HomeMy WebLinkAboutContract 57941��� ���`�+
��� �'�� €�,��:�°�
n
��� ���x�� ���a�
����"���' ��. _ � � � � ,
�`+� Rfi �'4_ R�'.�
C���'��T
�'��
TI�.� C�l�S'�']Et�JC'�'�t�Iv OI'
���'�s��%� I�r �� ���.� �� �°�� �°�.���,�►s�.��.�
����
�a� ������� ��e �o����
���� ����� ����� �o���
YVtayot ��ty J�/I�raa.ger
��ris �-�a���
��rec�ar, �a�er I�epa�kraz�nt
i��3iarn Johnsar�
I��r�clor, Trarisp�r��i�n a�d �ublgc Works I�ep�ent
�'r��r�r�d for
T�e �it�► �f Fo� ���b
��t�r ]��g�r���t
.�pr�il 2�D22
�r�epcarer� b,�:
��
t��g�� �n�li �
��J� ���AA�A A�Ji r' �d�A.7A�1� ��ll! L` g�l311� lidi�
d' ��� ���_l �� Y II!rl�.L-�1� ! 6D�9 !
($Il� 3�6-�973 � - --� - -
'T�lP7E IliEG # �'���4 C� f � � f�y� �,�
�.,�� . . , '�F��
� � . �',�
�� P.E.
��
!
��.� �����
�1 �f ���t�io���
Standard Construction Specif�cation
Documents
Adapted September 2Qi1
0o ao oa
5TAI�DARD CQhCSTRUCTiON 5PEC7FICATION AOCLRv�ENI'S
Page 1 of 6
s�c�rio� ao �a o0
TABLE OF CONTENTS
Divisio� U4 - G�neral Conditions Last Revised
d0 OS ] 0 Ma or and Council Communication� 07/01/2011
00 OS 15 Addenda 07/01/2011
00 11 13 Invztatiar� to Bidders 07/19/2021
00 21 13 Instructions to Sidders l. I10212021
00 35 1.3 Conflict of Interest Statement Q21241202U
00 �41 OD Bid Farm Q9/3012021
00 42 43 Pro asal Forcn i3nit Price 01/201201.2
004313 B1dBoz�d 09/l.11�Ql7
00 43 37 Vendor Com liance to State Law Nonresident Bidder 06/27/201 i
DO A5 11 Bidders 1'r� ualifications 08113/2011
00 45 l.2 Pre ualifica�ion Statement 09/30/2021
DO 4S i3 Pre ualifcaiion A Iication 08/13/2021
00 45 26 Con�ractor Com Iiance �uwith Wor�Cers' Corn e:nsatio�aLaw 07/01120i 1
00 45 40 Business E ui Goai 10/27/2021
00 52 43 A reement 1].123/2021.
00 61 13 Perfonnance Band 07/01/2011
00 61 14 Pa ment Band • 07/41/2011
00 6T 19 Maiz�.ienance Bond �7101/2p11
00 6125 Certificate of Insurance � 07/01/2011
��0 72 00 Generai Conditions 0 812 312 0 2 1
04 73 QQ Su lement Conditions a310912Q24
Division Ol - Genera� Re uirements Last Revised
�1 I.1 00 Summ of Wark 1 2/2 0120 1 2
01 25 00 SubstiLutian Procedures 0710].12Q11
a131 19 Preconstruction Meeti OS/i7/2012
Q 13120 �ro' ect Meetin s 07/01/2011
01 32 16 Construction Sck�edule 08/13/202J.
O1 32 33 Pc'ecanstruction Video 47/01/2011
0.1 33 (30 Suban�ttals 12120l2012
4135I3 5 ec�alPro'ectProcedures 03/11/2022
0 i 45 23 Tes#i.� a.nd �s ection Services �3109/2020
Ol 50 DQ Tem or Facilities and Controls 0 7/0 112 0 1 1
01 55 2b Street Use Permit and Modi�ications to Traffic Gontrol 03/22/2021
01 57 I3 Starm Water Pollufiian Prevant�on Plan 07/01/2011
pl 58 13 Te�n orar Pro'ect Si a e 07/01/2011
O1 GO OQ Product lte uiremen.fs 03109f2020
O 1 66 OQ Product Stora e and Handlin Re uirements 071� 1./20 ].1
�I 70 00 Mobilizatian and Remabilizatzan 11/22/2016
01 71 23 Construction Stakin an.d Surve 02/14/2018
Ql 74 23 Cleanin 0710 1/20 1 1
0177 19 Claseout Re uirements 03/22/202I
01 78 23 O eration and Maintenance Data 12/20/2012
O1 78 39 Pxo'ect Record Doc�nents Q7101/2Q11
CITY OF FORT WORTfi 'V%Jestsida TII 24-Ineh Wa#er Transition Main
STANDARI] CON9TRIICTfON 5PECiFICATION AOC[JMENTS CiEy Project No. 102$89
Ftevised 1Vlarcte 11, 2022
oa o0 00
STANQAI2.D CONS"I'RUCTTOl�i SPECiFICATI0ir1 DDCUMENTS
Page 2 of 6
Technical Speci�cations which have been modi�ied t�y the Engineer spec��icaZly for this
Pro'eci; hard co ies are incl�ded in ti�e Pra'ect's Contract Dacuments
Division 31 � Ea�rtbwork
3l 10 00 Site Clearin Q3/1712022
Division 33 - Utilities
CITY OF FORT W�i2TH Westside III 24-Tnch WaEer Transition Main
STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS City Project t�[o. 102689
Tievised March 11, 2Q22
on o0 00
STANDA�J7 CpNSTRUCTION SPECIFICATFON DOCLiIV�NTS
Page 3 of b
Tech�.icaI Specificatians listed below are included �or this Project by refere�ce and ean be
�iewed/downloaded frotn the Cify's website at:
ht�p:ll£ortwortht�xas.�ov/tpwlcontractows/
or
https:llapus.foriw'arfhte�as.�ov/PraiectResources/
Division U� �
Q2 41 13
02 4� I4
n��
Condit�ans
Selectiva �ite Demolition
iltilitv Rem.a�+aVAt�axadonment
Last Revised
03/I112022
iz�o�aoXz
n�ln��
Divi�inn 03 - Cnncrete
Division 26 - El�ctrica�
ilivicinn i1 _ �i'.arthwnrk
--•---------- --------- �
��� n� th�z.
