j FIRST TEXAS HOMES INC. / /!: . :': :::'i . 's C.C.F. No. D210260522 / //:c:..?;`:::;`.:'::;:; ':: :?2ii':; ;i':;::;t.:.: :::S:r O.P.R.T.C.T. / / ";:.:: :; ;: ;: ;.';::.?: ?`:: TEMPORARY CONSTRUCTION EASEMENT PERMANENT DRAINAGE /•iii.ii::c:�?:is•ii:::::::•:::;•i?::•:iii:i•iii ii:�i•::........ ?:•i 77,268 SQ. FEET OR FACILITY EASEMENT CU'/E:ir:?iii:,ii:! i:.:.:.r:ii: : : ?;:: :r;......::.. M �::•::•:::••:z,;::;::;::;:?::;': :::;::•::•:':..:...::::: 1.774 ACRES TO CITY OF FORT WORTH :':::??: :(:,,a: :::? :%; :;zc,':> :?;;5:::-';>:.7 C.C.F. No, D215110772 / O.P.R•T.C.T. �iii:::::}i,?:i;;•::;;•:::'r:it(:::::::::�F::{iic::F.Siii:•?:i'% / �?:� :� i i::;ise?"isa:•ii:::::::;•:::::;•iii::i:-::•:::::•:::•% / .......: ................................. '' :: %4j W p�K o 160 / °�/ >:'' :> `::::: ' s>'> X051AN RPC N "i. ci `::::: : :: j+� REMAINDER OF eL '7 56.740 ACRES BY DEED ( ) ACQUISITION //a:;:: ai::� o h ti::: : ::..::: ::::.>; lh "TRACT II" LOCATION :::¢�j ' '7 HOMES, INC. FIRST C.C.F.T S D2110260522 SUBJECT TRACT ....... :a. LOCATION OF ACQUISITION .`:?:=::; ::':/ NOTES: MA TCHLINE "A " 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. ® ® City of r 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NORTHSIDE II 48—INCH WATER TRANSMISSION MAIN, PHASE 2 PARCEL NO. 18 TE CITY PROJ. NO. 002304 fir' TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 ,...0 •T —,...w CURTIS SMI7 OWNERS: FIRST TEXAS HOMES, INC. r ."'- '5494'»•'• . SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ti . .... EASEMENT ACQUISITION AREA: 77,268 SQUARE FEET OR 1.774 ACRES WHOLE PROPERTY ACREAGE: 32.834 ACRES +/— (CALCULATED) CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY: JWJ CAD FILE: PAR18-TF-DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 25, 2015 1 EXHIBIT B PAGE 2 OF 4 SCALE: 1" = 50' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No, 18 TE MATCHLINE "C" 777 REMAINDER OF :i;......• . ::.::; :::;•:;•:;;:•::::;:::: t.:: i.:::;::•:::•::•:::•::•.....:::::::.::; •;::::::50 25 0 50 : 56.740 ACRES (BY DEED) !::: :' ::•< •;::; :':'::•:•:::::::: "TRACT II" �::•:::;c::::•:::::•:;::::•:: ;:::•:::•::::::::;•:::::::::•:<:;y i FIRST TEXAS HOMES, INC. E=:: '.:'.; :`.'.:`. : :: : : `: = '::c•: 'i:� C.C.F. No. D210260522 0 SCALE IN FEET O.P.R.T.C.T. ro. :•:;:•• :::•::..::::.: :. >; ;;:...:--: -:><>.->i <-:.:i l.:::::::::.:::::::::::::::::::::•;::•::•;:c :;;:c::•;:::•:::c� II WALKER SURVEY ,� <;:-<;: : ;r: ;<•:;•;::•:.:;•:::•:::•:;:•::•:::•::.� v,° "�ACT No. 1600 TEMPORARY ......................• .......... :•::.:::::;::•::.:::::•...:•:::•::./ ;� CONSTRUCTION EASEMENT !: ;`•::-i------= --=--=-i ':t:-`. :-`.;i::;:;::i:< -:-�N 77,268 SQ. FEET OR `:.::`.:.1?`' "1.774 ACRES PERMANENT DRAINAGE ........................... FACILITY EASEMENTf }::?:•::i•:::•::•:•::?:i TO CITY OF FORT WORTH ..:::::.:...... ::. ... .......:::•::::•.f C.C.F. No. D215110772 / / ..................:-- --1:':-:-:':?-::- :{-'.: ......... "... O.P.R.T.C.T. //:F.;{i??ii:�:ii4:i::iiit:(•i ii(iii•:ii•`�:(SF:iiiiific:i•:i•:•ii� �-i`::....... `.....::-:6:�::i•:i(i:::i::F.::i(:ori?i ACQUISITION :.:.:.:.:;'.:.`:.:.:`. : ...:.:; REMAINDER OF LOCATION / / .............. :':.:. ..``..:.:.:`:. . 56.740 ACRES BY DEED "TRACT II" ) :.:.:. :.:.:: :.:.: `:-`: .:'•j FIRST TEXAS HOMES, INC. / C.C.F. No. D210260522 SUBJECT TRACT & /:.......:.......:::.::.;.:;:::.:::.::::::.:.:-..:::•...:::.:::.::•/ O.P.R.T.C.T. LOCATION OF ACQUISITION / //:-: :;:-`:;::.:::::?`.......i-:-: --t -:`.-i:-i: -::`......-isi:•................................-. .-•.- - ;-:;�;1 NOTES, MATCHLINE "B" 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. 3. SURVEYED ON THE GROUND JULY 7, 2015. oar yVoRT C o o 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 NOR THSIDE II 48—INCH WATER TRANSMISSION MAIN, PHASE 2 �P;•���sre,��.,.f� PARCEL NO. 18 TE CITY PROD. N0. 002304 �. `r �'; .. Ul)- TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 CURTIS SMIT OWNERS: FIRST TEXAS HOMES, INC. SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 `•poF5494 _ ;;O LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EASEMENT ACQUISITION AREA: 77,268 SQUARE FEET OR 1.774 ACRES WHOLE PROPERTY ACREAGE: 32.834 ACRES +/— (CALCULATED) CURTIS SMITH JOB No. FNI-1501.00 DRAWN BY: JWJ I CAD FILE: PAR18—TE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 25, 2015 EXHIBIT B PAGE 3 OF 4 1 SCALE: 1" = 50' AND. 5494 TEXAS FlRM No. 10106900 GORRONDONA & ASSOCIATES, INC. 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. f8 TE C LOT z HERITAGE TRACE BLOCK zs PARKWAY RrI/<C PRESIDIO WEST CABINET A. SLIDE 11771 (130' RIGHT—OF—WAY) a144 LOT 1 P.R.T.C.T. CABINET A, SLIDE 11 771 .N P.R.T•C•T. FND. 5/8-IR WITH vL 00 S 66.1736"E rJO 25 Q 50 CAP MPED 6 "CARTERS BA RGESS" (V*• 7.76' BLOCK 24 IV66'1)• • CABRASSLIDEWEST 1177f SCALE IN FEET 6's1361v S s ::' ,� P.R.T.C.T. TEMPORARY %':: :'::::' FNCAP�ti CONSTRUCTION EASEMENT f :: CARTEfl� ' 77,268 SQ. FEET OR 1.774 ACRES tp .... :::: ;r 4 & REMAINDER OF 2 :::::•::: ::: t 56.740 ACRES (BY DEED) REMAINDEROF 1 ...........:::-...:::::::::::::::.::::•:::::::. l: ::;; ..............::;•:::;;ris:;•::::c;;:i•:::•............; h "TRACT II" 56.740 ACRES (BY DEED) : >;:•'::;''_s.;` : ::;., FIRST TEXAS HOMES, INC. "TRACT II n !:; :;:`.;;,:` :;;>:.:: :: ":;;;;';;;:%a� C.C.F. No. D210260522 FIRST TEXAS HOMES, INC. ::::. ;; isi;'. i:; :: O.P.R.T.C.T. C.C.F. No. D210260522 N :: :::;':;:::•::•:::.:::::..:-::::..:.::....:: O.P.R.T.C.T. ry /� I: .: ::•:.c :.:;:i;: :';;; ':::f h `� ACQUISITION G;;;:•: 0. ::•s•;::::•:.;:::::;•:::::;;•:::<i::::•:::::;:;•::•:;:::•::•:� LOCATION F::.`;:: :`.::: :.` :••` ::F `i:?? 1` /)isis-:::::;:;i•:':':;;?%':?ir:;;t}:pit}:ii3 .......... O •(� SUBJECT TRACT & LOCATION OF ACQUISITION U::•:::::::::::•::::::•::::::e =:•;: :................. E::'i�i::iii:•::•iso:�:iti•isri•�iCii•?i�:tiii:ri:ri•:iiii?•:'i _-..__---- - ATCHLINE "C" NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2, ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE 3. SURVEYED ON THE GROUND JULY 7, 2015. ORT ORT F" /" 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 NORTHSIDE II 48-INCH WATER TRANSMISSION MAIN, PHASE 2 �� OF T� �P PARCEL NO. 18 TE CITY PROD. NO. 002304 ��`G\S.reR�o9� ................•.... TEMPORARY CONSTRUCTION EASEMENT DOE NO. 7344 � ���...._.. ... CURTIS SMIT OWNERS: FIRST TEXAS HOMES, INC. """' " •'.. SURVEY: JOSIAH WALKER SURVEY, ABSTRACT NO. 1600 ,poF5494 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS . F EASEMENT ACQUISITION AREA: 77,268 SQUARE FEET OR 1.774 ACRES WHOLE PROPERTY ACREAGE: 32.834 ACRES +/— (CALCULATED) CURTIS SMITH JOB No. FNI_1501.00 I DRAWN BY: JWJ CAD FILE: PM18—MDWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE SEPTEMBER 25, 2015 EXHIBIT B PAGE 4 OF 4 SCALE 1. 50' N0. 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 I MEMORANDUM 9,"49Y- ... .. • 1 , ' A B 4055 International Plaza,Suite 200 • Fort Worth,Texas 76109 • 817-735-7300 • fax 817-735-7491 www.freese.com OF\1�1 TO: Daniel Stoutenburg, P.E.; Olivia Kerss, P.E. •. n .•••:�s l� CC: File FTW14497i ::..................*­� / MARC T. MILLER % /.............. ...... i FROM: Marc Miller, P.E.; Holly Saez, E.I.T. �/ 87824 Q% SUBJECT: Geotechnical Recommendations 44,1 ;NEMS • `c ATE: Y � D Jul 28 2015 07/28/15 PROJECT: FTW14497 FREESE AND NICHOLS, INC. Northside 11 48" Water Main Phase 2 TEXAS REGISTERED ENGINEERING FIRM F-2144 INTRODUCTION This memo summarizes the results of the geotechnical investigation for the City of Fort Worth's proposed Northside II 48-inch water line located in Fort Worth,Texas, in the northwest corner of Tarrant County.This work was provided as part of Freese and Nichols, Inc. (FNI) project number FTW14497,authorized by the contract with Cthe City of Fort Worth executed on December 10, 2014. PURPOSE AND SCOPE The City of Fort Worth plans to construct a 48-inch water line that will travel north and east from the intersection of Cromwell-Marine Creek Road and Marine Creek Parkway to the intersection of Heritage Trace Parkway and Harmon Road (FM 3479).The proposed pipeline will typically be buried about 10 feet below the ground surface. Open cut excavations are planned with occasional horizontal bore crossings at infrastructure crossings. The purpose of this geotechnical investigation is to provide subsurface data and recommendations for use during the design of the proposed pipeline and to comment on construction considerations.To accomplish this purpose, the study was planned based on: 1. Drilling a series of borings along the pipeline alignment to obtain samples for observation and testing of subsurface conditions; 2. Performing laboratory tests on selected samples to determine classification and engineering properties of the subsurface; and 3. Analyzing the collected data and developing recommendations for the proposed pipeline design and installation. FIELD INVESTIGATION The field investigation was planned for a total of 16 borings along the pipeline route, as provided on the attached CBoring Location Maps (Figures 1 through 4). The drilling was performed from May 14 to July 2, 2015, by Total Depth, Inc. using a CME-75 truck-mounted drilling rig. Mr. Don James, P.G. of FNI and Mr. William York of Geoscience Consultants International, LLC supervised the drilling and logged the borings. The typical depth for Geotechnical Report Northside 11 48" Water Line Phase 2 City of Fort Worth July 28, 2015 Page 3 of 6 Stratigraphy Subsurface stratigraphy along the pipeline route primarily consists of fat and lean clays and clays with gravel that overly limestone and marl, and can be generalized as shown in Table 1. Refer to the attached Logs of Borings for specific subsurface descriptions and thickness of particular strata. Table 1. Generalized Stratigraphy Stratum Thickness,feet Description LEAN TO FAT CLAY (CL/CH), with occasional gravel, gravelly clay, and 3-24 clayey sand layers, yellow-brown to brown to dark brown, stiff to hard, moist to wet, shaly/marly and weathered at greater depths LIMESTONE/MARL, light gray to gray, weathered to unweathered, II -- soft to hard,weakly to moderately cemented Groundwater The borings were advanced using techniques that allow for direct and indirect observations of seepage and groundwater during drilling operations and prior to coring operations. Seepage was observed during drilling in seven borings at depths below ground surface (bgs) as summarized in Table 2. The seepage appears to occur in granular soil perched above clay or rock.These borings are located near creeks and the groundwater is most likely Cinfluenced by water levels within the nearby waterways and recent rainfalls. The remaining borings were dry during drilling. Refer to the boring logs for specific observations made during the course of the field investigation. Table 2.Groundwater Summary At Time of Drilling, Approximate Boring No. feet-bgs Groundwater Elevation,feet-msl B-03 3 794.9 B-05 2 733.6 B-07 3.5 710.4 B-10 8 701.3 B-11 6 688.0 B-12 9 694.1 B-16 6 734.2 The occurrence of and variations of groundwater can vary due to many factors. These factors include seasonal changes, site topography, surface runoff,the layering and permeability of subsurface strata,water levels in water ways, utilities, and other factors not evident at the time of this study. Findings apply only to the time and place indicated. C Geotechnical Report - Northside 11 48" Water Line Phase 2 City of Fort Worth July 28, 2015 Page 5 of 6 diameter consist of crushed rock embedment. The crushed rock embedment should be placed and compacted as specified in FNI Standard Specification 3123 33.16 for the particular pipe material. Most of the excavated soils from the trench are suitable for backfill above the pipe envelope, in non-load bearing areas. Backfill under future roadways or in load bearing areas should meet the requirements in the City of Fort Worth's Standard Specification 33 05 10. Due to the varied mixture of the excavated soils, care should be taken to keep the material segregated if it will be used as backfill above the pipe envelope. Earthwork General fill above the pipe zone should be compacted between 95 and 100 percent of the maximum Standard Proctor density (ASTM D 698), between 2 percent below and 3 percent above the optimum moisture content. Compaction of each lift should be continuous over its entire area.The maximum allowable aggregate size for these materials is 2 inches. Fill should be placed in loose horizontal lifts not exceeding about 8 to 9 inches, with the intent of providing a compacted lift thickness of 6 inches. The material should be consistent with regard to type and moisture content.Clods should be processed and mixed, and water should be evenly applied,so that each lift has a uniform moisture and density. Each lift should be tested to confirm it has the specified moisture and compaction. Subsequent lifts should not be placed until the exposed lift has the specified moisture and density. Lifts failing to meet the moisture and density requirements should be reworked to meet the required specifications. The contractor must provide some means of controlling the moisture content (such as water hoses, water trucks, etc.). Maintaining subgrade moisture is always critical, but will require the most effort during warm,windy and/or sunny conditions. Density and moisture verification testing is recommended to provide some indication that adequate earthwork is being provided. However, the quality of the fill is the sole responsibility of the contractor.Satisfactory verification testing is not a guarantee of the quality of the contractor's earthwork operations. Expansive Clays The presence of expansive clays should be discussed with the geotechnical engineer during design. Expansive clays of moderate to high plasticity were present in the upper 5 to 25 feet of the boring logs. Expansive soils are problematic within the depth of seasonal moisture change, typically 20 feet for North Central Texas, or where water may be introduced to previously dry subsurface soils. Swell-induced pressures may need to be considered for the pipeline, specifically at the joints where the pipe depth changes suddenly (e.g. creek or infrastructure crossings). In areas where the pipe is founded in clay materials, expansive foundation materials could result in uplift pressures that damage or cause offsets due to differential settlement between the shallow foundation soils and the deeper limestone foundation. The use of flexible pipe will alleviate some the problems associated with expansive soil; however, the use of flexible connections may be required at the joint locations where the pipe elevation drops to accommodate the creek or infrastructure crossing. Chemical modification with lime may also be considered at the aforementioned joint locations to reduce the swell potential of the shallower soils but will require further evaluation and discussion. CLOSING Continuity C The geotechnical engineer should be requested to review the completed plans and specifications to confirm that the design is consistent with the subsurface conditions indicated by the investigation.The construction should be observed and tested by qualified personnel. The geotechnical engineer should be requested to visit the site I' 'Ilasiet 9M Wedpon Pkse UR, ' • Y Z Kdler Hadel +- Avondale�HaslutiadHastet WIN �� -- - ProjectAlignment Ii IIennr.,rdRdW � Blo.,N'­J Rd w BlueNp' do`P - � Tarrant w inali o Golden TriarNI • _ x l` ,I!, � 33iy s' W Hirt.Rd WHIckiRd W Bonds Ranch Rd F&,rd,Rary h Rd O2015 HERE O.' O 1 „ ���� TI o • • •• • 4 - v i► � l � } T 1A l z ' a E Harman Rd �+y� Eagle Mountain. -' Ballet'Bosvrel1 Rd W Salley Boswell qd � } 12, r'Iir•+ + m FUSSIL PARK • . moi\ � .. 35W - w - � 'I a� .• � We tem Cerate{BIW 6 a" Saginaw 'Blue Mound p N'IAWNL<REEK HILLS +r Crunry+ell Man-Creek Rd r 1119. dV9e py I � I Longhorn Rd - 0 r 1 to 4. a/m 1v/941 Fury C1 CM I GREENFIELD ACRE; Tarrant 1 , _ I'_ County FUS;II CREEK, yr crl r9�, College-Northwest ' 'Fart Wo h m F 1 k/mudsn Meacham \ ^ I 95111 970 Inle'rnational N 4 CRLsr RIDGE l.- Airport' .a r� - Z , anal RA •�,.9�..K o LAKE WUItTll 0 1"� 1t , 9 ! ''•••1••�• a� 2 I a I DIAMOND 1 111 111 4,Ir/�q�� �'�•� z HILL- JARVIS, -..tni,n Park J �� o n o eo . o 4gaC G�G�n]D Dor W FREESE , Northside Phase 11 _1 City of Fort Worth 4055 International Plaza,Suite 200 Fort Worth,TX 76109-4895 ••• Phone-(817)735-1300 Vicinity • 0 %Idriv..T-1 - s� c0 P 0 Ridgev�ah•r Trail a- 0 Cianb,c6k Dr' �, • Foxcraft Dr E - • 'Bracwick Di, Crown OaksrD}' I I I Conellowe r Trail �'v it E •_ 1I z C y 0 � Prdilie Clover Trail tf� i �� �• u O IF 940 L;;hr I { I .n 2 a °Y Rohertso �► 1,11,di lit b � m J ^ I A � >r E J h O k Chactlen Ct w � 0 - c Runes' 3 `' z t �! 11—V-,T'li Ranch.Rd Cold Mountain Trail - I u, High DL—rt Trail' 'Myslic RiOei Trail /' 2,000 9 1 'Branding Iron Trail' Feet I.. '- a o �d o'a : o J�B 'gLzC CUG DD A Northside Phase 11 FREESE City of Fort Worth 4055 International Plaza,SWIG 200 i �1 Fort Worth,TX 76109-489S Boring Location Map rKFREESE NICHOLS LOG OF BORING NO. B-01 } Project Description: Northside Phase II Project Location: Fort Worth,Texas Project No.: FTW14497 Date Drilling Started: 6/12/2015 Phase No.: **** Logged By: DDJ Drilling Co.: Total Depth Date Drilling Completed: 6/12/2015 Rig Type: CME 75 Hammer Type: Automatic Drill Method: DRY w/CFA Latitude: 32.880580 Longitude: -97.390650 Elevation: 805.3 ft. SAMPLE 3° e. LU LL z = > ~~ o V)« $ ~ w a'. �° H C7 z W z w Z a Ui o a W W W a MATERIAL DESCRIPTION o 3 N$ o t9 `Q` w yy V F..Z p } U } a N 7 N u O W Q Q 0 F r2 z�Q O w O o O � g {/Q~) u� z O Q Q K W ~ H Z J CL J V N Q w m =FO 3 z a z F D U-1 3.0(P) 70 LEAN CLAY(CL),brown,very stiff,moist, silty 1/804.3 U-2 4.5+(P) 60 LEAN CLAY(CL),with sand, U-3 3.25(P) 80 yellow-brown,hard,moist LEAN CLAY(CL),yellow-brown to light 7.5/807.8 17 113 3 8.2 U-4 4.5+(P) 80 yellow-brown,hard,moist to dry,silty, with calcareous accretions,marly, U-5 4.5+(P) 60 weathered 14 92 34 16 18 5 u-6 4.5+(P) 70 -fissile below 6 feet 800 TCP 15/6" 13/6" LEAN CLAY(CL),yellow-brown,hard, 6.5/798.8 moist,shaly,marly,intercalated with moderately cemented limestone partings,weathered 10 795 ) TCP 10/6" 50/5" 15 790 LIMESTONE,light yellow-brown and light 16.5/788.8 gray,weathered,hard,weakly to moderately cemented,marly(Fort Worth 50/1.75" Limestone) 18.5/786.6 TcP 50/0.75" LIMESTONE,light brown-gray and light 20 gray,slightly weathered,hard,weakly to 785 moderately cemented(Fort Worth Limestone) LIMESTONE,light gray and gray, 77/783.3 unweathered,hard,moderately 50/0.50" cemented,with occasional hard marly TCP 50/0.25" shale seams(Fort Worth Limestone) 25 780 50 ill TCP 50/0.25" 30Total boring depth 30.0 ft. 775 C Water Observations: Remarks: 0-30 feet-4-1/2 inch CFA.Boring backfilled with soil cuttings upon completion. None At Time Of Drilling The stratification lines represent approximate strata boundaries.In situ,the transition may be gradual.These logs Sheet 1 of 1 are subject to the limitations,conclusions,and recommendations in the associated report. rFREESE LOG OF BORING NO. B-03 MWICHOLS Project Description: Northside Phase II Project Location: Fort Worth,Texas Project No.: FTW14497 Date Drilling Started: 5/14/2015 Phase No.: **** Logged By: DDJ Drilling Co.: Total Depth Date Drilling Completed: 5/14/2015 Rig Type: CME 75 Hammer Type: Automatic Drill Method: DRY w/HSA;NX Core Latitude: 32.897390 Longitude: -97.396510 Elevation: 797.9 ft. SAMPLEUJW .� rH W F-„ fc' Q h N ~ W a a ... H O Z W C C Z K S J Z = Z Z"H T m Z ua H 3 J a Q O a a 'o a W W W MATERIAL DESCRIPTION 0 3 0 0 L LU " o�iZ > vii z z a^i ~ $� O K W p 90 � �^ � Q J OJ =WO � 3 j Z J ° ga j N "' m A-1 POORLY GRADED GRAVEL(GP),with U-2 2.6(P) 60 sand 0.4/797.5 U-3 2.0(P) FAT CLAY(CH),dark brown to dark 28 80 69 27 42 yellow-brown,stiff to very stiff,moist U-4 NT SPT-5 11-10-13 o a POORLY GRADED GRAVEL(GP),with 3/794.9 (23) sand,yellow-brown-gray,medium dense, A o wet 5 SPT-6 50/5.25" Q Q 793 LIMESTONE,light yellow-brown-gray, 5.5/792.4 weathered,hard,moderately cemented, jointed,vuggy,burrowed,with marl C-7 22 18 seams(Fort Worth Limestone) 10 788 C7 146 130 1.6 MARL,yellow-brown and gray, 11.5/786.4 C-8 74 56 weathered,hard,occasionally fissile(Fort Worth Limestone) 15 LIMESTONE,gray and dark gray, 15/782.9 783 unweathered,hard,weakly to moderately cemented,fissile,marly(Fort Worth Limestone) C-9 76 50 20 778 25 C-10 92 82 773 30 Total boring depth 30.0 ft. 768 C Water Observations: Remarks: 0-5 feet-6-1/2 inch HSA;5-30 feet-Rotary wash and NX core.Boring backfilled 3 ft At time of drilling with soil cuttings upon completion. The stratification lines represent approximate strata boundaries.In situ,the transition may be gradual.These logs Sheet 1 of 1 are subject to the limitations,conclusions,and recommendations in the associated report. rFREESE LOG OF BORING NO. B-05 WNICHOLS Project Description: Northside Phase II Project Location: Fort Worth,Texas Project No.: FTW14497 Date Drilling Started: 5/14/2015 Phase No.: **** Logged By: DDJ Drilling Co.: Total Depth Date Drilling Completed: 5/14/2015 Rig Type: CME 75 Hammer Type: Automatic Drill Method: DRY w/CFA Latitude: 32.898000 Longitude: -97.378980 Elevation: 735.6 ft. SAMPLE Q x > �..' F- W H w Fw.. Z W Z UJ 2 Z 2 Z Z.�F } m Z w �N J aF. Q O CL LU 'o a W W W MATERIAL DESCRIPTION o 3 Q o C3 z a UJ U p�Z > Crv}i C C a N F O w Q > O 3 ZH O w O Q Q cc W Q F•' Z J d g Z VI Q W m =F�o Cr3 Z a POORLY GRADED GRAVEL(GP),light gray,dense,moist,with cobbles(Fill) U-2 NT 90 _ FAT CLAY(CH),brown,stiff,moist 1.5/734.1 26 82 61 20 41 U-3 NT CLAYEY GRAVEL(GC),yellow-brown, 2.5/733.1 dense to very dense,wet,fine-to SPT-4 50/4.75" coarse-grained,gap to well-graded 5 50/0.25" 731 TCP 50/0.066 LIMESTONE,yellow-brown and 5.5/730.1 brown-gray,weathered,hard, moderately cemented,intercalated with hard shaly marl seams(Fort Worth Limestone) 50/0.75" MARL,gray,slightly weathered,hard, 8.5/727.1 rCP 50/0.50" fissile,intercalated with weakly to 10 moderately cemented limestone(Fort 726 Worth Limestone) 50/0.75" TCP 50/0.50" 15 721 50/0.75" TCP 50/0.25" 20 716 50/0.50" TCP 50/0.25" 25 711 LIMESTONE,gray,slightly weathered, 27/708.6 hard,moderately cemented(Fort Worth 50/0.75" Limestone) rcP so/o.zs" 30 Total boring depth 30.0 ft. 706 CWater Observations: 2 ft At time of drilling Remarks: 0-30 feet-5-1/4 inch CFA.Boring backfilled with soil cuttings upon completion. The stratification lines represent approximate strata boundaries.In situ,the transition may be gradual.These logs Sheet 1 of 1 are subject to the limitations,conclusions,and recommendations in the associated report. rMREES S LOG OF BORING NO. B-07 Project Description: Northside Phase II Project Location: Fort Worth,Texas Project No.: FTW14497 Date Drilling Started: 6/12/2015 Phase No.: **** Logged By: DDJ Drilling Co.: Total Depth Date Drilling Completed: 6/12/2015 Rig Type: CME 75 Hammer Type: Automatic Drill Method: DRY w/CFA Latitude: 32.898510 Longitude: -97.370910 Elevation: 713.9 ft. SAMPLE a° a x �_ y .F ~ W 4-F ~ Q V)N ~ W C.}. J H Z W Z OWCS J Z o o e W Q > ��° N MATERIAL DESCRIPTION $ a N 5 ~ U 0 z o ao> 0 LU°C Q �Z J Ln Ui g u� a W m =FO ccz a H U-1 1.6(P) 90 FAT CLAY(CH),dark brown to brown-gray,stiff,moist U-2 2.0(P) 80 U-3 2.2(P) 80 SANDY FAT CLAY(CH),brown-gray and 2/711.9 24 69 58 21 37 yellow-brown,stiff,moist to wet, SPT-4 5-4-4 intercalated with loose,fine-to coarse (a) sandy gravel seams(Alluvium) 5 FAT CLAY(CH),light yellow-brown,very 4.5/709.4 709 U-5 3.7(P) 70 stiff to hard,moist to dry,silty,fissile, 18 112 2.2 7.9 blocky,intercalated with weakly to U-6 4.5+(P) 80 moderately cemented limestone partings TCP 32/6" and seams,marly,severely weathered 50/3" 50/0.50" TCP f 50/0.25" 10 704 C MARL,with limestone,light gray and 10.5/703.4 gray,weathered,hard,with moderately cemented limestone seams(Denton Clay) 50/1.2s" TCP 50/1' 15 699 LIMESTONE,light gray and gray,slightly 17/696.9 weathered,hard,moderately cemented, 50/0.50" intercalated with marl seams(Fort Worth TCP 50/0.25" Limestone) 20 694 -with marl seams below 22 feet s0/0.50^ TCP 50/0.25" 25 689 50/0.50" T50/0.50" 30 CP Total boring depth 30.0 ft. 684 CWater Observations: 3.5 ft At time of drilling Remarks: 0-30 feet-4-1/2 inch CFA.Boring backfilled with soil cuttings upon completion. The stratification lines represent approximate strata boundaries.In situ,the transition may be gradual.These logs Sheet 1 of 1 are subject to the limitations,conclusions,and recommendations in the associated report. FREESE LOG OF BORING NO. B-09 rMORICHOLS C Project Description: Northside Phase II Project Location: Fort Worth,Texas Project No.: FTW14497 Date Drilling Started: 7/2/2015 Phase No.: **** Logged By: WGY Drilling Co.: Total Depth Date Drilling Completed: 7/2/2015 Rig Type: CME 75 Hammer Type: Automatic Drill Method: DRY w/HSA;NX Core Latitude: 32.899040 Longitude: -97.362640 Elevation: 706.9 ft. SAMPLE ax > w = Z .Z�F- Y m Z w Ln 7 a Q O t- W LU z MATERIAL DESCRIPTION o 3 -0 o � � � a a O aWw w V Q F v Z �- Q o " Z2a o W o �o g 'n o� Z W o <0> W °C �- z a g "V) ¢ W J =W0Ln 3 ° FAT CLAY(CH),dark brown to light U-1 4.5+(P) 50 brown,hard to very stiff,moist, weathered,with calcareous gravel fragments U-2 2.0(P) 50 ht brown to 4.5/702. 5 FAT CLAYlight 4 U-3 2.0(P) 100 (CH), g 28 85 70 21 49 702 yellow-brown,stiff,moist,highly weathered,stained with oxides of iron, U-4 2.0(P) 50 with gravel fragments U-5 3.5(P) 100 SPT-6 so%a- -with fine-grained calcareous sand below 8.5 feet 10 LIMESTONE,light gray,weathered,hard, 10/696.9 697 C intercalated with very fine-grained calcareous sand(Fort Worth Limestone) C-7 25 10 LIMESTONE,light gray to dark gray, 12/694.9 slightly weathered,hard,intercalated with dark gray clay seams(Fort Worth Limestone) 15 692 G8 45 7 20 687 C-9 85 36 25 682 c-l0 69 8 30 Total boring depth 30.0 ft. 677 C Water Observations: Remarks: 0-10 feet-6-1/2 inch HSA;10-30 feet-Rotary wash and NX core.Boring backfilled with soil cuttings upon completion. None prior to coring operations The stratification lines represent approximate strata boundaries.In situ,the transition may be gradual.These logs Sheet 1 of 1 are subject to the limitations,conclusions,and recommendations in the associated report. rFREESE LOG OF BORING NO. B-11 mAKHOLS Project Description: Northside Phase II \, Project Location: Fort Worth,Texas Project No.: FTW14497 Date Drilling Started: 5/28/2015 Phase No.: **** Logged By: DDJ Drilling Co.: Total Depth Date Drilling Completed: 5/28/2015 Rig Type: CME 75 Hammer Type: Automatic Drill Method: DRY w/CFA Latitude: 32.904040 Longitude: -97.354520 Elevation: 694.0 ft. SAMPLE a; o, > W 4- ~ ~ W C�C ~ c W Z L U 6._+ Q H W z N C Z U J J z W WUJ~ it °° MATERIAL DESCRIPTION o 3 -o o 20 LL o a a O CL w u Q H u z Q W U O W z >. S N = N 0 W Q o 2> o Ui o *0 a g �UJ z OJ <0= w ¢ F- n Z�^ 00 W� m U-1 1.6(P) 80 FAT CLAY(CH),with sand,yellow-brown and brown,stiff to very stiff,moist(Fill) U-2 2.4(P) 70 32 87 54 23 31 SPT-3 2-2-3 (5) SPT-4 3-3-10 5 (13) 689 s-31-22 GRAVELLY LEAN CLAY(CL),light 6/688.0 SPT-5 (53) yellow-brown,stiff to hard,moist, fragmented limestone gravel(Fill) SPT-6 2(5)3 24 55 38 17 21 10 684 C POORLY GRADED GRAVEL(GP),light 11/683.0 ° yellow-brown,very dense,moist 12/682.0 LIMESTONE,light yellow-brown, so/o.zs" weathered,hard,moderately cemented SPT 50/0.25" (Fort Worth Limestone) AI—CP so/o.zs" 15 LIMESTONE,light gray and gray,slightly 14.5/679.5 679 weathered,hard,weakly to moderately cemented,fissile,with weakly cemented shaly limestone and marl seams(Fort Worth Limestone) 50/0.50" TCP 50/0.25" 20 674 so/0.50" TCP 50/0.25" 25 669 50/0.75" P 50/0.z5" 30 TCTotal boring depth 30.0 ft. 664 CWater Observations: 6 ft At time of drilling Remarks: 0-30 feet-5-inch CFA.Boring backfilled with soil cuttings upon completion. The stratification lines represent approximate strata boundaries.In situ,the transition may be gradual.These logs Sheet 1 of 1 are subject to the limitations,conclusions,and recommendations in the associated report. rMNICHOLS LOG OF BORING NO. B-13 Project Description: Northside Phase II Project Location: Fort Worth,Texas Project No.: FTW14497 Date Drilling Started: 6/12/2015 Phase No.: **** Logged By: DDJ Drilling Co.: Total Depth Date Drilling Completed: 6/12/2015 Rig Type: CME 75 Hammer Type: Automatic Drill Method: DRY w/CFA Latitude: 32.907110 Longitude: -97.347160 Elevation: 703.1 ft. SAMPLE a x > w W �_ o W V_ W NN D = j z'-'F= Y m z w H ut -� a H Q O a UJa. o ii W W W a° MATERIAL DESCRIPTION o 3 ¢N z a W }} U p W Z , 0 } } d 7 N O W Q > C F z2< O `� W C �O Cf g U0C z W O <0W w F Z -' ° g U� C U-1 1.75(P) 60 FAT CLAY(CH),with sand,brown to light 18 75 54 24 30 yellow-brown,stiff,moist,silty SPT-2 48-10- 50/1.50" FAT CLAY(CH),light yellow-brown with 1.5/701.6 very light brown,very stiff to hard,moist, intercalated with moderately cemented 3/700.1 50/0.75" limestone rCP 50/0.25" LIMESTONE,light yellow brown with 5 yellow-brown,weathered,hard, 698 moderately cemented with marl seams (Fort Worth Limestone) 50/0.25" LIMESTONE,light gray and gray,slightly 6.5/696.6 TCP 50/0.25" weathered,hard,moderately cemented, intercalated with hard marl seams(Fort 50/0.25" Worth Limestone) TCP 50/0.125 10 693 50/1" TCP 50/0.25" 15 688 MARL,gray with light gray,slightly 16/687.1 weathered,hard,intercalated with moderately cemented limestone seams (Fort Worth Limestone) s0/0.50" TCP f 50/0.125 20 LIMESTONE,light gray with gray, 19.5/683.6 683 unweathered,hard,moderately cemented,intercalated with hard marl seams(Fort Worth Limestone) 50/0.50" TCP 50/0.25" 25 678 MARL,gray with light gray,unweathered, 25.5/677.6 hard,dry to moist,intercalated with moderately cemented limestone seams (Fort Worth Limestone) 50/0.75" T50/0.50" 30 CP Total boring depth 30.0 ft. 673 C Water Observations: Remarks: 0-30 feet-4-1/2 inch CFA.Boring backfilled with soil cuttings upon completion. None At Time Of Drilling The stratification lines represent approximate strata boundaries.In situ,the transition may be gradual.These logs Sheet 1 of 1 are subject to the limitations,conclusions,and recommendations in the associated report. rFREESE LOG OF BORING NO. B-15 NNICHOLS C Project Description: Northside Phase II Project Location: Fort Worth,Texas Project No.: FTW14497 Date Drilling Started: 6/25/2015 Phase No.: **** Logged By: WGY Drilling Co.: Total Depth Date Drilling Completed: 6/25/2015 Rig Type: CME 75 Hammer Type: Automatic Drill Method: CFA&NX Core Latitude: 32.907470 Longitude: -97.339940 Elevation: 723.4 ft. SAMPLE a X > cH 0 in� z Lbae J W (=r, Z W G Z W Y j Z LU ca z LU 2 a o a W W c MATERIAL DESCRIPTION o 3 a N v o Z a n s z H u > z o o Qo> u F o a�zz' 3 ci, a W m XWO ? ' cc U-1 3.0(P) 58 FAT CLAY(CH),brown to light brown, stiff to very stiff,moist,with calcareous U-2 3.0(P) 58 gravel fragments U-3 2.5(P) 67 U-4 2.0(P) 92 24 100 1.3 10.2 U-5 3.0(P) 92 FAT CLAY(CH),light brown to 4/719.4 5 yellow-brown,very stiff,moist, 718 U-6 3.0(P) 100 weathered,calcareous,with fine-grained sand U-7 4.5+(P) 92 U-8 4.0(P) 83 U-9 4.5+(P) 67 U-10 4.5+(P) 92 10 713 A-11 FAT CLAY(CH),yellow-brown to light 12.5/710.9 brown,hard,moist,weathered,with SPT-12 9-26-14 fine-grained sand,calcareous (40) 18 93 51 19 32 15 708 A-13 12-14-20 FAT CLAY(CH),light brown to 18.5/704.9 SPT-14 (34) yellow-brown,hard,moist,weathered, 20 shaly(Denton Clay) 703 42-19-32 MARL,light gray to gray,slightly 24/699.4 25 SPT-15 (51) weathered,soft,with fine-grained sand, 698 calcareous,shaly(Denton Clay) 25/698.4 MARL,gray,unweathered,soft,with fine-grained sand,calcareous,shaly C-16 94 74 (Denton Clay) 30----1Total boring depth 30.0 ft. 693 C Water Observations: Remarks: 0-25.5 feet-5 inch CFA;25.5-30 feet-Rotary wash and NX core.Boring backfilled with soil cuttings upon completion. None prior to coring operations The stratification lines represent approximate strata boundaries.In situ,the transition may be gradual.These logs Sheet 1 of 1 are subject to the limitations,conclusions,and recommendations in the associated report. BORING LOG LEGEND AND NOMENCLATURE U—Undisturbed Sample(tube) SPT—Standard Penetration Test NT—Not Testable A—Auger Sample TCP—Texas Cone Penetration NP—Non Plastic CS—Continuous Sample CFA—Continuous Flight Auger ATD—At Time of Drilling C—Rock Core HSA—Hollow Stem Auger AD—After Drilling 1 Term Description Blow Counts Results from either the Standard Penetration Test(SPT)or the Texas Cone Penetration(TCP)test. Recovery Length of sample or core recovered divided by the total length pushed,driven,or cored(expressed as a%) Rock Quality Designation(ROD) Cumulative length of unfractured pieces of core material more than 4 inches in length divided by the total length of material cored(expressed as a percentage) Description Comp.Strength,tsf SPT Blows TCP Blows Criteria Very Soft <0.25 0-2 0—8 Sample sags under its own weight and is easily deformed Soft _>0.25—<0.5 >2-4 >8—20 Easily pinched between fingers and remolded with light finger pressure Medium Stiff >_0.5—<1.0 >4-8 N/A for TOOT Imprinted easily with fingers and remolded with firm finger pressure Stiff >_1.0—<2.0 >8—15 >20—40 Imprinted with strong finger pressure or indented easily with fingernail Very Stiff _>2.0—<4.0 >15—30 >40 to 80 Light imprint from finger or light indent with fingernail Hard >_4.0 >30 >80 Difficult to indent with fingernail Description SPT Blow Count Texas Cone Blow Count Very Loose 0-4 0-8 Loose >4—10 >8—20 Medium Dense >10—30 >20 to 80 Dense >30—50 80 to>—5" Very Dense >50 0"to<5" Description Criteria Stratified Alternating layers of varying material/color with layers>_1/4-inch thick Laminated Alternating layers of varying material/color with layers<1/4-inch thick Fissured Breaks along definite planes with little resistance Slickensided Fracture planes appear polished or glossy;shows movement direction Blocky Cohesive soil that can be broken into small,angular lumps Lensed Inclusion of small pockets of soil that is different from dominate type Homogenous Same color and appearance throughout Description Criteria Textural Item Description Dry Absence of moisture,dusty,dry to the touch Pit Pinhole sized openings Vug Small openings up to 4 inches in size C Moist Damp but no visible water Cavity Opening larger than 4 inches Honeycomb Numerous and grouped pits and vugs Wet Visible free water Vesicle Small openings in volcanic rocks 1�FREESE Copyright Freese and Nichols,Inc.,Version 1.4(September 8,2014) <NICHOLS Page 1 of 2 Houston 8701 John Carpenter Freeway.Suite 2S0 Austin Dallas.Texas 752471640 Dallas 214.678.0227Ph San Antonio 214.670.0228 Fax q6ASSOCIATES www.hvj.com November 20,2014 Mr.Carl Krogness,PE Brown&Gay Engineers,Inc. 500 W.Th Street,Suite 1800 Fort Worth,Texas 76102 Re: Geotechnical Investigation Northside II 48-inch Water Main Phase 1-Part 2 Fort Worth,Texas Owner:City of Fort Worth HVJ Project No.DG1215260.1 Dear Mr.Krogness: Submitted herein is the final report of our -geotechnical investigation for the above referenced project. The study was conducted in general accordance with our proposal number DG-12-15260 dated August 16, 2012 (Revised January 11, 2013) and is subject to the limitations presented in this report. C We appreciate the opportunity of working with you on this project. Please read the entire report and notify us if there are questions concerning this report or if we may be of further assistance. Sincerely, HVJ ASSOCIATES,.INC. Texas Firm Registration No. F-000646 NIP *JAE HYUN PAR Jae Hyun Park,PE S"� .%103892 Raviteja Elepe,EIT Project Manager +b � `'' -"� Staff Engineer JP/RE/FF 11/20/2014 The seal appearing on this document was authorized by Jae Hyun Park,PE 103692 on November 20,2014. Alteration of a sealed document without proper notification to the responsible engineer is an offense_under the Texas Engineering Practice Act. The following lists the pages which complete this report:. • Main Text—28 pages • Appendix A;-7 pages • Plates—24 pages • Appendix B—6 pages • Appendix C—27 pages • Appendix D—10 pages C GEOTECHNICAL INVESTIGATION NORTHSIDE-I148-INCH WATER MAIN PHASE 1-PART 2 FORT WORTH,TEXAS SUBMITTED TO BROWN&GAY ENGINEERS,INC. 500 W.7TH STREET,SUITE 1800 FORT WORTH,TEXAS 76102 BY HNj ASSOCIATES,INC. DALLAS,TEXAS NOVEMBER 20, 2014 REPORT NO.DG-12-15260.1 C CONTENTS Page 1 EXECUTIVE SUMMARY................................................................................................I 2 INTRODUCTION.............................................................................................................1 2.1 Project Description.............................................................................................................1 2.2 Geotechnical Investigation Program...................................................................................1 3 FIELD INVESTIGATION...............................................................................................1 3.1 Geotechnical Borings..........................................................................................................1 3.2 Sampling Methods............................................................................................................ .2 3.3 Borehole Completion.........................................................................................................2 4 LABORATORY TESTING...............................................................................................2 4.1 Sample Examination and Classification Testing..................................................................2 4.2 Geotechnical Laboratory Testing. ......................................................................................3 5 SITE CHARACTERIZATION..::......................................................................................3 5.1 Site Location.......................................................................................................................3 5.2 General Geology.........................................................................................•.......................3 5.3 Soil Stratigraphy..................................................................................................................3 5.4 Groundwater. •5 6 WATER LINE DESIGN CRITERIA AND RECOMMENDATIONS............................5 6.1 General...............................................................................................................................5 6.2 Geotechnical Parameters....................................................................................................5 6.3 Pipe Installation recommendations.....................................................................................7 7 BUTTERFLY VALVE VAULT RECOMMENDATIONS.............................................10 7.1 General........................... .................................................................................................10 7.2 Foundation Recommendations.................. ....................................................................... 10 7.3 Uplift................................................................................................................................10 7.4 Excavation........................................................................................................................11 7.5 Lateral Earth Pressures.....................................................................................................11 7.6 Select Fill and General Earthwork Recommendations......................................................13 8 SLOPE STABILITY........................................................................................................13 9 UTILITY CONSTRUCTION CONSIDERATIONS......................................................13 9.1 General... .........................................................................................................................13 9.2 Boring,jacking,or Tunneling Construction Considerations..............................................14 9.3 Open-Cut Excavation Considerations...............................................................................15 9.4 Select Fill and General Earthwork Recommendations......................................................19 9.5 Groundwater Control.......................................................................... .........................19 9.6 Thrust Force Design Recommendations............................................................................19 10 MONITORING............................:..................................................................................20 10.1 Excavation Safety.............................................................................................................20 10.2 Construction Materials Testing. ..20 1, ILLUSTRATIONS Plate SITEVICINITY MAP.....................................................................................................................................1 GEOLOGYMAP.............................................................................................................................................2 PLANOF BORINGS............................................................................................................................3A-3C BORINGLOGS..........................................................................................................................................421 KEY TO TERMS&SYMBOLS USED ON BORING LOGS.............................................22A&22B THRUST FORCE ACTING ON A BEND..............................................................................................23 BRACED EXCAVATION LATERAL EARTH PRESSURE DIAGRAM .......................................24 RIGIDPIPE LOADS....................................................................................................................................25 APPENDIX ( Appendix SUMMARY OF LABORATORY TEST RESULTS.................................................................................A OSHA TABLE B-1 SLOPE CONFIGURATIONS..................................................................................B RESISTIVITY,SULFATES,CHLORIDES AND PH TEST RESULTS.............................................C PIEZOMETER SCHEMATICS AND WELL REPORTS......................................................................D Stratum Type Approximate Depths of Strata Encountered at Borings (ft) B-24 B-25 B-26 B-27 B-28 B-29 B-30 B-31 B-32 Pavement+Base - - - - - 0-1.34 0-1 - - Fill/Possible FiII(l) 0-1.5 0-4.5 014 0-2 - - - 0-2 - Lean/Sandy Lean Clay(CL)(Z) 8-211 4.5-18 - 7-15 - - - - - Fat Clay(CH)(3) 1.5-8 18- 4-10 - 0-14 1.34- 1-15 - 0-16 310 Clayey Sand (SC)/Sand(4) - - - - - - - - - Weathered Limestone(5) - - 2-7 - - - 2-10 - Unweathered Limestone( - - - - - - - - Shale(8) _ 10- 15- 14- 9.5- 15- 10- 16- 21m 210 210 21M 21M 211 21M Note: (1) Fill;consists of clayey sand to lean clay with sand,limestone seams and gravels. (2) Soft to very stiff,sandy or with sand;occasional limestone seams and calcareous deposits. (3) Soft to very stiff,occasional limestone seams. (4) Loose to dense;occasional limestone seams. (5) Hard to very hard,tan,weathered. (6) Hard to very hard,gray,unweathered. (7) Boring termination depth. (8) Soft to very hard,dark gray,laminated. C2. Groundwater was encountered only in boring B-25 at a depth of approximately 13 and 13.3 feet during and after drilling operations, respectively. Groundwater was not encountered in any borings during or after drilling operations. However, it should be noted that groundwater levels will fluctuate with seasonal changes in moisture conditions. 3. Three utility crossing borings,B-16,B-17 and B-25,were selected for piezometer installation for ground water monitoring. In general, the piezometer set up consists of 2-inch diameter PVC screen surrounded by 20/40 sieve filter pack sand below a 2-inch diameter, PVC riser which is surrounded by hydrated bentonite pellets. The installed piezometers were equipped with steel covers flush-mounted in 4-foot by 4-foot by 4-inch concrete pads. Schematics of the installed piezometers are provided in Appendix D and a table of groundwater measurements is provided below. Piezometer Data B-16 B-17 B-25 7/23/14 7/23/14 7/23/14 20 31 31 - - 13 6.20 8.54 12.15 6.06 10.56 10.97 C ii 2 INTRODUCTION 2.1 Project Description HVJ Associates, Inc. was retained by Brown & Gay Engineers, Inc. to provide geotechnical investigation for the Northside II 48-inch Water Main Phase 1- Part 2 in Fort Worth, Texas. Northside II 48 inch Water Main is proposed to be approximately 36,270 LF of waterline from the Caylor Tank to the 48-inch water line west of IH 35W at Heritage Trace. The purpose of this investigation is to perform a geotechnical field exploration and provide design recommendations for the proposed waterline. Initially a total of thirty three borings (33) were proposed to perform the subsurface investigations. A total of fifteen (15) borings (i.e. BP-1 to BP-14, and AB-1) were drilled during Part 1 of the project. HVJ Associates submitted Brown&Gay Engineers,Inc. a final report and a memorandum (Report #DG1215260) on January 29, 2104 and February 20, 2014, respectively which consists of design recommendations based on Phase I borings. A total of eighteen (18) borings (i.e. BP-15 to BP-32) were drilled between Old Denton Road and Heritage Trace Parkway for Part 2 of the project. Borings BP-15 to BP-32 were drilled and sampled to depths of about 20 to 30 feet below the existing surface ground.A site vicinity map is included in Plate 1. 2.2 Geotechnical Investigation Program The primary objectives of this investigation were to gather information on subsurface conditions at the site and to provide design recommendations for the proposed water line. The objectives were ( accomplished by: 1. Drilling eighteen (18) borings (i.e. B-15 to B-32) to determine soil stratigraphy and to obtain samples for laboratory testing, 2. Installing three(3)piezometers at utility crossings to monitor the groundwater levels; 3. Performing laboratory, tests on the samples obtained from the borings in order to determine the essential physical and engineering characteristics of the soils;and 4. Performing engineering analyses to develop water line design guidelines. Subsequent sections of this report contain descriptions of the field exploration, laboratory-testing program, general subsurface conditions, water line design guidelines, and general earthwork recommendations. 3 FIELD INVESTIGATION 3.1 Geotechnical Borings The field exploration program for borings B-15 to B-32 were performed.between June 18,2014 and July 24, 2014. Initially a total of thirty three borings (33) were proposed to perform the subsurface investigations.A total of fifteen (15) borings (i.e. BP-1 to BP-14,and AB-1) were drilled during Part 1 of the project. A total of eighteen (18) borings (i.e. BP-15 to BP-32) were drilled between Old Denton Road and Heritage Trace Parkway and were drilled for Part 2 of the project.Borings BP-15 Cto BP-32 were drilled and sampled to depths of about 20 to 30 feet below the existing surface 1 4.2 Geotechnical Laboratory Testing Selected soil samples were tested in the laboratory to determine applicable physical and engineering properties. All tests were performed according to the relevant ASTM Standards. These tests consisted of moisture contents, percent passing No. 200 sieve, Atterberg Limits, unconfined compression,unit weight,resistivity,sulfates,chlorides and pH. The Atterberg limits and percent passing No. 200 sieve tests were utilized to verify field classification by the Unified Soils Classification System, and the unconfined compression tests and hand penetrometer were utilized to obtain the undrained shear strength of the soil. The type and number of tests performed for this investigation are summarized below. Type of Test Number of Tests Moisture Content(ASTM D2216) 80 Atterberg Limits(ASTM D4318) 41 Percent Passing No. 200 Sieve(ASTM D1140) 24 Hand Penetrometer 98 Unconfined Compression(Soil) (ASTM D 2166) 37 Unit Dry Weight(ASTM D 2166) 37 Resistivity(MACE) 15 Sulfates(SW-846 9038) 15 Chlorides(SM 4500-CI-B) 15 pH(SW-846 9045C) 15 The summary of laboratory test results is presented in Appendix A. The resistivity, sulfates, Cchlorides and pH are presented in Appendix C. 5 SITE CHARACTERIZATION 5.1 Site Location The project site is located in the north part of Fort Worth and west part of Keller, Texas. The borings were located-from the intersection of Old Denton Road and Golden Triangle Blvd. to Heritage Trace Parkway.A site vicinity map is included in Plate 1. 5.2 General Geol= According to the University of Texas at Austin, Bureau of Economic Geology"Geologic Atlas of Texas Dallas Sheet," the project area lies within Denton Clay (map symbol Kpd) deposits and Grayson Marl and Main Street Limestone undivided (map symbol Kgm) deposits.The Denton Clay mainly consists of alternating clay, marl, and limestone, total limestone in unit remains constant as amount of clay and marl varies. Grayson Marl deposits mainly consist of calcareous clay and marl, blocky yellowish gray and medium gray, limestone beds in upper one-third and thickness 60 to 100 feet thins northward. Main street limestone mainly consists of medium grained, chalky, units of calcareous shale, thin bedded to massive and thickness 20 to 35 feet, thins northward. A geology map is presented on Plate 2. 5.3 Soil Stratigraphy Our interpretation of soil and groundwater conditions at the project site is based on information obtained at the boring locations only. This information has been used as the basis for our C 3 (6) Hard to very hard,gray,unweathered. M Boning termination depth. (8) Soft to very hard,dark gray,laminated. Detailed descriptions of the subsurface stratigraphy encountered in the borings are shown on the boring logs presented on Plates 4 through 21.A key to the soils and rock classification and symbols used in the boring logs are also presented on Plates 22A&22B. 5.4 Groundwater Groundwater was encountered only in boring B-25 at a:depth of approximately 13 and 13.3 feet during and after drilling operations, respectively. Groundwater was not encountered in any borings during or after drilling operations.However,it should be noted that groundwater levels will fluctuate with seasonal changes in moisture conditions. Three utility crossing borings, B-16, B-17 and B-25, were selected for piezometer installation for ground water monitoring.In general,the piezometer set up consists of 2-inch diameter PVC screen surrounded by 20/40 sieve filter pack sand below a 2- inch diameter, PVC riser which is surrounded by hydrated bentonite pellets. The' installed piezometers were equipped with steel covers flush-mounted in 4-foot by 4-foot by 4-inch concrete pads. Schematics of the installed piezometers are provided in Appendix D and a table of groundwater measurements is provided below. Piezometer Data B-16 B-17 B-25 7/23/14 7/23/14 7/23/14 20 31 31 - - 13 6.20 8.54 12.15 6.06 10.56 10.97 6 WATER LINE DESIGN CRITERIA AND RECOMMENDATIONS 6.1 General The project will involve construction of a new 48-inch water line.We assumed that the invert depth will be between 5 and 30 feet for tunnel section and between 5 and 20 feet for the remaining section below the existing ground surface. We also assumed that all lines will be installed using open-cut and/or auguring techniques. Our analyses and recommendations for open cut and/or auguring techniques are presented below. 6.2 Geotechnical Parameters Geotechnical design parameters are presented in the following table. These design parameters are based on field and laboratory test data obtained from the corresponding boring locations and at the approximate invert depth only. Please note that,because of the nature of the soil stratigraphy-at this site, parameters at locations that deviate from the boring locations may vary substantially from values reported in the following table: C 5 total or effective stress analysis is used,rate of loading, duration of loading,geometry of loaded area, and other.factors. The total unit weight values shown above represent our interpretation of soil unit weight at natural moisture content. The undrained shear strength and allowable bearing pressure values represent our interpretation of the shear strength in clay soils based primarily on the results of unconfined compression tests, and hand penetrometer tests. The allowable bearing pressures include a factor of safety of 3. 6.3 Pipe Installation recommendations Pine Design. The loads imposed on underground pipes depend principally upon the method of installation, the weight of overburden soils, roadway traffic load, and loads due to existing surface structures. For design of rigid pipes installed using open-cut excavation methods, loads due to overburden and traffic can be determined from Plate 25. The traffic load applied to the pipe can be calculated using 85%of wheel load with an impact factor of 1.5 for one foot of soil cover, 50% of wheel load with an impact factor of 1.35 for 2 feet of cover, and 30% of wheel load with an impact factor of 1.15 for 3 feet of cover. This results in a total design traffic load on the pipe or box culvert of about 1.28,0.68 and 0.35 times the wheel load for 1, 2 and 3 feet of cover, respectively. For pipes or box culvert with four or more feet of cover, the traffic loads may be taken as a surcharge equivalent to 250 psf. The design of flexible pipes requires the modulus of soil reaction of the native soil (E„D in the trench wall as input. The En'values are based on empirical relationships to the soil consistency as defined by unconfined compression tests'f6r'cohesive soils. En' values for the native soils are presented in the following table. The E„'values for short-term conditions in cohesive soils may be assumed to be 1.5 times the long-term values. These values are based on the soil data obtained at Cthe boring locations only and may be used for the noted invert depth zone. Undrained Shear E'n' BoringApproximate Total Strength Lo ng No. Invert Depth Soil Description Unit (ps0 or Term (}) Friction (pst) Angle (deg) BP15 4.5-8 Weathered Limestone 125 N/A 1000 BP15 8-20 Soft to very stiff Fat Clay 125 1700 600 BP16P 5-14 Stiff Sandy Clay 125 1000 300 BP16P 14-30 Soft to hard Fat Clay 125 1900 600 BP17P 5-31 Very soft to very stiff Lean Clay 125 1600 600 BP18 5-20 Soft to hard Fat Clay 125 2300 1000 BP19 5-10 Weathered Limestone 125 N/A 1000 13P19 10-20 Soft to very stiff Fat Clay 125 1 1800 600 BP20 5-15 Very soft to very stiff Fat Clap 125 1800 600 BP20 15-30 Stiff to very stiff Fat Clay 125 2000 900 BP21 5-30 Very soft to very stiff Fat Clay 125 1700 600 BP22 5-20 Soft to very stiff Fat Clay 125 1600 600' BP23 5-20 Soft to hard Sandy Clay 125 1800 600 BP24 5-7 Very soft to stiff Fat Clay 125 1000 300 C 7 category I consisting of well graded sand (SW),poorly graded sand(SP),well graded gravel(GW), or poorly graded gravel(GP). We also recommend tlowable fill be used where the groundwater level is above the proposed invert depth. During placing Plowable 611, dewatering should be performed to maintain the bottom of excavation dry. ASTM C 1479 categorizes soil into four different groups based on which one can determine if that soil can be used as bedding, embedment or backfill material for rigid and/or semi-rigid pipes. This information is presented in Table below and can be generalized for both rigid and flexible pipes. Soil Categories as per ASTM C1479M Soil Category USCS Classifications Category I SW,SP, GW,GP GM,GC,SM,SC with more than 12% fines Category II CL,ML,CL-ML with more than 30%retained on 75µm sieve Category III CL,ML,CL-ML with less than 30%retained on 75 pin sieve Category IV MH,CH,OL,OH,PT If these category I soils are used for bedding, category II soils are recommended for embedment to prevent particle migration between different size of soil particles. Category II or Category III can be used for backfilling the trenches. Native clayey sands to sandy clays can be considered as Category C II. Native lean clays encountered in the borings can be considered as Category III, and they contained occasional sand. The bedding material must be compatible with the materials in the trench bottom,walls,and backfill so that particle migration from, into, or through the bedding is minimized. Particle migration can occur when open-graded material is placed adjacent to a finer material like silt. Under the action of hydraulic gradient from groundwater flow, fines may migrate into the coarser material. The gradation and relative size of the embedment and adjacent materials must be compatible in order to minimize migration. Trench Backfill. For pipes that will be located under streets or within one foot of streets and curbs, pipe embedment should extend to a minimum of 6 inches above the top of pipe, Trench zone backfill is that portion of trench backfill that extends vertically from the top of pipe embedment up to pavement subgrade or up to final grade when not beneath pavement. Trenches that are located partially within the limit of one foot from streets or curbs should be uniformly backfilled according to the paved area criteria. Backfill material may consist of in-situ soils or imported flexible base materials. Fill material should be placed in loose lifts not exceeding eight inches, and should be compacted to 95% of the standard proctor maximum dry density as determined by ASTM D 698. However, the backfill up to 12 inches above the top of the pipe should be compacted so as to prevent structural damage to the pipe. It is common practice to use the material excavated from the trench as trench backfillregardless of the plasticity index of the soil excavated from the trench. We recommend that for trench backfill with a PI greater than 20, that the loose lift thickness of fill be limited to a maximum of 8 inches. This should provide for better compaction of higher plasticity backfill that will reduce problems for pavement constructed above this fill. For native soil reusability, plasticity indices are presented in Appendix A with depth. C 9 \/ respectively. Backfill should be placed in loose lifts not exceeding eight inches and should be compacted to 95 percent of standard Proctor maximum dry density as deternuned by ASTM D698. 7.4 Excavation Excavation Stability. Excavations shall be shored or some other equivalent means may be used to provide safety for workers and adjacent structures. Assessment of the need for excavation shoring or other measures required providing a stable excavation and the use of appropriate construction practices and/or equipment is the contractor's responsibility. The lateral earth pressures recommended for short-term design are generally lower than the long- term pressures as the state of stress in the soil changes from "at rest" to "active" conditions immediately after excavation. In calculating the "design" lateral earth pressures, a combination of lateral soil pressures; hydrostatic water pressures; and surcharge loads need to be considered. We recommend that pressure distribution as shown on Plate 24 be used, and that the hydrostatic water pressure be computed by assuming the groundwater table to coincide with the ground surface. Calculation of these pressure components is explained on Plate 24. For the clay soils encountered in the borings,we recommend a short term active earth pressure coefficient of 0.5,and a long term at- test earth pressure coefficient of 1.0. This will result in a short term equivalent fluid pressure-of 65 pcf,and a long term equivalent fluid pressure of 130 pcf. Bottom Stability. Bottom instability results from inadequate shear strength in clay soils to resist stress relief at the base of the excavation, or from piping of water bearing granular soil. This mode of failure results in loss of ground at the ground surface outside the pit and heave of the excavation C base inside the pit. Our calculations indicate that pit will have a factor of safety in excess of 2.0 against bottom heave. Our calculations assume no water is encountered during the excavation. If gtoundwater is encountered during construction,adequate dewatering of water bearing layers below the base of the pit should be performed to bring the water level in those layers to at least three feet below the base of the excavation. Loss of Ground. Installation of pits may experience some loss of ground around the outside of the excavation due to sloughing of material into the excavation. If proper construction procedures are followed, little or"no loss of ground should occur. If loss of ground is excessive, it may cause damage to structures, pavement and services located near the excavation. If loss of ground does occur, soft disturbed soils may develop beneath existing pavement and utilities located close to the excavation location. Corrective measures to address loss of ground problems often include improved dewatering and/or grouting around the pit from the ground surface or within the pit. Repairs associated with loss of ground often include making up for ground loss through placement of cement stabilized sand fill. 7.5 Lateral Earth Pressures The pressures which a soil can be expected to exert on the exterior was of an underground structure depend on the type of soil and the construction technique. If the construction method encompasses backfilling along the exterior walls of the underground structure, then the lateral earth pressures-become a function of the type of backfill and its method of placement. If construction is performed by incorporating temporary excavation sheeting as part of the permanent structure, then the lateral earth pressures would vary with the type of the existing soil. C 11 ` 7.6 Select Fill and General Earthwork Recommendations Select fill required to raise the grade or backfill should consist of clayey sand,lean silty or sandy clay with a liquid limit less than 40 and a plasticity index between 7 and 20. Fill material that is used should be placed in loose lifts not exceeding eight inches and should be compacted to 95 percent of standard Proctor maximum dry density as determined by ASTM D698. 8 SLOPE STABILITY On site soils encountered in the borings varied from sand to clay. The following table summarizes the maximum recommended slopes for a factor of safety of 1.3 for long term conditions based on the material plasticity index: Slope Plasticity Index 2.5(H):IM <5 3(f):1(V) <20 3.5(H):IM <35 C4(H)AM <55 4.5(H):I M <85 Based on the plasticity index of the onsite soils,we recommend slopes for excavations to depth 15 feet of 4(H):1(V) at all the boring locations.It should be noted that the sandy material will be subject to erosion,and we recommend that these slopes be hydroseeded for erosion protection purposes. 9 UTILITY CONSTRUCTION CONSIDERATIONS 9.1 General This section is intended to address issues that might arise during construction. Our recommendations are intended for use as guidelines in dealing with particular soil conditions. The topics addressed in this section include trench excavation stability, groundwater control, open-cut construction and trenchless technique construction considerations. The recommendations contained herein are not intended to dictate construction methods or sequences. Instead they are provided solely to assist designers in identifying potential construction problems related to excavation, based upon findings derived from sampling. Depending upon the final design chosen for the project, the recommendations may also be useful to personnel who observe construction activity. Prospective contractors for the project must-evaluate potential construction problems on the basis Cof their review of the contract documents, their own knowledge of and experience in the local area, 13 At the moment of excavation, negative pore pressures are generated. If the soil is left under the same conditions, the pore pressures will dissipate resulting in a reduction of shear strength. Thus,if a slow rate of advance is expected, a higher value of the OF must be used(or a reduced corrected value for the undrained shear strength). Fill material from road grading or in old utility trenches may be encountered. A potential for face instability exists where weak fill soils are encountered. The contractor should be aware of these conditions and make provisions to avoid loss of ground where fill is encountered. Loss of Ground. A properly designed and controlled operation can eliminate or reduce immediate soil movement and subsidence to a tolerable level. Nevertheless, some ground loss should be expected during trenchless operation. With good construction techniques,ground loss can be held to acceptable levels. Generally, pipes bored or jacked beneath pavement and buried utilities can be expected to create a loosened subgrade or bedding condition which may lead to subsequent deformations. Advance rate.and excavation rate should be compatible to avoid over excavation or loss of ground in order to minimize deformations. Groundwater may be encountered during tunneling operation. We recommend that equipment providing positive support to the face, such as earth pressure balance equipment, be used when constructing this segment of the project. Large ground loss can result from uncontrolled flowing ground. The potential for such ground loss exists wherever water-bearing sands or silts are encountered along the alignment. Careful dewatering of such layers will reduce the potential for development of flowing conditions. These soils were not encountered, however,if they are encountered during construction tunneling should be halted and measures need to be taken to dewater the area. Ground Surface Movements. The zone of influence of a trenchless crossing extends a distance equal to the invert depth on each side of the centerline of the alignment. No building structures are anticipated to be in the zone of influence. The utility lines located adjacent to or crossing the alignment may experience movement caused by trenchless excavation. Settlement of the utility lines should be within acceptable limits provided good construction practices are followed. Long-term vertical movements caused by consolidation of the ground above the tunnel will occur if leakage into the liner or the sewer pipes impacts groundwater levels in the project area 9.3 Open-Cut Excavation Considerations Excavations should satisfy two requirements. First, the soils above final grade must be removed without disturbing the soil below excavation grade, which will support constructed facilities. Second, the sides of the excavation must be stable to prevent damage to adjacent streets and facilities as a result of either vertical or lateral movements of the soil. In addition, a satisfactory excavation procedure must include an adequate construction dewatering system to lower and maintain the water level at least a few feet below the lowest excavation grade. Excavation Stability. Excavations shall be shored, laid back to a stable slope or some other equivalent means may be used to provide safety for workers and adjacent structures. Earth pressures for braced excavations are presented on Plate 24. Assessment of the need for excavation sloping, use of trench boxes or other measures required providing a stable excavation and the use of appropriate construction practices and/or equipment is the contractor's responsibility. The following comments are intended to represent common solutions to stability problems encountered in similar soil conditions in the Dallas area, and may not be construed as excavation system design recommendations. The excavation operations shall be performed in accordance with 29 CFR Part 1926 subpart P, as amended, including rules published in the Federal Register, Vol. 54, No. 209, C 15 Definitions of Type B and Type C Soils Type B a. Cohesive soil with an unconfined compressive strength greater than 0.5 tsf(48 kPa) but less than 1.5 tsf(144 kPa);or b. Granular cohesionless soils including angular gravel(similar to crushed rock),silt,silt loam,sandy loam and,in some cases,silty clay loam and sandy clay loam, c. Previously disturbed soils except those which would otherwise be classed as Type C soil. d. Soil that meets the unconfined compressive strength or cementation requirements for Type A,but is fissured or subject to vibration; or e. Dry rock that is not stable;or Cf. Material that is part of a sloped,layered system where the layers dip into the excavation on a slope less steep than four horizontal to one vertical (4HAV),but only if the material would otherwise be classified as Type B. Type C a. Cohesive soil with an unconfined compressive strength of 0.5 tsf(48 kPa) or less; or b. Granular soils including gravel,sand,and loamy sand;or c. Submerged soil or soil from which water is freely seeping;or A Submerged rock that is not stable,or e. Material in a sloped,layered system where the layers dip into the'excavation or a slope of four horizontal to one vertical(4H:1V) or steeper. 17 \ pipeline, and vertical depths should be determined based on the slope configurations in OSHA Table B-1 depending on soil types. 9.4 Select Fill and General Earthwork Recommendations Select fill required to raise the grade or backfill should consist of lean silty or sandy clay with a liquid limit less than 40 and a plasticity index between 7 and 20. Fill material that is used should be placed in loose lifts not exceeding eight inches and should be compacted to 95 percent of standard Proctor maximum dry density as determined by ASTM D698. 9.5 Groundwater Control Assessment of the need for groundwater control and installation of appropriate dewatering equipment is the contractor's responsibility. The following comments are intended to represent common solutions to groundwater control problems encountered in similar soil conditions in the Dallas area,and may not be construed as dewatering system design recommendations. A conventional pump and sump arrangement may be adequate if water bearing cohesive soils are encountered during trench excavations. Well points or eductors may be utilized to lower the groundwater level to at least three feet below the excavation level where water bearing cohesionless soils are encountered. Well points are generally not effective below about 15 feet beneath the top of the well point, and deeper dewatering requires deep wells with submersible pumps and eductors. Based on the subsurface soils encountered,we anticipate groundwater to be controlled using either pump and sump arrangement or well points. In any case, the groundwater'coritrol system used must provide a relatively dry, stable base for construction. However,it should be noted that groundwater conditions will change due to rainfall and seasonal changes. Control of groundwater should be accomplished in a manner that will preserve the strength of the foundation soils;will not cause instability of the excavation;and will not result in damage to existing structures. Where necessary to this purpose, the water will be lowered in advance of excavation by pump and sump arrangement,wells,well points, or similar methods. Open pumping should not be permitted if it results in boils, loss of fines, softening of the subgrade, or excavation instability. Discharge should be arranged to facilitate sampling by the owner's representative or engineer. 9.6 Thrust Force Design Recommendations, Unbalanced thrust forces will be developed in water lines due to changes in direction,cross-sectional areas, or when the pipe is terminated. These forces may cause joints to disengage if not adequately restrained. There will be a slight loss of hydraulic head due to the development of turbulence in bends in the pipes. This loss will cause a pressure change across the bend, but it is usually small enough to be neglected.The thrust force acting on bend is shown in Plate 23. The thrust force may require more reaction than is available just from the pipe bearing against the backfill.In order to prevent intolerable movement and overstressing of the pipe, suitable buttressing should be provided. In general, thrust blocks, concrete encasement, restrained joints and tie rods are common methods of providing reaction for the thrust restraint design. The thrust restraint design provisions described in this section are based on the American Water Works Association Manual M9 (1979). 19 PLATES Q I �J y Is I R. A i7 I C Y .a �H • �Q h�Us�IIIS! _ - S I Q �50 O �j R cq - _ I lb Iq�slnyded,: ;�L I Q + I a •a 1 BER "` ,. .---'_5`�,:tp�E tl1►'N;� _l � :NortA B�'thSlr;� -.- w O� r R P-tiounAluno]kaIsaH Q i cn 1m - - - ui w ,'•' r p LOX ; N •4 Iw la > z m . a 3 i4 »AN x f I O i o co t � o` N A 2 z � w H i s S o �'1 . . �'i!.' •ick �k C ��� �,11�±,�,-=..�Vit.� •a cc Q a o p, d S :4 G. C 7 f Rei - CL ui 10 a �a ,�.e, LLI pn cc • U�vu��16;y Ilk d,i14 �I ice' .' ,; e wca; .LZ As 1v j t coc ��' Y ,lam• ' IufGL�nt� u� �Ian�as`sTa�S�R'd' - - — pr�wuou�sle — a• ►� T j. c� ;1 � I � r I� LOG OF BORING Project: Northside 11-48-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-16 P Drill Date: 7/24/2014 Elevation; Groundwater during drilling: Dry Northing: — Station: — Groundwater after drilling: Dry Easting: — Offset:ul — zw ELEV. SOIL SYMBOLS tU)U SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION w vN1 o *- Qo oa a N } 0.5 1.0 1.5 210 FEET AND FIELD TEST DATA z MOISTURE O CONTENT, PLASTIC LIMIT l'— I LIQUID LIMIT 10 20 30 40 50 60 70 80 so 9"oFAsptialtic�Cancrete of -- ....Ba.....se ......................................... .................. 3" LEAN CLAY WITH SAND(CL),very soft to very stiff, -10 brown(possible fill) 1 71 113 A 5 5 ..................... SANDY CLAY(CL)stifi,brown and gray 63 10 -10 (1116"}(1616") SHALEY FAT CLA1(�(C11),sof#fo tiarii,dark gray,�•��� � - 15 -15 (4�„ „) laminated' 104 - 20 20 (1w6"xls/s") 108 25 •25 (1316")-(2116") 41IL 2 -a0 30 W (17/6'){3216") rn a N _ (7 O M Shear Types: •=Hand Penet. ■=Torvane A=Unconf. Comp. SIE=UU Triaxial J O C o See Plate 3 for boring location. PLATE 5 i3 J ASSOCIATES LOG OF BORING Project: Northside 1148-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-18 Drill Date: 6/18/2014 Elevation: Groundwater during drilling: Dry Northing: — Station: — Groundwater after drilling: Dry Easting: — Offset: -- ELEV. SOIL SYMBOLS co z- SHEAR STRENGTH,TSF F0 M w .�c" ---■—t�� DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION Q„ da IL a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA z MOISTURE O CONTENT,% PLASTIC LIMIT LIQUID LIMIT 0 0 10 20 30 40 50 W 70 80 90 FAT CLAY jCHj,soft to hard,brown and gray,with limestone seams 92 1 T .27 91 100 l I 10-40 1 85 105 � 1 1 1 1 1 15 15 109 v h _ 20—20 102 (B X416) a ---------------------- c� LU a 0 n N N_ (7 0 2Shear Types: •=Hand Penet. ■=Torvane A=Unconf. Comp. X=UU Triaxial J ( o See Plate 3 for boring location. PLATE 7 0 ASSOCIATES LOG OF BORING Project: Northside II 48-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-20 Drill Date: 7/23/2014 Elevation: Groundwater during drilling: Dry Northing: — Station: — Groundwater after drilling: Dry Easting: — Offset: — W ELEV. SOIL SYMBOLS z= W LL STRENGTH,TSF too w k X U 0 ♦♦-- DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION a o o a FEET AND FIELD TEST DATA o-w } 0.5 1.0 1.5 2.0 C; o MOISTURE O CONTENT,% PLASTIC LIMIT 1 LIQUID LIMIT 0 0 ........................................ 10 20 30 40 50 60 70 80 90 -=- 9"of i4sphal...Concrete FA'r CLAY{CH),very soft to very siiff,grayish brown to reddish brown • 5 •5 (3/8"}(316") ' /- 83 103 10 •10 (16(8^}{14/6") 15 -15 (716"}{716") 105 .............. ......................................................... St1ALEY CLAY(CH),stiff to very stiff,dark gray, laminated 20 20 (1016"){1718") 0 v 25 •25 (17J5" ") n 0 x a c7 W �o (1616"}(3016") rn a (N9 O 0 o Shear Types: •=Hand Penet. ■=Toivane A=Unconf.Comp. X=UU Triaxial J ( o See Plate 3 for boring location. PLATE 9 J ASSOCIATES LOG OF BORING Project: Northside If 48-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-22 Drill Date: 6/18/2014 Elevation: Groundwater during drilling: Dry Northing: — Station: — Groundwater after drilling: Dry Easting: — Offset: — W ELEV. SOIL SYMBOLS z� . SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION N� W� a N o a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA a z o MOISTURE O CONTENT,% PLASTIC LIMIT F-i LIQUID LIMIT 0 0 10 20 30 40 50 60 70 80 90 ................. ................................. . .• � ��CLAYEY�SAIVU(SC},brown(possible fill) 48 FA ......._.... T CLAY 111111`{•1 SAND(CH),soft to very stiff, reddish brown,with limestone fragments 92 5 5 (416'Y(4/6) 1 82 97 C" 10 -10 (11rs"H6/8'7 \ 1 102 15--45 v ti 0 20 -20 (1016'}{7616") a ----------------------- ut a o Shear Types: •=Hand Penet. ■=Torvane A=Unconf. Comp. SIE= UU Triaxial _J O Co See Plate 3 for boring location. PLATE 11 J ASSOCIATES LOG OF BORING Project: Northside II 48-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-24 Drill Date: 6/19/2014 Elevation: Groundwater during drilling: Dry Northing: — Station: — Groundwater after drilling: Dry Easting: — Offset: — ELEV. SOIL SYMBOLS z in SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION FA co za FEET AND FIELD TEST DATA a N ° 0.5 1.0 1.5 2.0 MOISTURE 6 CONTENT,% PLASTIC LIMIT I--I LIQUID LIMIT 0 0 10 20 30 40 5 60 70 60 90 . ..... ............................. CLAY WITH SAND AND GRA1)E�dark brown (possible fill) O FAT CLAY,very soft to stiff,brown and gray 1 104 1 L ......... ...................................................... .... SANDY CLAY(CL)soft to very stiff,brown to reddish brown,with limestone fragments at 10 feet 1 51 i C 10 -10 r r r r / r 1 15 -15103 1 p/s�}{1 vsry 1 1 1 1 1 1 s 20 -20 (1216"}{t7rs FL ------------------=---- W 0. n i3 C 0 2Shear Types: •=Hand Penet. ■=Torvane A=Unconf.Comp. X= UU Triaxial J ( 0L2See Plate 3 for boring location. PLATE 13 ASSOCIATES LOG OF BORING C Project: Northside Il 48-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-26 Drill Date: 6/20/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: — Groundwater after drilling: Dry Easting: -- Offset: — ELEV. SOIL SYMBOLS z"� u� SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION " wqu -0zU- 0 N }a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA z a MOISTURE O CONTENT,% PLASTIC LIMIT ILIQUID LIMIT 10 20 30 40 50 60 70 80 90 0 0 ......... . . '. ��CLAYf=1'SAND(SC),�medlum dense,-brown,wish 10/6"-16x6^-1e/ limestone seams(possible fill) 40 ............................. gray CLAY(CFIj,stiff to very stiff,reddish brown and \ gray 5 5 (21!6)(3016") \ 113 \ \ C10 -m 5015 5014' SHAf_E CH soft,dark ra weathered 15--45 (4716"}{50l4'� v 20-20 fi s w 0 (50!5.75")-(50!") a ---------------------- w a n U 2 Shear Types: •=Hand Penet. ■=Torvane A=Unconf.Comp. SIE=UU Triaxial J Co See Plate 3 for boring location. PLATE 15 0 0 J ASSOCIATES LOG OF BORING C Project: Northside II 48-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-28 Drill Date: 6/20/2014 Elevation: Groundwater during drilling: Dry Northing: — Station: — Groundwater after drilling: Dry Easting: — Offset: — W ELEV. SOIL SYMBOLS z in SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIUROCKCLASSIFICATION uic wcLLi FEET AND FIELD TEST DATA oQ a n 0.5 1.0 1.5 2.0 z o MOISTURE O CONTENT,% PLASTIC LIMIT I—I LIQUID LIMIT 10 2D 30 40 50 60 70 60 90 FAY dLW'?:soft to very stiff,reddish brown and gray, with limestone seams s s 102 (sis�y�ns•) 103 10-10 ........................................................................ SHALE,soft,dark gray,highly weathered _v 20— h -20 (28/6"}(29!6') 0. ----------.---.---------- C? LU n_ C7 2Shear Types: •=Hand Penet. ■=Torvane A=Unconf.Comp. X=UU Triaxial J o See Plate 3 for boring location. PLATE 17 J ASSOCIATES LOG OF BORING Project: Northside II 48-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-30 Drill Date: 6/24/2014 Elevation: Groundwater during drilling: Dry Northing: — Station: — Groundwater after drilling: Dry Easting: — Offset: — ELEV. SOILSYMBOLS zLU O SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOUROCK CLASSIFICATION Wy z� Qo Oa aC-+ , 0.5 1.0 1.5 2,0 FEET AND FIELD TEST DATA e.z o MOISTURE O CONTENT,y5 PLASTIC LIMIT H--t LIQUID LIMIT 10 20 30 40 50 60 70 80 90 12`'ofAsphalt FAT CLAY(CH),very soft to very stiff,brown and tan,with limestone seams,with sand at 7 feel 88 5 s 94 78 C10 10 (6/6'X6/6") .................................................................. SHALE,hard to very hard,dark gray,weathered t5 15 (50/0.75 (50/ .75") ti 20-20 O (5011"}(50112 4 ----------------------- W a N rJ m ZShear Types: •=Hand Penet. ■=Torvane A=Unconf.Comp. SIE=UU Triaxial J ( o See Plate 3 for boring location. PLATE 19 J ASSOCIATES LOG OF BORING Project: Northside II 48-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-32 Drill Date: 6/24/2014 Elevation: Groundwater during drilling: Dry Northing: — Station: — Groundwater after drilling: Dry Easting: — Offset: — ELEV. SOIL SYMBOLSz V) SHEAR STRENGTH.TSF Vi o w o f f DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION Qo o0. FEET AND FIELD TEST DATA a a Ir 0.5 1.0 1.5 2.0 Z o MOISTURE O CONTENT,% PLASTIC LIMIT ILIQUID LIMIT 0 0 10 20 30 40 50 W 70 80 90 FAT CLAY(CH),soft to hard,brown and reddish brown 89 with limestone traces 0'-6' r 101 5 S (71610W) -with calcareous nodules 6-14' 1 1 i 1 t .59 102 C 10 -10 S 1 I I I 1 - 15 -15 98 (17/6"}{27/6") ........................................................................ SHALE,soft to hard,hlghly weathered,dark gray Q .38 20 113 (25/6'}(5011.2 ') d ----------------------- w a N l7 g Shear Types: •=Hand Penet. A=Torvane A=Unconf.Comp. X=UU Triaxial J ( o See Plate 3 for boring location. PLATE 21 0 ASSOCIATES ( ROCK TYPES SAMPLER TYPES Limestone Shale :: Sandstone No ■ Thin-Walled � Rock Core Tube WeatheredWeathered Weathered ® Standard Auger Sample Limestone � Shale Sandstone Penetration Test Highly Dolomite Granite THD Cohen ! Bag Sample Weathered — Limestone Test HARDNESS SOLUTION AND VOID CONDITIONS very soft Can becamedwith aknife,broken with firgerpressure, or UCS less than 30 tsf Soh Can be gouged or grooved really with a knife, Vold Interstice; a general term for pore space or UCS between 30 and too tsf or other openings in rock. Moderately Hard Can be scratdmd easily with a knife,or UCS between 100 apd 250 isf Had Can be sc atdied rarely with a knife,w Ucs greater than 250 td Cavities Small solutlonal concavities. verymrd Cannot bescrarchedwith aWife Vuggy Containing small cavities,usually lined WEATHERING GRADES OF ROCKMASS(1) with a mineral of different composition from that of the surrounding rock. Slightly Discoloration indicates weathering of rock material Vesicular Containing numerous small,unlined and discontinuity surfaces. cavities, formed by'expansion of gas bubbles or steam during solidification of Moderately Less than half of the rock material is decomposed the rock, or disintegrated to a soil. Porous Containing pores,Interstices,or other Highly More than half of the rock material Is decomposed openings which may or may not or disintegrated to a soil. C -interconnect. Completely All rock material is decomposed and/or Cavernous Containing cavities or caverns,sometimes disintegrated into soil. The original mass structure quite large. Most frequent in limestones Is still largely Intact. and dolomites. Residual Soil All rock material is converted to soil. The mass structure and material fabric are destroyed. JOINT DESCRIPTION SPACING INCLINATION SURFACES Very Close <2" Horizontal 0-5 Slickensided Polished,grooved Close 2"-12" Shallow 5-35 Smooth Planar Medium Close 12"-3' Moderate 35-65 Irregular Undulating or granular Wide >3' Steep 65-85 Rough Jagged or pitted Vertical 85-90 REFERENCES: BEDDING THICKNESS(2) (1) British Standard(1981)Code of Practice for Site Investigation, Very Thick �4' BS 5930. Thick 2'-4' 'Thin 2"-2' (2)The Bridge Div.,Tx. Highway Dept. Foundation Exploration& Very Thin 1/2'•-2" Design Manual, 2nd Division,revised June, 1974. Laminated 0.08"-1/2" Thinly Laminated <0.08" Information on each boring log is a compilation of.subsurface °to�la�,c.�rrt~,t,:k=SO l conditions and soil and rock classifications obtained from the X"ter Ph Held as well as from laboratory testing of samples. Strata haver1R.1U:r Q1^*'� -j6Td�F" been Interpreted by commonly accepted procedures. The C stratum lines on the logs may be transitional and approximate inKEY TO TERMS AND SYMBOLS nature. Water level measurements refer only to those observedUSED ON BORING LOGS at the times and places indicated, and may vary with time, geologic condition or construction activity. O.:DG42-15260.7 DRAWING NO.:PLATE 22B j: e} cl w H O w e C A te' 0 �, a W i N 1 p p N �.*S r CJ -1 1:i6°u�. y A+ U O CC r'+ Y 134 p b v II b0 G C ato a p o C7 ci • p•-i P. A O a Gni Z o � w G b > If � w c .0 v 3 ti N o x� cd A a v) a x x , x �o x x a ;; +�' vv0 co 4o O In ... O O a yiO uCi v O O 11 II r aaj W N I / w a a.a -p u u C w m II U W ,o 3 W U N C w O F. k L 'o A W V co � al F tf c •u.pi fn G ii O ho aj al Yr 0 O > U ro o of C G4 d u c p 0 Tf0 N b ai O > cc C -� �+ ark p W 07 4 u J Cis 3 >' o o' co im u o0 o b p E a w co b.0 U k 9 i W j II Il II II e� CC II II in d u to vi r x 4 9 p A o i 0 z APPENDIX A C SUMMARY OF LABORATORY TESTING RESULTS C Percent D Finer Moisture Soil Shear ( r Liquid Plastic .Unit .Shear Str. Borehole Depth Limit Limit Weight PI Than Content Strength (Pkt u #20e (/o) (Pco UCS Su Pen) ( f) ( i) BP-15 1 34 3.8 BP-15 2 1.5 BP-15 3 56 15 41 19.3 BP-15 4 51 15 36 1 18.3 110.2 5.91 1.5 BP-15 14 1.5 BP-15 14.5 24.1 BP-15 19 1.17 BP-15 19.5 60 16 44 24.7 103.7 0.93 BP-16 P 1.5 1.17 BP-16 P 3 1 BP-16 P 3.5 42 15 27 71 19.7 113.37 1.64 BP-16 P 6 0.5 BP-16 P 7.5 63 27.6 BP-16 P 14 0.67 BP-16 P 14.5 65 19 46 25.1 103.92 0.96 BP-16P 19 1.5 BP-16 P 19.5 22.9 107.89 2.01 C BP-16 P 24 1.5 BP-16 P 29 1.5 BP-16 P 29.5 12.7 BP-17 P 0 1.5 BP-17 P 1 76 22.1 BP-17 P 2 0.67 BP-17 P 3 45 17 28 26.8 100.9 1.08 BP-17 P 4 0.67 BP-17 P 7 14.9 BP-17 P 8 1 BP-17 P 9 23 102.3 0.92 BP-17 P 14 1 BP-17 P 14.5 23.9 BP-17 P 19 1.5 BP-17 P 19.5 48 18 30 21.9 106.4 0.81 BP-17 P 24 1.5 BP-17 P 24.5 23.1 ewiJ nna,...k.F.�svt3so D.➢..,7X75317 31"744w P.. AffnCiAl 11 Z:"7&4 F - DATE:9/9/14 APPROVED BY: PREPARED BY: JP RE C SUMMARY OF LAB TEST RESULTS(cont...) Northside II 48-inch Water Main Phase 1-Part 2 PROJECT NO.: DRAWING NO.: DG-12-15260.1 Plate A-I Percent Dry Soil Shear Liquid Plastic Unit Finer Moisture Shear Str. Borehole Depth Limit Limit Weight PI Than Content Strength (Pkt C/11) #200 (/o) (pc fl U is Su Pen) Sieve t) so BP-20 24.5 23.2 BP-20 29 1.5 BP-21 1 1.5 BP-21 2 1 BP-21 4 1 BP-21 4.5 53 17 36 82 24 BP'-21 6 1.17 BP-21 8 1.5 BP-21 9 51 18 33 78 23.6 108.82 0.92 BP-21 14 1.5 BP-21 14.5 62 19 43 97 26.6 101.42 1.07 BP-21 19 1.5 BP-21 19.5 23.8 BP-21 24 1.5 BP-21 24.5 22 BP-21 29 1.5 BP-22 2 48 28.4 C BP-22 4 63 19 44 29.8 91.8 0.81 BP-22 6 0.67 BP-22 8 0.83 BP-22 9 60 19 41 82 28.4 96.7 1 BP-22 14 1.5 BP-22 14.5 63 20 43 23.9 101.8 1.13 BP-22" 19 1.5 BP-22 19.5 21.9 BP-23 1 1.5 BP-23 2 43 18 25 19.3 94.9 1.79 BP-23 3 1 BP-23 4 28 BP-23 8 1.5 BP-23 9 29 13 16 51 11.9 BP-23 19 1.17 BP-23 19.5 20.5 106.7 2.49 BP-24 0 1.33 $7011.1.C"P_.,F.ry Sao 250 D,p.r,T(75247 2146760=P6 A310LfAT1f 2146760^=Fu DATE:9/9/14 APPROVED BY: PREPARED BY: JP RE C SUMMARY OF LAB TEST RESULTS(cont...) Northside II 48-inch Water Main Phase 1-Part 2 PROJECT NO.: DRAWING NO.: DG-12-35260.1 Plate A-IIF Percent D Soil Shear Liquid Plastic Unit Finer Moisture Dry Shear Str. Borehole Depth PI Than Content Strength (Pkt Limit Limito Weight #200 (/o) UC,Su Pew} Sieve (Pco (tsl) (tso BP-28 6 1.5 BP-28 8 1.17 BP-28 9 66 20 46 22.6 102.6 1.14 BP-28 14 1.5 BP-28 14.5 20.1 BP-28 19 1.5 BP-29 1.3 0.5 BP-29 2 1 BP-29 3 53 22 31 95 24.9 BP-29 4 1 BP-29 6 0.5 BP-29 7 56 18 38 23 102.9 1.01 BP-29 8 1.33 BP-29 14 0.5 BP-29 14.5 21.8 102.7 1.33 BP-30 1 0.67 BP-30 2 0.67 C BP-30 3 58 19 39 88 20.8 BP-30 4 0.5 BP-30 4.5 29.7 94.2 0.48 BP-30 6 1.5 BP-30 7 60 18 42 78 15.6 BP-30 8 1.5 BP-30 9 18.5 BP-30 14 1 BP-30 14.5 18.2 BP-31 0 1.5 BP-31 1 56 13.6 BP-32 0 1.5 BP-32 1 89 16.1 BP-32 2 1.5 BP-32 4 1.33 BP-32 4.5 61 18 43 22.9 100.8 1.68 BP-32 6 1 2t"7&X7 M • 2146760127 Pi A{{(ICIAI{S 214476.OM F. DATE:9/9/14 APPROVED BY: PREPARED BY: JP RE C SUMMARY OF LAB TEST RESULTS(cont...) Northside II 48-inch Water Main Phase 1-Part 2 PROJECT NO.: DRAWING NO.: DG-12.15260.1 Plate A-V APPENDIX B C OSHA TABLE B-1 SLOPE CONFIGURATIONS l B-12 E=vztioas Made m TIVpe B Soil L All simple slope—rations 2D feet or less is depth.sh3U halm a maxim—a9o'm2ble lope of L-L to, Nov. A 91 5n.71 ME SLOPE 2.mbewJsede=mziLU=2DfEncmlmtmdeFth shall bare a-xdw s allem-Able slope of LT zmd masm�bench .r adons as fvlk v C \4- T%ra 5�4 Fsla8hC'LQ�hLQ1giEri foil 4%17�. Hf L r L bw�b attend ie c's""'" malt Meth i r i l X r L a• lux. r 8701 ph.Cnp.ne.Fry U.3a D.e.4TX75tF7 2;"78a W Ph A5IPCFA�FS SI+L7e °4_e+ F.[ DATE:9/9/14 APPROVED BY: I JP OSHA TABLE B-1 SLOPE CONFIGURATIONS CTYPE B SOILS(CONT...) Northside II 48-inch Water Main Phase 1-Part 2 PROJECT NO.: DRAWING NO.: DG-12-15260.1 Plate B-I 13-13 IsscatatlflRlS 3d71Te in'I pe:C Soil. L sal Single;slope emearafms ZED feet or less in degtlz shall hare a masimttat allomble Slope of fllkL 20' Mv. rti a.�Jljlaslrar.�rieem;�D�et:oLL�95iII�p[h6�hl7a!'�L�ma�l.��ed.lQYS�t g�+LtLB�s ill iii ckiniriaei Q2 SR���I�d ffia ha�lxtatl,nastLBm�ab[u�th�tag�lhe�talsi�ArII.�.emrazattnm'S1seII�a ma�tan alto�alrl,e slmge��' Sttppe�r oe skuitXd *"too C IQ' lux. l8" iiia. Total &viahr of "iraieal vide VEMCS1LSH M)LOW1M PO1MODM ;a�illothe�siingted.��TM�Shallbein aa�+nmdanoe�.theothet a�sgerm;.ts�d m�,E94'IGd52<(Erjl. 6701 J.6n GpeneeFy Sade+30 UEµTC757A7 =1467E-0L'7Ph nstacsnn5 �I+67Eo=a P.. DATE:9/9/14 APPROVED BY: PREPARED BY: JP RE OSHA TABLE B-1 SLOPE CONFIGURATIONS CTYPE C SOILS(CONT.-_) Northside 1148-inch Water Main Phase 1-Part 2 PROJECT NO.: DRAWING NO.: DG-12-15260.1 Plate B-1II \ �!_4F�carati.ons'rlfad�in Ea+m�d Sails g,�..} 0 �1 GGGGGGI����� �t i •� : e �/r��. �s � �w a � lir_ W 46 1a ACVEiELO C �1 s � 1z 3Cf%T.0 i.AU oth z sloVed a rations shell he in morldmm Atli thR u4her eFdams permit].in 1926A52f br Vol John G-p-F.7 S.aa:SO DA.%'CX 75257 ?I467602'.T Ph AISIICIATFS 214476 '=Fu DATE:9/9/14 APPROVED BY: PREPARED BY: JP RE OSHA TABLE B-1 SLOPE CONFIGURATIONS i MULTI LAYERED SOILS (\ Northside II 48-inch Water Main Phase I-Part 2 PROJECT NO.: DRAWING NO.: DG-12-15260.1 Plate B-V APPENDIX C C RESISTIVITY, SULFATES, CHLORIDES AND PH TEST RESULTS Analytical Report 492444 for HVJ Associates-Dallas Project Manager: Fadi Faraj Northside Pipline DG-12-15260.1 08-SEP-14 Collected By:Client Xcoluo Laboratories C9701 Harry Hines Blvd,Dallas,TX 75220 Xenco-Houston(EPA Lab code:TX00122): Texas(T104704215-14-16-TX),Arizona(AZ0765),Florida(E871002),Louisiana(03054) New Jersey(TX007),North Carolina(681),Oklahoma(9218),Pennsylvania(68-03610) Xenco-Atlanta(EPA Lab Code:GA00046): Florida(E87429),North Carolina(483),South Carolina(98015),Kentucky(85),DoD(L10-135) Texas(T104704477),Louisiana(04176),USDA(P330-07-00105) Xenco-Lakeland: Florida(E84098) Xenco-Odessa(EPA Lab code:TX00158): Texas(T104704400-TX) Xenco-Dallas(EPA Lab code:TX01468): Texas(T104704295-TX) Xenco Phoenix(EPA Lab Code:AZ00901):Arizona(AZ0757) Xenco-Phoenix Mobile(EPA Lab code:AZ00901): Arizona (AZM757) Xenco Tucson(EPA Lab code:AZ000989): Arizona (AZ0758) C Page 1 of 26 Final 1.000 08-SEP-14 Project Manager:Fadi Faraj HVJ Associates-Dallas 8701 John Carpenter Fwy.Suite 250 Dallas,TX 75247 Reference: XENCO Report No(s):492444 Northside Pipline Project Address:Fort Worth,TX Fadi Faraj: We are reporting to you the results of the analyses performed on the samples received under the project name referenced above and identified with the XENCO Report Number(s) 492444.All results being reported under this Report Number apply to the samples analyzed and properly identified with a Laboratory ID number. Subcontracted analyses are identified in this report with either the NELAC certification number of the subcontract lab in the analyst ID field,or the complete subcontracted report attached to this report. Unless otherwise noted in a Case Narrative,all data reported in this Analytical Report are in compliance with NELAC standards. The uncertainty of measurement associated with the results of analysis reported is available upon request. Should insufficient sample be provided to the laboratory to meet the method and NELAC Matrix Duplicate and Matrix Spike requirements, then the data will-be-analyzed,.evaluated and reported using all other available quality control measures. The validity and integrity of this report will remain intact as long as it is accompanied by this letter and ( reproduced in full, unless written approval is granted by XENCO Laboratories. This report will be filed for at least 5 years in our archives after which time it will be destroyed without further notice, unless otherwise arranged with you. The samples received, and described as recorded in Report No. 492444 will be filed for 60 days, and after that time they will be properly disposed without further notice, unless otherwise arranged with you. We reserve the right to return to you any unused samples, extracts or solutions related to them if we consider so necessary(e.g.,samples identified as hazardous waste, sample sizes exceeding analytical standard practices,controlled substances under regulated protocols,etc). We thank you for selecting XENCO Laboratories to serve your analytical needs. If you have any questions concerning this report,please feel free to contact us at any time. Respectfully, (ioau.� Dbol Monica Tobar Project Manager Recipient of the Prestigious Small Business Administration Award of Excellence in 1994. Certified and approved by numerous States and Agencies. A Small Business and Minority Status Company that delivers SERVICE and QUALITY Houston-Dallas-Odessa-San Antonio-Tampa-Lakeland-Atlanta-Phoenix-Oklahoma-Latin America C Page 3 of 26 Final 1.000 CASE NARRATIVE Client Name:HVJAssoclates Dallas Project Name:Northside Pipline Project ID: DG1215260.1 Report Date: 08-SEP-14 Work Order Number(s): 492444 Date Received: 08/29/2014 Sample receipt non conformances and comments: Sample receipt non conformances and comments per sample: None Analytical non conformances and comments: Batch: LBA-949622 Soil Resistivity(Saturated)by NACE Samples received by laboratory out of hold.AS 9/2/14 C C Page 6 of 26 Final 1.000 Certificate of Analytical Results 492444 ram II VJ Associates-Dallas, Dallas,TX Northside Pipline Sample Id: BP-31 Matrix: Solid Date Received:08.29.1415.03 Lab Sample Id: 492444-002 Date Collected:06.18.14 12.00 Sample Depth:14-15 ft Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949914 Parameter Cas Number Result RL Units Analysis Date Flag DiI Chloride 16887-00-6 32.0 5.00 mg/kg 09.05.14 09.26 K 1 Analytical Method: Soil Resistivity(Saturated)by NACE Tech: ANS %Moisture: Analyst: ANS Basis: Wet Weight Seq Number: 949622 SUB:TX104704215 Parameter Cas Number Result. RL Units Analysis Date Flag Dil Soil Resistivity + RESISTIVITY 857 Ohm-cm 09.02.14 11.37 K I C Analytical Method: Soil pH by SW-846 9045C Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number 949691 Parameter Cas Number Result RL Units Analysis Date Flag Dil PB 12408-02-5 8.40 SU 09.03.1410.18 K 1 Analytical Method: Sulfate by SW-846 9038 Tech: ELC %Moisture: Analyst: ELC Basis: Wet Weight Seq Number 949748 Parameter Cas Number Result RL Units Analysis Date Flag Dil Sulfate 14808-79-8 812 250 mg/kg 09.03.1413.20 K 5 C Page 7 of 26 Final 1.000 TAM Certificate of Analytical Results 492444 HVJ Associates-Dallas, Dallas,TX Northside Pipline Sample Id: BP-29 Matrix: Solid Date Received:08.29.1415.03 Lab Sample Id: 492444-004 Date Collected:06.18.14 12.00 Sample Depth:14-15 ft Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Tech: BBK %Moisture: Analyst. BBK Basis: Wet Weight Seq Number: 949914 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 156 4.99 mg/kg 09.05.14 09.26 K I Analytical Method: Soil Resistivity(Saturated)by NACE Tech: ANS %Moisture: Analyst: ANS Basis: Wet Weight Seq Number. 949622 SUB:TX104704215 Parameter Cas Number Result. RL Units Analysis DateFlag Dil .. . . ... .. ......... . Soil Resistivity+ RESISTIVITY 484 Ohm-cm 09.02.14 11.57 K 1 C Analytical Method: Soil pH by SW-846 9045C Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949691 Parameter Cas Number Result RL Units Analysis Date Flag Dil pH 12408-02.5 7.85 SU 09.03.1410.18 K 1 Analytical Method: Sulfate by SW-846 9038 Tech: ELC %Moisture: Analyst: ELC Basis: Wet Weight Seq Number. 949748 Parameter Cas Number Result RL Units Analysis Date Flag Dil Sulfate 14808-79-8 5380 999 mg/kg 09.03.1413.20 K 20 C Page 9 of 26 Final 1.000 XIENCO Certificate of Analytical Results 492444 Laboratories HVJ Associates-Dallas, Dallas,TX Northside Pipline Sample Id: BP-19 Matrix: Solid Date Received:08.29.14 15.03 Lab Sample Id: 492444-006 Date Collected:06.18.1412.00 Sample Depth:14-15 ft Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949914 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887.00.6 97.0 5.00 mg/kg 09.05.14 09.26 K 1 Analytical Method: Soil Resistivity(Saturated)by NACE Tech: ANS %Moisture: Analyst: ANS Basis: Wet Weight Seq Number. 949622 SUB:TX104704215 Parameter Cas Number Result RL Units Analysis Date Flag Dil Soil Resistivity+ RESISTIVITY 1570 Ohm-cm 09.02.14 12.12 K 1 C Analytical Method: Soil pH by SW-846 9045C Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949691 Parameter Cas Number Result RL Units Analysis Date Flag Dil pl-I 12408.02-5 8.21 SU 09.03.1410.18 K I Analytical Method: Sulfate by SW-846 9038 Tech: ELC %Moisture: Analyst: ELC Basis: Wet Weight Seq Number: 949748 ' Parameter Cas Number Result RL Units Analysis Date Flag Dil Sulfate 14808-79-8 117 49.7 mg/kg 09.03.1413.20 K I C Page 11 of 26 Final 1.000 Certificate of Analytical Results 492444 CI3VJ Associates-Dallas, Dallas,TX Northside Pipline Sample Id: BP-25 Matrix: Solid Date Received:08.29.1415.03 Lab Sample Id:492444-008 Date Collected:06.18.1412.00 Sample Depth:14-15 ft Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number. 949914 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 14.5 4.99 mg/kg 09.05.14 09.26 K I Analytical Method: Soil Resistivity(Saturated)by NACE Tech: ANS %Moisture: Analyst: ANS Basis: Wet Weight Seq Number: 949622 SUB:TX104704215 Parameter . Cas Number Result RL Units Analysis Date Flag Dil Soil Resistivity + RESiST1V17IY 1610 Ohm-cm 09.02.14 12.22 K 1 C Analytical Method: Soil pl3 by SW-846 9045C Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949691 Parameter Cas Number Result RL Units Analysis Date Flag Dil Of 12408-02-5 8.18 SU 09.03.1410.18 K 1 Analytical Method: Sulfate by SW-846 9038 Tech: ELC %Moisture: Analyst: ELC Basis: Wet Weight Seq Number. 949748 Parameter Cas Number Result RL Units Analysis Date Flag 'Dil sulfate 14808-79-8 290 49.8 mg/kg 09.03.1413.20 K l C Page 13 of 26 Final 1.000 ' Certificate of Analytical Results 492444 H•VJ Associates-Dallas, Dallas,TX l Northside Pipline Sample Id: BP-28 Matrix: Solid Date Received:08.29.14 15.03 Lab Sample Id:492444-010 Date Collected:06.18.14 12.00 Sample Depth:14-15 ft Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number. 949914 Parameter Cas Number Result RL Units Analysis Date Flag Dil ` Chloride 16887-00-6 35.9 4.99 mg/kg 09.05,14 09.26 K I Analytical Method: Soil Resistivity(Saturated)by NACE Tech: ANS %Moisture: Analyst: ANS Basis: Wet Weight Seq Number: 949622 SUB:TX104704215 Parameter Cas Number Result RL Units Analysis Date Flag Ail Soil Resistivity + RESISTIVr1Y 836 Olen-cm 09.02.14 12.27 K 1 C Analytical Method: Soil pH by SW-846 9045C Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number. 949691 Parameter Cas Number Result RL Units Analysis Date Flag Dil PH 12408.02.5 7.89 SU 09,03.1410.18 K I Analytical Method: Sulfate by SW-846 9038 Tech: ELC %Moisture: Analyst: ELC Basis: Wet Weight Seq Number: 949748 Parameter Cas Number Result RL Units Analysis Date Flag Dil Sulfate 14808-79-8 1050 250 mg/kg 09.03.14 I3.20 K 5 C Page 15 of 26 Final 1.000 Certificate of Analytical Results 492444 HVJ Associates-Dallas, Dallas,TX Northside Pipline Sample Id: BP-26 Matrix: Solid Date Received:08.29.1415.03 Lab Sample Id: 492444-012 Date Collected:06.18.14 12.00 Sample Depth:8-6 ft Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number. 949914 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 81.9 5.00 mg/kg 09.05.14 09.26 K 1 Analytical Method: Soil Resistivity(Saturated)by NACE _ Tech: ANS %Moisture: Analyst: ANS Basis: Wet Weight Seq Number. 949622 SUB:TX104704215 Parameter Cas Number Result RL Units Analysis Date Flag Dil Soil Resistivity+ RESISTIVITY 648 Ohm-cm 09.02.14 12.42 K 1 C Analytical Method: Soil pH by SW-846 9045C Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number. 949691 Parameter Cas Number Result RL Units Analysis Date Flag Dil pH 12408-02-5 8.42 SU 09.03.14 10.18 K I Analytical Method: Sulfate by SW-846 9038 Tech: ELC %Moisture: Analyst: ELC Basis: Wet Weight Seq Number. 949748 Parameter Cas Number Result RL Units Analysis Date Flag Dil Sulfate 14808-79-8 252 49.8 mg/kg 09.03.1413.20 K 1 C Page 17 of 26 Final 1.000 Certificate of Analytical Results 492444 - HVJ Associates-Dallas, Dallas,TX l Northside Pipline Sample Id: JSP-17 Matrix: Solid Date Received:08.29.1415.03 Lab Sample Id: 492444-014 Date Collected:06.18.1412.00 Sample Depth:8-10 R Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number, 949914 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 12.0 5.00 mg/kg 09.05.14 09.26 K 1 Analytical Method: Soil Resistivity(Saturated)by NACE Tech: ANS %Moisture: Analyst: ANS Basis: Wet Weight Seq Number. 949622 SUB:TX 104704215 Parameter Cas Number Result. RL Units Analysis Date Flag Dil Soil Resistivity + RESISTAFM 1030 Ohm-cm 09.02.14 12.52 K 1 Analytical Method: Soil pH by SW-846 9045C Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949691 Parameter Cas Number Result RL Units Analysis Date Flag DO PH 12408-02-5 8.65 SU 09.03.1410.18 K 1 Analytical Method: Sulfate by SW-846 9038 Tech: ELC %Moisture: Analyst: ELC Basis: Wet Weight Seq Number. 949748 Parameter Cas Number Result RL Units Analysis Date Flag Dit Sulfate 14808-79-8 102 49.7 mg/kg. 09.03.14 13.20 K 1 Page 19 of 26 Final 1.000 QC Summary 492444 HVJ Associates-Dallas Northside Pipline Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Seq Number. 949914 Matrix: Solid MB Sample Id: 949914-1-BLK LCS Sample Id: 949914-1-BKS LCSD Sample Id: 949914-I-BSD Parameter MB Spike LCS oLCS LCSD °LCSD Limits %RPD RPD Units Analysis Flag Result Amount Result /oRec Result /°Rec Limit Date Chloride G5.00 50.0 48.9 98 57.0 114 70-125 15 25 mg/kg 09.05.1409:26 Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-C1-B Seq Number: 949914 Matrix: Solid Parent Sample Id: 492444-001 MS Sample Id: 492444-001 S MSD Sample Id: 492444-001 SD Parent Spike IVIS MS MSD MSD Limits %RPD RPD Units Analysis Flag Parameter Result Amount Result %Ric Result %Ree Limit Date Chloride 274 100 374 t00 384 110 70-125 3 25 mg/kg 09.05.1409:26 Analytical Method: Soil Resistivity(Saturated)by NACE Seq Number: 949622 Matrix: Solid Parent Sample Id: 492444-001 MD Sample Id: 492444-001 D Parameter Parent MD %RPD RPD Units Analysis Flag . ........ Result Result Limit Date Soil Resistivity 606 604 0 20 Ohm-cm 09.02.1411:29 . C Analytical Method: Soil Resistivity(Saturated)by NACE Seq Number: 949622 Matrix: Solid Parent Sample Id: 492444-011 MD Sample Id: 492444-0111) Parameter Parent MD %RPD RPD Units Analysis Flag Result Result Limit Date Soil Resistivity 700 692 1 20 Ohm-cm 09.02.1412:37 Analytical Method: Soil Resistivity(Saturated)by NACE Seq Number: 949850 Matrix: Solid Parent Sample Id: 492444-009 MD Sample Id: 492444-009 D Parameter Parent MD %RPD RPD Units Analysis Flag Result Result Limit Date Soil Resistivity 2150 2L30 I 20 Olen-om 09.04.1413:07 Analytical Method: Soil pH by SW-846 9045C Seq Number: 949691 Matrix: Solid Parent Sample Id: 492444-001 MD Sample Id: 492444-001 D Parameter Parent MD %RPD RPD Units Analysis Flag Result Result Limit Date PH 7.55 7.28 4 20 SU 09.03.1410:18 C Page 21 of 26 Final 1.000 Flagging Criteria X In our quality control review of the data a QC deficiency was observed and flagged as noted. MS/MSD recoveries were found to be outside of the laboratory control limits due to possible matrix/chemical interference,or a concentration of target analyte high enough to affect the recovery of the spike concentration.This condition could also affect the relative percent difference in the MS/MSD. B A target analyte or common laboratory contaminant was identified in the method blank Its presence indicates possible field or laboratory contamination. D The sample(s)were diluted due to targets detected over the highest point of the calibration curve,or due to matrix interference. Dilution factors are included in the final results.The result is from a diluted sample. E The data exceeds the upper calibration limit;therefore,the concentration is reported as estimated. F RPD exceeded lab control limits. J The target analyte was positively identified below the quantitation limit and above the detection limit. U Analyte was not detected. L The LCS data for this analytical batch was reported below the laboratory control limits for this analyte.The department supervisor and QA Director reviewed data.The samples were either reanalyzed or flagged as estimated concentrations. H The LCS data for this analytical batch was reported above the laboratory control limits.Supporting QC Data were reviewed by the Department Supervisor and QA Director.Data were determined to be valid for reporting. K Sample analyzed outside ofrecommended hold time. JN A combination of the"N"and the"I"qualifier.The analysis indicates that the analyte is"tentatively identified"and the associated numerical value may not be consistent with the amount actually present in the environmental sample. **Surrogate recovered outside laboratory control limit. CBRL Below Reporting Limit. RL Reporting Limit MDL Method Detection Limit SDL Sample Detection Limit LOD Limit of Detection PQL Practical Quantitation Limit MQL Method Quantitation Limit LOQ Limit of Quantitation DL Method Detection Limit NC Non-Calculable + NELAC certification not offered for this compound. * (Next to analyte name or method description)=Outside XENCO's scope ofNELAC accreditation Recipient of the Prestigious Small Business Administration Award of Excellence in 1994. Certified and approved by numerous States and Agencies. A Small Business and Minority Status Company that delivers SERVICE and QUALITY Houston-Dallas-San Antonio-Atlanta-Midland/Odessa-Tampa/Lakeland-Phoenix-Latin America Picone Fax 4143 Greenbriar Dr,Sta9brd,TX 77477 (281)240-0200 (261)240-4280 9701 HarryHuts Blvd,Da)W,TX 75220 (214)902 0300 (214)351-9139 5332 Blackbeny(hive,San Antonio TX 78238 (210)509-3334 (210)509.3335 2505 North Falkenbrag Rd,Tampa,FL 33619 (8 13)620.2000 (813)620.2033 C 12600 West I-20 East,Odessa,TX 79765 (432)563-1800 (432)563-1713 6017 Financial Drive,Norcross,GA 30071 (770)449-8800 (770)449-5477 3725 E.Atlanta Ave,Phoenix,AZ 85040 (602)437-0330 Page 23 of 26 Final 1.000 iv N 0 O LLY to r- m CD P :Wa3 ;AgAoa sled :Uppd F O1 ( aI E id �-- Q: Papeau se Penuudde-aid eje sdn-uea10 aldweS « N Ej (pWaidde-aid aie Pue Rldde jym&G0je4ojnS)sa;dweS PIOH u L O LOBI1.H MOW B 8w c r U uz 4 H S M 'M TOW anoge HVd:uPPV x CL m O M ? PLZ P01 PL PS PE 49V 411Z 4ZL x 48 dVSV 1.V1 ? h v m U N o v � LL O• v Q O = ` a E � a u Q lid \ \ [ u h AE O V ,v Q m. 11�pp T co )IC U ad $a O C7 to i° in x (q C 0 � a.am V w m ru N U 044 d O T CJ m •� ` \ 1 \ \ O 0 0 O J � Lu �O cc i. \ ♦ i U m a 'm 0 ami E Car vQ -IJ c G l, rel 2 a Q ?, � � _ �J \ \ p o t " m CD 9) a d .= x a o > 1° c m' L o $i m ' Q om, CO a Ct (s90d 'gJ9H -Ised SOOAS SOOA sleleW) d101 - dldS v a a Q T o = r, Z xpddV 4 xPddV -IV1EZ ddb L qd rrVNOU B-VH3H:slvI3W IE v g N saPiapsad dO saPlolgjaH s80d saPMOd 00 v > U m a r U N llVO Z-xPddV dd 101 3V8NB MQ ls!l Ilnd:sOOAS oro N E a HdA VW Hd3 VW 021J 0210 gooL-Xl Q �j a, ¢ SHVd _ Z 'Fo v mp ¢ ; :je410 llVO Z-xpddV L- pddV M4 -101 dd S.00A C ai m <� O N C0 11 1 < SVOA SHOA 6KXO H013 391W-X31e Is! v N o i m a N U CL i i 1 sen6a/uoSaard r = o i 10 F S m m C 1 1 a 1 ad6ljauleluo0 z co v ' 1 N 1 i eg8.1auleluo " m M i Q ' • V m • N1 �N ; IL t CE 57 si- 0 YCA Q ; E �� af gel a z H m ro 0 4 m li o r V �d z. U 1 aL1SodWo N c �Ep a ¢ � 1 m 1 i ❑ W) 0' v 1 X14ew n E vS N w 0. ILL '❑ i iw 1 1w wi b ' - - , m N N d i i t,,, i 'z t c 1 W -ul N '�_ i� E �� 2 r: (D Ci Im i i s ;d 41dea 1 j= s\a `r x c e O m C" C = 4 V b i 1m 1 i� D1 Ri «� ar � � _ o E C M Q. t 0. N d .c O, p p ,_ � m z .a m m 1a o; 1 w > c N m c Q i iLL }i w ' - E ti ro R c 'gyp .0 .Y ' i C ?1 w i O 1 i f O! V V G z41 yi 5m c CO m a: cr N H Z N v y ri N 4 i J i i i w i '2 i ('p b .a H- V E. UU a 1 :❑ i iJ ' a 1 /J V a rn [3 �[e E3 ❑ i��LI ai i C ) i} di Q N i iJ Q~ 1� -Ji i to 'C G m d •� 7 ?'Oi� �' , COO 'O C' if ..N i❑ ; w i ! Ml N i ^` me H Q cii= i 1 iE Y; H ' E 1` i { u� m t 24 m II S �Q' i m i s r� di C ; ) d/ r 1 1 ' ` Acor CL x ikn ai= 1.2 i m la` al i " �1 /Y�� M v E : a $ =y °� �' � W 0 N t0 o N tal 1- m m Q N so Page 25 of 26 Final 1.000 APPENDIX D PIEZOMETER SCHEMATICS AND WELL REPORTS Depth Piezometer Details Description 0 Flush Mount Cover Concrete ® Bentonite Pellets �0 00 8 0 0 o 8 0 25 feet. 2" Dia. Sch. 40 PVC Blank o 00 O 01 oa 0 ®° o O G 00 0 O 4 Gravel Pack 20/40 5 feet.2" Dia. Slotted 0.010" Screen C 20 Water Level Readings Date Depth (ft.) Elev. ft. 7/30/14 6.20 9/2/14 6.06 $7011.1,a.p— e.7&dw 73a Ddu TX75?A7 1"46 -178-0�l 74=P6 ASSpC1AE) 2 F.: PIEZOMETER SCHEMAdD- PIEZOMETER NO.$-16P(Installed C PROJECT NO.: DRAWING NO. DC-12-15260.1 P Depth Piezometer Details Description 0 Flush Mount Cover T;. Concrete t. 5 Bentonite Pellets 8 0 0 o � ® 0 25 feet.2" Dia. Sch. 40 PVC Blank o °o ° o° 0 6 o 0 0 °° o 8 0 Gravel Pack 20/40 5 feet.2" Dia. Slotted 0.010" Screen C 29 Water Level Readings Date Depth (fes Elev. ft. 7/30/14 12.15 9/2/14 10.97 8781)o}m[�penerFq S.in:250 ' D.Brr.T!C 7SU7 21"7&(=F6 Af10ClFT[f 2146160x8 Fu' PIEZOMETER SCHEMATIC PIEZOMETER NO.B-25P(Installed on 7/23/14) C PROJECT'NO.: DRAWING NO.: DG-12-15260.1 PLATE D-3 Well Report:Tracking#:373238 Page 2 oft ( Dallas,TX 75247 Driller License 59149 Number. Licensed Well 59149 Driller Signature: Registered Driller No Data Apprentice Signature: Apprentice No Data Registration Number. Comments: Surface completion with flush mount steel well cover on road surface.The well Is used as a piezometer to measured depth to groundwater IMPORTANT NOTICE FOR PERSONS HAVING WELLS DRILLED CONCERNING CONFIDENTIALITY TEX.OCC.CODE Title 12,Chapter 1901.251,authorizes the owner(owneror the person for whom the well was drilled)to keep Information In Well Reports confidential. The Department shall hold the contents of the well log confidential and not a matter of public record If II receives,by certified mail,a written request to do so from the owner. Please include the reporrs Tracking number(Tracking#373238)on your written request Texas Department of Licensing&Regulation C P.O.Box 12157 Austin,TX 78711 (512)463-7880 DESC.&COLOR OF FORMATION MATERIAL CASING,BLANK PIPE&WELL SCREEN DATA From(ft)To(ft) Description Dia. New/Used Type Setting From/To 0-0.5 Asphalt 2 New Plastic Blank 0.15-10 0.5.14 Fill,tan clay and sand 2 New Plastic Screen 10-20 0.02 14-20 Weathereed Shale,tan and gray C http://texaswellreports.twdb.state.tx.uddrillers-new/insertwellreportprint.asp?track=373238 9/4/20I4 Well Report:Tracking#:373246 Page 2 of 2 Dallas,TX 75247 Driller License 59149 Number. Licensed Well 59149 Driller Signature: Registered Driller No Data Apprentice Signature: Apprentice No Data Registration Number. Comments: Surface completion with upright steel well cover in concrete pad.The well Is used as a plezometer to measured depth to groundwater IMPORTANT NOTICE FOR PERSONS HAVING WELLS DRILLED CONCERNING CONFIDENTIALITY TEX.OCC.CODE Title 12,Chapter 1901.251,authorizes the owner(owner or the person for whom the well was drilled)to keep inrormation in Well Reports confidential. The Department shall hold the contents of the well log confidential and not a matter of public record if it receives,by certified mail,a written request to do so from the owner. Please include the'rdport's Tracking number(Tracking#373246)on your wriften request. Texas Department of Licensing S Regulation C P.O.Box 12157 Austin,TX 78711 (512)463-7880 DESC.&COLOR OF FORMATION MATERIAL CASING,BLANK PIPE&WELL SCREEN DATA From(ft)To(ft) Description Dia. New/Used Type Setting Fromrro 0-5 Fill,dark gray clay with gravel 2 New Plastic Blank 0-20 5-30 Clay,gray and yellowish brown 2 New Plastic Screen 20-30 0.02 C http://texaswellreports.twdb.state.tx.us/drillers-new/insertwcllreportprrint.asp?track-373246 9/4/2014 Well Report:Tracking#:373244 Page 2 of 2 Dallas.TX 75247 Driller License 59149 Number. Licensed Well 59149 Driller Signature: Registered Driller No Data Apprentice Signature: Apprentice No Data Registration Number. Comments: Surface completion with upright steel well cover In concrete pad.The well is used as a piezometer to measured depth to groundwater IMPORTANT NOTICE FOR PERSONS HAVING WELLS DRILLED CONCERNING CONFIDENTIALITY TEX.OCC.CODE Title 12,Chapter 1901.251,authorizes the owner(owner or the person for whom the well was drilled)to keep Information in Well Reports confidential. The Department shall hold the contents of the well log confidential and not a matter of public record If It receives,by certified mail,a written request to do so from the owner. Please include the reporCs Tracking number(Tracking#373244)on your written request. Texas Department of Licensing&Regulation P.O.Box 12157 C Austin,TX 78711 (512)463-7080 DESC.&COLOR OF FORMATION MATERIAL CASING,BLANK PIPE&WELL SCREEN DATA From(it)To(ft) Description Dia. New/Used Type Setting From/To 0.5 Fill,brown clay with gravel 2 New Plastic Blank 0-18 5-24 CLAY,gray and brown 2 New Plastic Screen 18-28 0.02 24-29 Shelley Clay,dark gray C http://t"aswellreports.twdb.state.tK.us/drillers-new/insertwellreportprint.asp?track=373244 9/4/2014 Houston 8701 John Carpenter Freeway.Suice 250 Austin Dallas,Texas 75247-4640 Dallas 214.678.0227 Ph San Antonio 214.678.0228 Fax ASSOCIATES F' February 20,2014 Mr.Donald Lange,PE Brown&Gay Engineers,Inc. 500 W. 7h Street,Suite 1800 Fort Worth,Texas 76102 Re: Geotechnical Investigation Caylor Tank Resupply Main Fort Worth,Texas Owner:City of Fort Worth HVJ Project No. DG1215260 Dear Mr.Lange: Submitted herein are the design and construction recommendations for Caylor Tank resupply main in Fort Worth, Texas. Additional borings were drilled as part of Phase I- to finalize the recommendations, the borings including one boring(BP-8) near Ridgeview Circle and Keller Hicks Road and three borings (BP-12, BP-13 and BP-14) on Keller Hicks Road from Grapelea£Drive to C Old Denton Road.The study was conducted in general accordance with our proposal number DG- 10-16600.A site plan showing the approximate boring locations is presented on the Plan of Borings, Plates 1. 1 FIELD•EXPLORATION 1.1 General The field exploration program was performed on February 14, 2014. Subsurface conditions were evaluated by drilling and sampling four borings to depths of approximately 20 feet below the existing ground surface. 1.2 Sampling Methods Soil samples were obtained continuously to 10 feet and at 5-foot intervals thereafter to the maximum termination depth of the borings. Cohesive soil samples were obtained with a three-inch thin-walled (Shelby) tube sampler in general accordance with ASTM D-1587 standard. Each sample was removed from the sampler in the field, carefully examined and then classified. The shear strength of the cohesive soils was estimated by a hand penetrometer in the field. Suitable portions of each sample were sealed and packaged fox transportation to our laboratory. Rock encountered was augured to the termination depth and evaluated by TxDOT cone penetrometer test.TxDOT cone penetrometer test was performed at approximately 5-foot intervals thereafter to the maximum termination depth. The test consists of driving a 3-inch diameter cone with a 170-pound hammer,which is dropped for a distance of 2 feet. The cone is seated and driven to 100 blows or 12 inches whichever comes first. Then it is driven for two consecutive 6-inch increments,and the blow counts for each increment are noted. In hard materials, the cone is driven with the resulting penetration in inches recorded for the 50 blows. The numbers of blows for each ` 1 Approidmate Depths of Strata Encountered at Borings(ft) Stratum Type BP-8 BP-12 BP-13 BP-14 Fill(Z) - 1-2 1-2 - Lean/Sandy Lean Clay 1-8 - 2-8 1-2 (CL)(3) Fat Clay(CH)(4) - 2-4 - 2-6 Limestones) 8-20m 4-18 8-20M 8-20M Shale(6) - 18-20M - - Note: (1) Asphalt pavement+Base.Review boring logs for actual pavement thickness._ (2) Fill material consists of sand with gravel and clay. (3) '86ft'to very stiff,occasionally sandy with gravel and limestone seams. (4) Very stiff;with sand and limestone seams. (5) Soft to very hard,slightly weathered with occasional shale seams. (6) Soft,weathered. (7) Boring termination depth. Detailed descriptions of the materials encountered in the borings are given on the boring logs presented in Plates 2 through 5. Key to the terms and symbols used for soil and rock classification on the boring logs is given n Plates 6A and 6B. 4 WATER LINE DESIGN CRITERIA AND RECOMMENDATIONS 4.1 General The project will involve construction of a new 42-inch water line. The exact invert depth was not available at the time of writing this report. We assumed that the invert depth will be between 5 and 20 feet below the existing ground surface.We also assumed that all lines will be installed using open- cut and/or auguring techniques. Our analyses and recommendations for open cut and/or auguring techniques are presented below. 4.2 Geotechnical Parameters Geotechnical design parameters are presented in the following table. These design parameters are based on field and laboratory test data obtained from the corresponding boring locations and at the approximate invert depth only. Please note that,because of the nature of the soil stratigraphy at this site, parameters at locations that deviate from the boring locations may vary substantially from values reported in the following table: C 3 Undrained Shear E,n, Bo Approximate Total Strength Long No. Invert Depth Soil Description Unit (pso or Term (ft) Friction (psi) Angle (deg) BP-8 5-8 Soft to stiff Lean Clay 125 1,500 600 BP-8 B-20 Unweathered Limestone 135 N/A 3,000 BP-12 5-18 Unweathered Limestone 135 N/A 3,000 BP-12 18-20 Weathered Shale 130 N/A 2,000 BP-13 5-8 Soft to very stiff Sandy Clay 125 2,100 1,000 BP43 8-20 Unweathered Limestone 135 N/A 3,000 BP-14 5-6 Very stiff Fat Clay 125 3,000 2,000 BP-14 6-20 Unweathered Limestone 135 N/A 3,000 4.4 Ouen-Cut Excavation Considerations Excavations should satisfy, two requirements. First, the soils above final grade must be removed without disturbing the soil below excavation grade, which will support constructed facilities. Second, the sides of the excavation must be stable to prevent damage to adjacent streets and C facilities as a result of either vertical or lateral movements of the soil. In addition, a satisfactory excavation procedure must include an adequate construction dewatering system to lower and maintain the water level at least a few feet below the lowest excavation grade. Excavation Stability. Excavations shall be shored, laid back to a stable slope or some other equivalent means may be used to provide safety for workers and adjacent structures. Assessment of the need for excavation sloping, use of trench boxes or other measures required providing a stable excavation and the use of appropriate construction practices and/or equipment is the contractor's responsibility. The following comments are intended to represent common solutions to stability, problems encountered in similar soil conditions in the Dallas area, and may not be construed as. excavation system design recommendations. The excavation operations shall be performed-in accordance with 29 CFR Part 1926 subpart P, as amended,including rules published in the Federal Register, Vol. 54, No. 209, dated October 31, 1989, as a minimum. In addition, the provisions of legislation enacted by the Texas Legislature should be satisfied. Excavations . Trenches that are deeper than five feet deep should be appropriately sloped and protected in accordance with Table B-1, and shoring may be constructed in accordance with Table C-1.1,Table C-1.2 and Table C-1.3 of 29 CFR Part 1926. Soil types required by Table C-1.1,Table C-1.2 and Table C-1.3 (Trench Shoring-Minimum Timber Requirements) are given below: Boring OSHA Soil Type No. Depth of Trench(ft) 0-5 5-10 - 10-15 15-20 BP-8 B C C C CBP-12 C C C C 5 Attachments: Plate 1,Plan of Borings Plate 2 through 5,Boring logs PIate GA and GB,Key to terms and symbols C C LOG OF BORING Project: CAYLOR TANK RESUPPLY MAIN Project No.: DG-12-15260 Boring No.: BP-8 Drill Date: 2/14/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: Dry Easting: -- Offset: - W ELEV. SOIL SYMBOLS zSHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIUROCKCLASSIFICATION V)0 LU� a r a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATAz 0 MOISTURE O CONTENT,% PLASTIC LIMIT 1LIQUID LIMIT 010 20 30 40 50 60 70 80 90 7lnchesofi4SPtiALTPAVEAiIENT .......................... LEON CLAY WITH SAND{CL),soft to stiff,dark brown and yellow,with limestone seams below 5 feet 1 80 107 (916"}(10/6' -75 LIMESTONE,soft to very hard,tan,weathered,soft layers below 19 feet 10 (5010.29'X5011.125-) -15 (5010.25"){501.29') F- x a' c� z a w 3 U 2 N N LJ o Shear Types: •=Hand Penet. ■=Torvane A=Unconf.Comp. SIE=UU Triaxial Cw See Plate 3 for boring location. PLATE 2 0 J ASSOCIATES LOG OF BORING Project: CAYLOR TANK RESUPPLY MAIN Project No.: DG-12-15260 Boring No.: BP-13 Drill Date: 2/14/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: Dry Easting: — Offset: -- W ELEV. SOILSYMBOLS zw_ Cn SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION Coo w� a N }a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA p ac Z o MOISTURE O CONTENT, PLASTIC LIMIT I— I LIQUID LIMIT 0 10 20 30 40 50 60 70 80 g0 ................... 10�incties�ofASPHALTPAVEMENT ��CLAYEY�SANDYVITHGRAVEL(SC},dark�brown� ������� (possible fill) 23 ............................................ SANQY CLAY(CL),soft to very stiff,dark brown 105 A 67 ................................ LIMESTONE,very hard.tan,weathered,with gray shale seams below 18 feet Cao (5010.25'}{501 .25-} 15 (5010.25-)-(501(.25-1 0 s 'a C7 z w (5014.5')-(4615 3 U Z v 17 N ' 'U o Shear Types: •=Hand Penet. ■=Torvane A= Unconf. Comp. SIE=UU Triaxial fn o See Plate 3 for boring location. PLATE 4 81 AJSOC:IATES SOIL SYMBOLS I SAMPLER TYPES Soil T pes . Thin Walled Z No Recovery an Shelby Tube Clay Silt Sand Gravel ® Split Barrel Auger Modifiers n s ® ® E1 °�°�a � Liner Tube 15 Jar Sample m o°°0 Clayey Silty Sandy Cemented Construction Materials WATER LEVEL SYMBOLS s 1 n n n ® sL Groundwater measured after drilling 4a nnnn n n n operations Asphaltic Stabilized Fill or Portland Groundwater measured during drilling Concrete Base Debris Cement _ operations Concrete SOIL GRAIN SIZE Particle Size or Sieve Classification Particle Size No.(U.S.Standard) Clay <0.002 mm <0.002 mm Silt 0.002-0.075 mm 0.002 mm-#200 sieve Sand 0.075-4.75 mm #200 sieve-#4 sieve Gravel 4.75-75 mm #4 sieve-3 In. Cobble 75-200 mm 3 in.-8 In. Boulder >200 mm >8 in. DENSITY OF COHESIONLESS SOILS CONSISTENCY OF COHESIVE SOILS CPenetration Consistency Undrained Shear Penetration Descriptive Resistance"N"* Strength ftsf) Resistance"N" Term Blows/Foot lows/ft Very Soft 0-0.125 <2 Very Loose 0-4 Soft 0.125-0.25 214 Loose 4-10 Firm 0.25-0.5 4-8 Medium Dense 10-30 Stiff 0.5-1.0 8-15 Dense 30-50 Very Stiff 1.0-2.0 15-30 Very Dense >50 Hard >2.0 >30 PENETRATION RESISTANCE ifs# Blows required penetrating each of three consecutive 6-inches per ASTM D-1586* 50/4' If more than 50 blows are required,driving is discontinued and penetration at 50 blows is noted (4/6") Texas Cone Penetration blows required penetrating each of two consecutive 6-inches per TEX-132-E The N value is taken as the blows required to penetrate the final 12 inches TERMS DESCRIBING SOIL STRUCTURE Slickensided Fracture planes appear polished or Intermixed Soil sample composed of pockets of glossy,sometimes striated different soil type and laminated or Fissured Breaks along definite planes of fracture stratified structure is not evident with little resistance to fracturing Calcareous Having appreciable quantities of calcium Inclusion Small pockets of different soils,such carbonate as small lenses of sand scattered Ferrous Having appreciable quantities of Iron through a mass of clay Nodule A small mass of Irregular shape Parting Inclusion less than 1/4 Inch thick extending through the sample Seam Inclusion 1/4 Inch to 3 Inches thick O.0 T.h.C'S?47 Fy sa�zil o.n.ti�rx isasi extending through the sample 31+6764''7 Ph 2"73.0=F- Layer Inclusion greater than 3 inches thick "ssocl�Trs extending through the sample C Laminated Soil sample composed of alternating KEY TO TERMS AND SYMBOLS partings of different soil type USED ON BORING LOGS Stratified Soil sample composed of alternating seams or layers of different soil type PROJECT NO.: DRAWING NO.: DG-12-15260 PLATE GA ( GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 motes: -perrecomls GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: M/W/DBE NON-M/W/DBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications. C MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1St tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. C Rev.2/10/15 FORT WORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be Clisted first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER ° Company Name T n Detail Detail Address i M W Subcontracting Supplies Dollar Amount Telephone/Fax e B B BM Work Purchased Email E E Contact Person E El E] El C El El El El El El ( El El Rev.2/10/15 FOR__T WORTH ATTACHMENT 1A "'Twol— Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER ° Company Name T n Detail Detail Address i M W Subcontracting Supplies Dollar Amount Telephone/Fax ` M B B Work Purchased Email E E Contact Person E El El C E El El El El C, Rev.2/10/15 FORT WORTH ATTACHMENT 1A Page 4 of 4 notal Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee Cof the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name/Title(if different) Company Name Telephone and/or Fax Address E-mail Address City/State/zip Date C Rev.2/10/15 ATTACHMENT 1 B FORT WORTH Page 1 of 1 City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form .OFFEROR COMPANY NAME: Check applicable block to describe prime PROJECT NAME: M/W/DBE NON-M/W/DBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 p.m., on the second City business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO C project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s)on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1)year. Authorized Signature Printed Signature Title Contact Name(if different) Company Name Phone Number Fax Number CAddress Email Address City/State/Zip Date Rev.2/10/15 ATTACHMENT 1C Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: M/W/DBE NON-M/W/DBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive Cof bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FlRM§J On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities C Rev.2/10/15 ATTACHMENT 1C Page 2 of 4 l 2.) Obtain a current(not more than two(2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing No 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (if yes,attach list to include name of MBE firm, ep rson contacted,phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) C No 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (If yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) No NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? C Yes No Rev.2/10/15 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? Yes (if yes,attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? Yes (if yes,attach the information that was not valid in order for the M/WBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets, if necessa ,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection C ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false C statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev.2/10/15 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date C C Rev.2/10/15 Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH MBE Joint Venture Eliiibility Form All questions must be answered,use"NIA"if not applicable. Name of City project: A joint venture form must be completed on each project RFP/Bid/Purchasing Number: 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firm Non-MBE firm name: name: Business Address: Business Address: C City,State,Zip: City,State,Zip: 1 Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: ' 1g -_� mak-ix...A'-}: -. ..:?"�.- •�� �i-" 2. Scope of work performed by the Joint Venture: Describe the scope of work of the MBE: Describe the scope of work of the non-MBE: C Rev.2/10/15 Joint Venture Page 2 of 3 3.What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. 5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 6.Identify by name,race,sex and firm those individuals (with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ---------------------------------------------------- b. Marketing and Sales --------- ----------------------------------------------------- c. Hiring and Firing of management personnel --------- ------------------ ------ d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures.outlined in the City's CBDE Ordinance. Rev.2/10/15 Joint Venture Page 3 of AFFIDAVIT ( The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. ------------------ -------------- --------- Name of MBE firm Name of non-MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner ( Title Title Date Date Notarization State of County of On this day of 520 ,before me appeared and to me personally known and who,being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public CSignature Commission Expires (Seal Rev.2/10/15 ( GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer, Utility $ 12.32 C Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 ( The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 Premier Natural Resources Excavation Guidelines 2014 1. Each excavator will notify Texas 811 at least 48 hours prior to excavation. No piggybacking on someone else's Dig Tess. The contractor must have a copy of the Digg Tess ticket on location at all times. 2. The Contractor will mark the ground clearly with white paint, stakes, or flagging to identify the area you need located. Show your route. 3. Contractors and locators will survey existing R.O.W/ Check working R.O.W for signs of any unmarked lines in area of excavation. Prior to excavation check notification list and verify all operators in the area have responded. 4. Meet with One Call representative for locate. After lines are C located, complete a walk through to identify any crossings or areas of concern. Double check markings with locator to verify all lines in conflict have been marked. 5. After these steps have been completed and signed off by a PNR representative, work may begin. 6. Pothole all existing lines (steel, poly or electrical) with a Hydro Vac, that are within 15' of excavation. If paralleling for long distances pothole lines every 50- 100' depending on terrain and scope of project. Premier does not allow probing on our pipelines! Probing can damage coatings and create corrosion. Olivia Kerss From: David Knight <david.knight@enlink.com> Sent: Thursday, July 23, 2015 3:39 PM To: Olivia Kerss Cc: Daniel Stoutenburg Subject: RE: Natural Gas Line Crossings - N Ft Worth Olivia: We do not require an encroachment agreement as long as the procedures listed below are followed. Also, what type of material is the water line going to be? - The water line must cross under our existing pipelines. - Minimum separation of two feet(2')from the top of your line to the bottom of our pipeline. - When paralleling our pipelines,the line must be a minimum distance of fifteen feet(15') away from our pipelines. - Place a one-call prior to starting any construction activity so that our operator can locate and mark the pipelines. - Do not perform any excavation around our pipelines without one of our operators being present. Thanks, David From: Olivia Kerss [mai Ito:OLK@freese.com] Sent: Tuesday, July 21, 2015 1:12 PM To: David Knight Cc: Daniel Stoutenburg Subject: RE: Natural Gas Line Crossings - N Ft Worth Hi David, For our 48-inch water line project we will be encroaching on an existing Enlink easements west of Wagley-Robertson Rd. Please see the attached exhibit showing the encroachment areas. Please let us know who we need to talk to about the encroachment permit/agreement. Thanks, C)Uv�n Kerss, -P.E. Transmission and Utilities-West 817-735-7545 From: David Knight [mailto:david.knight@enlink.com] Sent:Wednesday,January 28, 2015 3:30 PM To:Olivia Kerss Subject: RE: Natural Gas Line Crossings- N Ft Worth Olivia: C I have not had time to pull the individual easements and see all of the requirements. However, our easements are typically 30' in width.The proposed water line would have to cross under our pipelines with a minimum separation of 2' from the top of your water line to the bottom of our pipeline. fNANlopkn galdrip mal quMy AriN CaMA+wMq OMI This electronic mail message is intended exclusively for the individual or entity to which it is addressed. This message, together with any attachment,may contain the sender's organization's confidential and privileged information. The recipient is hereby notified to treat the information as confidential and privileged and to not disclose or use the information except as authorized by sender's organization. Any unauthorized review, printing, retention, copying, disclosure, distribution, retransmission, dissemination or other use of, or taking of any action in reliance upon, this information by persons or entities other than the intended recipient is prohibited. If you received this message in error, please immediately contact the sender by reply email and delete all copies of the material from any computer. Thank you for your cooperation. C 3 ( GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304 Revised July 1,2011 abed SLOZlbZfE Pa,edald 7cIJ'OS IO VMMV -- — :mad[ Il Ja�MOW dtd uorl alWvQ90-I3 ---�ISIJ`OSIJ tl,11MVJ`aP dP dd S'.1 tld I Ol Q 40-14 I----. ..0I 3'8`.b ISIJ'OStO V.Mh1V odd Vl d--PUT Oad!d I I nQ u¢a.wmy - add oaIO Q- -- - 90 -11 ,Tenli£ 0;1:)VMMV I0 mad a1aI Q dS adtd u!gn0 dvo,IaMo C[ -- -- 90-13 + ---uolI ahlanQlmaiV/sa is -. --� 9L J WSSV --9LJ W.LStl 1d[d-86n a[°yt+ew-56N wt9i ldS sianp,d at of vosueH - pa ,Imy dd of 40-iH +_ -- 9L O WSSV _ LLk atl7dS`�J'Ft III ss''D vogex ,mpuoJ ap _ _1 P 19-If Tocr,uoJ t0-Sa 9L WGSV - -_ - i '°uI'oJ�iy^3a'uoJ il¢M - p©uo3u!ag�uoJl b0-IH � + asp 9coWJsv a6jaawas J m,cl dP.1oia�aK —Doan -_- --,dwi roo D aI ae waH 6-f7 0l/6o/9D A l0 cAl of„'b Lltg`9LZV f.D W7.SV �a�k y°d.ta�aW - VsOy„Im-- b - �.,taq[d OUcc/EO tr5LEQ1 9G£Q WSSV nM—TA - bSf79aat:I - - a�,d,av,,cjodp opn H 413 sselj�- --EoiO£/OI bSLF 9Z£AwSsv sxgoH - - '°ul bSn qoH 1�g3] =DII L61JUL -_� - ---j Paldlpoyq 1a lodJa Fd paalo olag ssel 159131seD lle--n3111ua�/Ma�, I ta d - WOE/90 IOi Ll P I0£5 ._- - Icn 1 -dll --_— i: ,d --. ._ _ J I J ne iv ZSy aovm sal play ZS IS'011 IS”I 6-b u i 900u8c/Y yJ 1 toy l> p 901,E/10 _ ODI P OE 0 sanag -- Fi03Zi73 - J g p 10/4["I _~ 0"uSSq y N I y°aW trt-I3 + _- 06LQ(6£9Q WSStl suneo0 avey,amS[od IIxM 5 - �Txa3g_ _ _ -smat g�oymW -1-ia 1 96 am Snom1uo=Duox/suIa1s.S gega--sos%sg saloqueN.... --- esp 6gIrq - - N d I IA 7 vy S ata,y.aId .nom i uo j i¢�aua0 9010E/80 _ EIBsa WZSVuo7e,ll��os oilon� .111V sataol°wl .L xaj wt�C°d pa_ wau s9e4aX aIo4�Wl b1-la £0.21/s -- --- - walsnS 9xgaH VZSW Ns x-,35 —watsi.�gegag atoqueWr, -. gI-t3 IO/0<!tr ----. --- -_ -mm,7eunad W/dV.. TI-i3 -- dSA—ma Plw-s - _ swats,!$gxya2i al°�NeW. 41-13 lolfL'b0 --_— - --.. -- - snogglu=D/salols.-S geg0 soseg ag soloqueW......... --- - _ f I eIh ssty q�d 90!OEs80 ea,x 3uxry uoh £SL£WYSV - mmoyd .. 'aul Aux eix°J P'.nid� J°Wxw ssel9 q[7 66/9t;1 Ssel 1agldlAW5seg ay salogmpy ab 9L-�wysv J p av °an ax — .tea Asn x w I d a:,oil/t d j y¢w oll6o/9a a,�i—Q so sLbowysv -.-. QoJ;;o-f y Wa1.sbaalt 1 I3 Pio _ - a,�, �t a f rvew -_brie 4aL;�m ..84 RLbJ Tv`i.SV °J..Y alrnluew Q'I.87 ,�roJ,.um l.gL ata ao°xj tst:•Jay al°Y¢¢W, brlH - - _- 90/0£/80 auo5 aumA aLb D WSSV ano0„cEFb aI�W'Q`I.84 'aa! Pwd t vaJ � _ - atwatwJl eaa,d'alotNeW _4f-I3 96!£Z%60 HW 84 SGb O WZSV 100-8400 S£^xQd add H - - 3moL I 5 tosJ30 I`aw.5`E37M1 41-13 00/9Z(40 aLTO WZsV --- .--- ---. UI!H-P1 A.0 nj,am,o;)noiueH ---� --. a� voJ tseaahi'al°tNeW b[-I3 ---+ _. 41-13 + .84 i.aLbJ WZSV ---. ---. 66N mail ldS �wpv°J o1p,CH _ _ _ ala,vo0lsaaad'1[oyueW* bI-la + ISeaald/m"N/saseg ag sa[OLILM q a S/m � u�a!vywWl SPIdnaM _ Sd1 tueJ _� _ M o kr.0 aI 9uvW ease al3x,u uoy `nu! mY�PV ad(H[ vi`4a zPe'i a waw, RV—gnxW aaau 66/9Z/1 HW SS I9£-JIEbb-D TALI t gse,j 0b-6g"< �'[oJ ayse0[e,S-""d _Im—ill.b>ol ta:[s¢sj alyo,d,, 0019UPO 100-8700 £o >»s,Q 00/9z/b0 c6LCLcItrd+04LcQ L1.L91+ i0Z-d 11x5-1(1 xxaPtl 'g'y on5o}]ige9y dolsxaieM o!Pgdoxp,tH a[2yiaxCul L6!£JLO saloq-Yq........ -- -86V WZSV ,a^ojpue 3urg 5L'E,Vb-OO E In"I--a sauzsnpdJ�weiaS -- s,an°Jpu¢savms3 aioyveyy- gI-I3 IOIoL'40 T - Q be 84 V WSSV OOIZ 021 x V aran J P xd al 9-w trl-Ia 00/80/£0 --.iQ..be ------.. WV4ZVd.M 'avl sy M i^aN!X1W -� -- sxaeo3 pue sammd B Q 6c db 00f ,Upunod 5.C¢H 9=[ M uo,l waua.hl —_- _ �'n JP 3 loy�W bI-Ia + -. '%[Q be -_— 8tr 1'WS Sb' ztr, d I an JPdaI°PAW ti-ti-I37(1 i-I3 --. P--3--jogneW brl7 -- -. _.7(1�bZ -- -- --. tydnwxd .--. u ssnoW-V-IDod szano0 pu¢sawwd aloyveyy,.. 4[-13 DJd:a Ig 1l lale,,A/SnAOS5t1121315a5eg V soloquuJnj'.,, .-- ¢OE 0£ 9£SVWLSV350IW011468V IY •J-LJIdW/'I 1 1tP++ - sY1 M I P Csz] tafq¢rya°1RP8 H) noJP 4.2IHw IQ 0E tt-1J £L4VOT FI9 V Itl Q(I 1 -OE qnsn'1H OOLOc.. - xQ O£ JQ SSMCI EHW si ) d dd S -I _ °'JP aHiN IQ 0 6(-17 [I!Of/80 --d—HW IQ OE 4[-13 11!61/LO erQ 0£ _ OC9tHW BNMJI>9IAW u to q 00 P 4 HHW IQ OE bI-Il Oi/'c007 Q.AE 6090 EWOyHSVV� sap StTLPncUtTA s111M"Ill ux{vol,av7 ( 1anoJP '�urH HW IQ.OE. 4r77 90/f&IO Q 0£ S38tI Zf1A ( xa,iza,medj�d ago0-Imeg 'xQ 4Z 9£cb'ViJ.SV aloyQxW nalnanQ�pa uy; -- x JP 3 I y W br71 EO/Si/L H a NaSmEU n OP doI 1QxW 4[-11 90/I£/oi hE4rHLV a i �aw5 S -saan D P Z al°9°eW bt-Ia v,a$ --scan JP 3[y W 4[-13 -CT;6Z 84V WZSV cb£I 'P 3 InA - - an J - [-IF[IF[ ---. P i aI W1vW 41-11 W V 6Z V auI s$ 11 I Aa[wJIaW � + -v!Q„bZ tZ00£ p o3 s.j{ seH`syxo,,t{vo,t waisaM q. bi-Ia _ + ^J p-s +d alo4°xW b!-IH PUno2i PJUPLr S/SJPAO3 ag Saurel J/Saseg V sologtmN ---.QM Obx VZ S00i---. nlpuno;SRxH seg sym,{u>f watsaM _.__ - srano pue saumad a!oyvxW----. -- + ----. --- .-- -- ---_�---- lel uelaSZUMJJ/saseg:p Salogmwy _--- --¢`P 4 44-- %/EZ/60 od %/EZ/60 I aIa!EiS 1a^QS 3'.7 aul slvaS�,'.myaxd utatsamgtnag -.. uasul aloyuaW ---41-13 96/M60-.---. 'ey1,trZ°d 8bZ1QWZStl aus¢[d 11,10m1PeW --. --. --.—'--- ---. -_ -._ ---. ---. ISt3 o6°fy yasul alotflxW PI-I3 + 84ZIQW.CSV apse[d.,aptO o,apxWaloyQeW,. tf-t3 + T!P.be xod --.84ZI QWJ.Stl --- -.._ a!ise!d 1x,10 of apxW --- aw3 uosinv�I .-. --- ._. ajasvl aloynxW., --.41-13 �.-- ♦ _-- --._-. -. ---_ --.- ---_ ----. -- --.. -. --.. suasul aloqueNl.---- -- --- --. .-. --.. -_—- w.a.I,vmaisvm -.. ----. ---- ---- I�- ----. -- 77,7 a *r 5 aa�SisQur %K�apay ' �?�£tY3niyi[ '; �dgilalsssLO 'n"jrads'`'jsAocddiV 1S11 S1onaMid ONVONtl1S stoz-4z-e�aayvadn S.1N3W1MVd30 M31VM HINOM IMOd d0 A113 Z abed S 1021421E Patedald „Zl of„4 6040 VMMV AD PapeaS ptsa2lXAtiveaPauV JX1tl nat¢V -1l k atop aePaM ma!I!sMN 4ZIH 16/£ZISO ..84 P-,Zb SISJ VMMV 005 Jab 84 Pue..c4 P.-.0 11 utV ct ii¢A-D aa`peM tna!1!saN - - 40/50/80- „cl of,b -- IISJ VMMV IvozI 740 Q)00 cs�!ntS I°A J Ia uRt - anl¢A pa¢i¢i�M luatµsag—12-19 00/42/01 91 S15J HMMV (L4E0 46 oS9I SZ s'a!vaS IonJ I3 - anl¢A at¢D e8paM Avagtsat7- - '-66/S- wV IrSo ,.4P.OZ S[SJ VMMb (SSZDZ-66 QS)tr S 30252 sauaS [ou Jnol3u¢auavry - - anlaA ataDa part Av!psag- - 6G+1£J80 .91 P.0£ SISJVMMb 9ECZ qP 0£5 sanoS _ _ _ .. _ _ low D Id atuV_ _ 1 A 'J�Mv'�I ax ZOt£ilLl ,97 Lb Oc-bb#8 xvdQ 005E apoS Inuu J old vea!iavtH aEl ov/ni anI¢A iep Pa^WaM matltsag - _- --. -- ---. - *aAPA012rJ paTaaS TualgiSa%/S u11713 2p SaAJUA rd --. s t J LI I W LO-i9 90191/80 --�I i„4 hc9i-3 W.i,SH ( 1006 att� -- ...bhZ t¢b � HMM6' _ a�3Wq 1ay%N AIuLldvYl°R1)a P0n0o0qmrsrWQt x}ow-{Av,<OS"eovPfJl!lSofl''., slanpwdJvauaaSLH2S SJJ9i13",TIJVIMH ''. waItDs,CSl oap Npawa�enIsaNs atvl''. LtOZ--II33 ''. 6Ot//a�0I//8O0 S Iv4s I -- - aUn!7 I 1--,[idJbd 11-11 E LI/GZlZO „41 t IJ/9SiJ/I iID HMh\V (ddlQ 31(101[ SSnI oW IK iWH3 nu gx of laaw d I IA nO I[11EE Zi/62'20 ..ZI of.4 £SIDr91IJ/IIID VMMV eUlllo lw lP T—d lloH auO Iif% O au!eusag Jviof uoxj aPlanQ LO-iH C-40/601[1 t4>,bZ of,4 ESIJ/I IIJVMA\tl ;Ioo7.alanD OOSI S aue13*uIl �'tl°eL3-Iv[U J H M1aW Paod wi¢gsag tmof Jld, bZ'IH -Sblb[!SO „9E 01 b SIJ/I ISD—v -- m�¢u N f 1 aI i Q LO-13 _.b I b5 II E£SSIIJJJHH£M1S1IM4IJVb sSA8U11P1'[3d t❑riN SSII-JJOOSS£E IIJD t J%�VS sS111A3IW HMMV � ! —TA iW LLO--IIH3 848664/08 sn1y5200 yivo,tf aplana. LO-13 --- - oil JtlMMV _— -1%4 1ClvatueyaaW 'oD`1 F d�J3PD -�- - _- '^mp!d uoilal!llnQi - 0110'YESIJVMMV ssuflPSt tlanregaaysavl A P dad da¢3S sSvtud I l0 Q LO 13 ZbJELLO --- --. -- s ululd-uozI alponQls undid 7F Santen/sa - cE�B1 I1 -. -. OLK#p DS4II J£tIH OOdV .dP IeA -. Iepaseal vuonamq om J lT-1H -- i HJALLSV'H ss¢ Stl oNlapoWa I V JexAP .V d-D 'oD Svrmi eJ veW PtW --_ sl¢Aa tali:d 9awgwoj iI-IH _-. -. IJ 9ZlVWLSH SE6IPoW`+IeA umn APu¢my andwH -_ oul awsnPul VD -I-'d-V voila,n9 - II-t9 . --- -- -- _. -. _ --- --. _-- OSVOIDg ny uotzzulguio /s uzp.13 ag sgkjuA/sa to -.. IuOaI aivonp Lt I-H PvJ SH Job toad - TvI -- - teOO add IIA a v t mAul - 50/ttRO -. saua5 OOI P 0 OZ gaau3 mss',mm_ J I va[ S y PH alsng$mu�2,tro�—._ c _ £ 1.OIZk StvnoJ V'T SNOT We'Jt S I 5 �„SSv ZAP—� ZO/cVZO Ss Bo ul 8401 dIl_ Y 4 IOI4h I d -- - -ned5 Jf 3S xl 8b of dO a0¢dS JI SPvoD In IP IaS Idd ao dS JI ASP,--r Ot/41fiD <cxt>3h of dQ _ - aedS S J I iS 1 mats I° l P 1 S I^d 1 _— edS J t als R w - Ol(t 1/60 ISS[°PoW aadS I S alv!¢t5 I 1shS P sl P d P nPV edS 5 J 1 atS ssotu!¢IS £6/Z020 -. ---� IS IaPolh m0ed5[aa1S uo9a¢J I stualsfS P slanpotd P auenPV - - -. -. na dS 9ntseO PueH I°a1S c0/bo/i I Wou S nU1SHD OCIM_71 --. 7. ls,{S lu Id x ssa -. -- o?n dP�aV ay'uolm H --.. IX nloa _ f4avary sm�als SS4L - .Isnoina,dpanoA�dk 1tN area a�y�d _. uo AovAsvoJ Ae"laW � - -.. swaAs�i(a oJaW -.- -- -- - aual�ilaMod a avo�WIa wales NTJ -p---INt UTOIS Iua -M u a � -- laumP Sl Lt6I-d'105i-d IALSV P9AWXH 'diJ�?dia7pyt - - Xm -3P-Pio3 �EO/60/90 S 13 d L98I`IL81'4051 a KLSV I ald A 116 D 1d 11-1n T tu'1L1 3 Pu°Pi°3 tivO asodmd'owaa J _ 1 sat Ids d wV dd ,4Pu¢I .- -. sI-I WLSV -. -- „adlduN Jons'dI -ui`sates I"4 L 3n7'suI - d d d pue plod 0ts,{S adld umllaJ --. ---Td uuo3 P"e Plod -. uuo3y pl0;3/gaga�Us0Id' _ 91Lia WLSV - L-ullvl (Vsn mmlu7)dSr Ma_S 4uLml sPl ae _ - d d .Par"J - W6Z1s0- EISSO/97ZI AKLSV LZ#uatI('IdS)aam'IlevoAa4 �mD 9'�1 31 o!1ep[ - - �d [dt+!Pam5 66!£0150 9121 3 WLSV -0uI Y y wt03N{svC —_ a aneld m_2) - - ddI�/gsgag/sa Id ' -_ .,ZL A r' --_ 95Z34VLSV -. _ a �- Inpad L't J4 lu°J ad,d IA9t JdP Jt'2II S -- - - 50 49LZd WJ.SV <!d ITA J 114 „L 5 (SQV)sw t AS F Q P ovenPH IIE'A 1�d S Idd dRl I (`-00[3) Oi:'Oltl t .A£„bE 9£123 WSSV CP jl pert al9noQ dR J.toes (Sa s'uta,caFeu,¢.tQ paaucnpy 11¢M 1111 azlld vama5(dd)au Ingo od Cc-00[91~- Oi/OI/II -. _— - Awed Jid3 ovoda --. - P 99RI�d aS JAd Z-MIR .,8b of„8i bt9 d WLSV -�a---.maS t3+d�u'O q4I enlfl 'auI`sat'I v4 S uouiuAd - --- --- paq d a5 J.9d Z-001H IG/92160 .8bw,.81 6L9dNLLSVoAd Paso[J J'H�AmI A,V uoIRJ �a ldvop•A uosure7 -� pa491g'adid mmaS -0Ad Z-OOtH [6192/60 -. o'I P lo!tse(d vAtl3 SJAd 5Z-i3 v ..SI-..b ta'48t1-a'46£oF1SSV uu>3 tay.p 5£NQS Fuv 9c-NaS T oaznp _ ._ -n�tAl.I.ta ttaS Obd, SZ-12 96;LD'40 .SY n,8l 6L9-d NJ SV 9t Sd mtvv i at.¢Id Puowma - - - did IIvM P!I°5 JAd ,rc0- 9Z-TU 50190 ,.84 01 8i 66L3/E08I WSSH --. ---- IeAodA D t ld PuowelQ - --.ad d JAa I3°+d P IJ.. Z-001 66/LUI l ,9tr oy,8[ 46L3 WISV algwda 1J OZ{vol,(A uolteJ (A puoO auPd�,a uol^A uosuel - adM JAI°[Bold P-10 2-0013 iG/9E�60 ..SJ nonp e8 094Za WSSV - adld w,1.DAd gaaiooD 0vi`S1anP� latutsuoJ yoom°J _ _ did 1-1 OAd 6Z-i3 66PUI7 8[ 6L4-d WSSV -5EaQS P°°9Z-2[aS nteanS lat a3?la iia - - --adAaaaS JAd. sz-13 ZUiI(60 LZ-�8I 6L9 WLSV IL oJb aeynv¢W W-L �.ag J'td 8, .. 6L9 WLSV Cyd gAi;+esp„S oilJ anscld Puourz,Q - - --- ii,d maaS JAd 82-13 86/li/il OI`8 b£OEaMTSV _ 'AuI`sit 1 R L wtrd - - add SJAd SL-IH Si mgA,b bE0£WLSV 4E-892 aaS 3311 MP![°S feaS lrxoll sAonp dS pt gj og �a 3-a9 JAd 0-, £E ' 4i uA9t,b tr£-OE ClWLSV 5£a5P 9c-aaSuteaASlf P[� --tea dia Naj LZ-19L0,'40/40 Sl nt9t„b 68Ld WLSV i7A svrzl ddxaS JAd[ LZ-19 r u5[uutt b tr£OE Q WZSH`68L d WSSV 5£--iaS Pue 9l-8as uottwo !Iseld puovtetQ-- JAd.. LZ-IH iL6/f'u<I -- VEO£O WLSV �- OuI' � A}nueYV W-t -_--- �as3-,uaS JAd SZ-IH ---. _ ,�8>2 4 48 LI a'b£oEQ ,SSI lu7t,.b 4£OE a W.LSH �Io,J sAO poyp ynlel.AaJ - td�taAsaS JAd SZ-1H r oZ[»vP„b 4£0E a W1SH -- caul P 1 S J 9 ---�---- - d d S OAd c_13 -- -- .Cluo m«bZ 6463 WLSV IZ2INOJ I� Jsotiseld Puovt�a +aS pat¢Sn.uoJ-)Ad LE-1H 60(10150 TI"0,9EW.bZ 646.9 WSSV noa¢+31,9 .+vvdwoJ LLa xod maid JaWa Pa�03Al i-P3 9£wgA,B 6463 WLSV 0t3,ara gOppZ-y'gaaivoD avlsAonp d onavAsvoJ gaalvo-0 - n{--S-P 2F OD Adi iE-iH 86/40!11 --.. ---) --- -�1 ---. .--. --- - ---. --- -. ----_ _.. SKI QWLSVLuawa�ieryq-ad<d jjauuoJoIV sma._S-Jj ia—puoJotp,(H TISJ .8 8121 a1tilSV .-. --_ ut adl<[^il°d —IH ---. f 8 - BDZIaK1SV -- J -Id - - 8 ----� 84ZI aKISV ----s�IdaualAtpanlod all (amal� ---fid - - ---. --. - sBQ:dm!va �a,daualn,pa�.!soaP 1191H _ _ 006D VMMV adtd am O.td JAdtvagliF -q,-.dI¢do1I �- - ad!damttatd JAdbl-1IQI Et-i I-EE_ --b[lLz/Oi „Zl tugl,4 006DVMMV ad!d amssatd OAd uten at 1303!3 adtd vnesaad JAd b['NQ Yc-I9 iC�ZOtcl 1S17 S10fi0o8d ONVONVIS sloz-bz-E oHLHodn S.1N3W1NVd30 N31VM H12MOM 1aOd JO All O £afied StoZ/trZ/E Paledald 1 '-p-Ill P_P°°is s.mawued Q aal¢A4 9uoM Poi-IR o suon¢a3ad 5 P-P-S _t nPaed Q aal¢;4410A Pa311{aam l+npold P ds agl...I aayl q °lleagtaads IPvnlyaay aged uaolazmbaa ayl °paaey>4ll,, °npoad ag!oad>1P.[O lenoadd¢pve V!'Ist pld prepMIS "'MA a.O A 4UoM uO3 aql p.moneag!aadS paepvatS s,mevgaedaQ t M IWM Pod aq{apuxano IOM vo!teag!oadS NPPl9a>Z>y13'°s�aanwnnbaa aql`slvaamooQ lveyuoJ vmpnll5vo J 113.Uvd p pn1 .1�np°ad y d ;saoReay(aodS rea{vya.1 1 [Oid vollanal Nti!ln>�tnmP _l?u!padS PaePvnlS s+WatuUndaQ aalnM 11U: 3agl taaw..y�slan➢oad{oNgns all aZRm[nm. of P d 1 P a9 s.>=y t'T 1 P d➢lePnel Na¢R2d(t 1 M yW M Uol atj _ _.� bnPai-o 'TIN_Wtd aAd 5061 avoH,9E or panni ktanpo.�d < T. zs 7 stanP°ad PSP 5 t¢Sup e°ad x S3SON ..9 b/ 15'e(J`IOLJ b'MAtb 7 a!u A Q aRau'8eyy 9l �— am9m7.1 tll A Q aau8¢W to go;80 O99J VJyaV 1¢—1-NO I­at-p GoolFPOW nuedmOJ saury aata4\=1aayJaotaalaQ 5'IOtH E6rS0/Z0 O'l'llw8 QQ'"i1l'1 PIpma88 _ lyseJ�isl 4uJol_ ._n P]dZVSOJVMMV 01J VMMd IIPSH➢IIpvS _ t ] a[t i4pa,{{l7v°ddEETi--II43 _ _5Sp0/>1L7/9S0 ldIvIdSoaa3a SOIJVMV nd 0 ,vy,�d lc.x,I3 t atr7 avalnq anNdl Et-I3 SO/Z((SO luawaseoug aual y1aATod x e V l[N ISVJ lOJV _ .4 [O O lsnld/ 8 a I i C 'e(3 'acg t td MdQ P 1 £1 i tW V IJ P`[IJ/ fl Id V 17 .LStlJ'lJ7V P'IJO N Id 90/OE(80 90 S-80 _ I od d IJ x�— n0„cI E OtlMMV I-IS 7¢1S IR ISS y (I alS'S R eiS'^ f If'O(!SO 1 O 1 - - d. S_<-Z[E£ _Z[ifictaO Z H _LU-0 VM 1> 9 Iu�viS.LE9 _ 21 t['t°1S�_ ISI [S 1 i-ZI£. L[76JiA an0„1 _Ft .'t,ol £Zi'J VMMV _ S_Z-ZI-E£ ZI/6VW .9[P _��b [W06Y '4lg 73)SV064E ( d _ _ [POI/SO NO,ZIf n £Zi-J VMh4V _ SS3 ISS a�,[,ZLt 'auZ x1l.+npul WJt (�-,sP 3),+.als.,uddeyl SZ'i7£L ZI/I i./5t0 AZT o��3.,I >IPP¢ �i P'teo0 9044 _ 'aul Pot WJ[ � SSS qRm IpP S m oy ZIP 1 Z-,.7 -- oIppe55sP II Iwc 9064 'anI ._P°I L+[OI I sdeRSSS-al4n°Q gIIM aNpeS vae P-wo -� �00/9i(70 .Z PR Jil - -- WIO[9 F'�WS00[9 WOOt9 f{4094`fl£094 Pt Q W ^NA b\II¢�LS9 7 b ,1dh0t9$.CYSp079W00t9 P( QLt .i(eA aaiayy O¢�g 199 J L&L 101 8/L/0I .d bZ of JAS,e-..1 0033 VMMV 1PPeS IQ erS SS 14 QSZHQ -d J [I L4 _ IPPeS �5 79 Q OI-ii E� Zt/c(LO 3`ft`N_"IJ _ _ P9[J�age¢Id)xvg amoyy .ate•�aoA�a°rz - _ IPPS u�S>I9 ZO/8E(80 W°t lsvg saxog aalayQ a�lseld VS[-13 ZO/80(80 Z09-3VMMV £OSObL7IS N5. vuQ d°qs _.. Xu�snoaal¢M _.. lueap2H ani l>aa¢g.uQ Z7-1-3 L8/91(60 ZM-J VMMV _09-1096 elQ°�— - -- 'E'P 3> 1vatP'H dl Q Z[-I'3 L8160f0[ 205-3 tlMMtl 00Ld imlaans EiPV �... - din vOj sa[Iavy+r - - � __ - Z[1738 etQ doyS �P•Han,.I l> avG: ZS-lH 88/5U[0 Z09-J VA4MV _ v 1 J -IT-vi—_—.... _ c4-V �i¢,Y u-oJ u'4 7N %gY. I>uefl QQ Zt-IH L8/61N[ 1949 h SamaelQ dogs I ZOS-J VMMV9Lb£I eaQ° - -- J riA EP-84V 1 PXH !31>al<�H^aQ ZI-[-3 G8i6ZJ60- ZOS-J VMMV M3£8L08Q oN ao!.a¢iQ doyS anleq nPauuaA y1,1 _.. m%iP^A and laa'nfl,GQ'... ZI-I-H OS-J VM:YtV 9090ZA`9£b0 Q SEbOZQ�b u�-++�aQ v; U�J To 9H- OC-Z)VMMV BOC I>P°W .< mw� J>IAV - wb' - lo.PXH 31 eH n1Q Z[-IH EbrTITO ZOS-J VMMV ;686f-a N v!mw�ogS u i dt Jmoj mwp{H31>a+e6- Zl-[-II L8/0E/60- ZOS-J VMMV 16L8[b �!M.aQ o6gg onl¢Ay 7 Q toV �- lueapnq au37aaazg,vQ ZI-l3 R8(IElEO ZOS-J VMMV 09S8I-6680981-06'soN �eaQ atiI¢ u1 Quedti'IV -lve]p.{H an3laPl:£(, ZI-I-3 L8/IO/OS- _. s7credp g a"A Ladreg nz(T'...... S—.-S.',OZN uoRels 9.p--s aal¢M .8}of,bc 609-J VMMV 0547$00baiy�iB H>dW I A H3'4V __ an7nA xlU l flT t S 99nii Of'13 LO/90/tU aalavrz!p up_ 605'3 VMMV '>+IeA.ga Rog¢eP7aavly aR¢m e, e lA J �aloe}lu'¢W Pvo RA oR¢�vI°A�— anlvh RBaaliR vry lunyA O£-[H E01Zt/90 aaSxai Pae�bL 40$-J VMMV .�.. °'J 7 AaP -aQ �— 7¢A. u HP 1 aS R99 i7 O£-13 66/11/1 a>II�n P"¢bZ 0Z)VMMV - J II IM1 -. +I¢A{gl llna Pal aS''='94 2I Of-[3 r bZ 4 -0 tl.MMV Jl'd^�H ­MA V055 11n8PlaS z99nll�OEIH .. _.... IRA Lgaung palaag.Ta0.Gn2lls uzlti3 zg sanlan/s ... ..91 l,E bl`,1dS n ha'OS i>xanaW ° P 3 P dna 5'R Nn A 'J Pal S wag x 9Z-I I b W Sv aO oZv isntl`W50 bM my I&III3 3—1-A­M-IS _ >nle 1 'J P S ltt R+aiI _9Z-I3 50 5I53 VhlMV 8E9Z1F W 11u0[J J 1 4^+°IJ nle.\ '3 P 111na.[Sag ZVO£/1[ (£aloN1�9£P%'e 0£ __91 VAVAiMV 91 C-3 9£$-OE M°iJ °'J o°NA^+%J an(vA ateO>P>M R+aO!sagi bOtbx'./ti a Nm P be STSJ VMMV AFA MA Mo13 J NAIJ PA 1p fOM=q K� W-19 66/80/I[ 91 ST53VMMV 15660 OQS� 9I SB J NA 13 teA 3py�luacP NI 46/b010[ I b 605J VMMb 3 1¢A m.Tn(zA 1i0 P M lv R iI 9t-73 88/82170 SbP v4 S(SJ VMMV 1"-J 8b$.o4�>IfanW - ) It nW _ _ leA J Pht­!I!", �9£Pve,AE St9J Vh4MV SIS-J 9E$OE allanW F-1 Poe bZ 915J VMMV (60L4 QS)4 Hi 309£iV eavag J It W iNA 3J 44. I N _ _ EO/80!1T 9i SISJ VMMV (L499 ffS)[95ZV s¢pa5 —- J It W t[¢A i O 8P ht a I N 6fi(80tTI QnW _ _ I°A l'JPlwS wat it 9c-[ - IaA-D 1 Smap A 9 13 (N.P°n OZP A ^I¢A O P leas male A 9Z-13 1 F�3 AAV vevuaury - 1eQ arta p lna Rt" �2'""ZC as O t a+[eA 9c-tH c/IO a, 0ts(aP°T4P 1 ex lsn Slana08d OUVaNV1S 9t0Z-VZ-E:a31Vcidn S.1N3WlNVd3a 2l31VM H12MOM 121Od 30 Alla