�� n � ����
7 Y� �B�V� , n7 /10-r,zo.rni�..r
�� �.,...t,.,,�1..,.�...+� . ni !�� o!� ��3
3125 00 Erosion and Sediment Con.tral 04/29/2021
3 1� � Y h!'i,�z
21� 1'1 Mz�-zvlf�=v z�
CITY OF FORT WOIZTH � Westside IiI 7s�-Tnch Water Transitian Main
STANDAKD CONSx12Y3CTI0Ai SPECIFICATION DOCUIV�M'!'S City Project No. 162689
R�vised March 1 i, 2022
D'rvisian 33 - Utilities
��
�� n�
�-9��
��
2'2�
7� n,�� Y 1
33 0� 12 Ma esiutn A�ode Cathodxc Protection S stena
��
33 p�4 �-0 Cleanin and Acce tance Test�n of Water MaizXs
�3-AA-��
33 OS 10 Utili Tren.ah E�cavation, Embedmant a.nd Backfill
��-'�-'�-'T� "
33 OS I3 Frarne Cover and Grade Rin s
� I
33 OS 16
33 OS 17
�� as za
33 OS 21
33 05 22
33 45 23
�-9�4
�-9�g
33 OS 30
33 11 Q5
33 T1 10
33 11 l.l
33 l I 12
33 11 13
''� � 1�
��
��
33 12 20
��
33 12 25
, � a
� a baMv
Concrete Water '�'aults
Concre�e Co1laz�s
Tunnel Liner Plate
�teel Caszng Pipe
Hand Tunnelin�
Locatzon of Existing Utiliti�s
Bo[ts, Nuts, and Gaskets
Ducti�le Iron Pipe
Ductilc Iron �itkin
Palyvinyl Chlaride
Concrete Pressure]
C) Pressure Pipe
Bar-Wrapped, �teel
Resilient Seat�d Gate Val��
Connection to Existin� Watar Mains
arrn���r�o
ns n,�,r� 7 ��L
n� ��� y�z
t � r��:�gx�
� � l�r�rzv�viz
�A��'1'z
12�Z�/2� 12
n� 1n����nt�
02/06/2013
� ��
Q�/D21202I
1 �] f�7_�rzohl��
i��os�zozi
Ls� n�1�+�
12l20/20.12
03/ll12022
I2/20/2fi.1 �
12f2Q/2012
i2�za�aozz
12/20/2012
ntir�� r�x�
, �,���
12/20/2012
12/20/2012
12/20/2012
o��ao�2ai7
ll/1fi12a18
12/20/2012
Y'1 /'1�z
Ll'7 /1�F_'+L.
t rf 1'���
OS/OG120I5
n����r�nYn
�,-��
02/0612Q �3
C!'I'Y QF FORT WORTH Westside III 24-inch Water Transition Main
5TAI�IDARb CONS'i'�UCTIQN S��CIFICATION DOCUMENTS City �roject No. 1026$9
Revised March 11, 2022
DO UO Ofl
STAr[014Rb CONSTRUCTIOI�'! SP�CIFICATION 1?OC[FNI�['�'S
Page 4 of 6
00 00 oa
STANDARD CONSTRUC'�ON SPECIFICATIOt�! DOCUM�IJ''I'S
Page 5 of G
33 12 30
���
��
33 12 60
��
'2 2�
��
�-�-��
Cambination fyi.ir Val.ve Asseznblies for �otable Water
S�an.dard Blow-off Val�ve
1 2/2 012 0 1 2
n � rn�n�
, � ��nr�ny �
-�o� L�F
Ob119/2UI3
������
��/�nl�n1�
��
n n »v-nz� �rivi i
n�f�� n��
��
�
�
�
�
� i
� r
� �
.,.
. _.
, �.
0
0
0
,. �.
, � i
. � f
.� �
�� �
, i � �
!_• � � .,...�..�...,.._..._�.�-,=...o.:
Precast Concrete Max�holes
■
_ �
- - -� ----- -- � -
a �
iTi�G7iT �
� �
�, _ a
� �
� �
1 1
, ,
� �
�, . .
� � .
. �
�
, . .
, .
� � �
� � �
� a
� �
� o �
CITY OF FQ�T WO�tTH Westside SSI24-Inch Water Transitian Main
STANDARD CONST�iUCTIOI�i SPECIFICATTON UOCUII+I��fTS City Project Na, 1D2689
Itevised March 11, 2U22
00 00 oa
STANDARD CONSTItUCTION SPECIFICATION DOCCIMBN'I`S
Page 6 af 6
Appendix
GC-4.02 Subsurface and Physieal Conditions
� Geotechnical Enginesring Study (GM7 Repart 131-21-184)
� CulturaI Resources Desktap Analysis (lE5 �'roject Ref 44.080.091)
o Waters of the Unii:ed States Delineatian. Report (IES �'roject Ref: 04.Q$O.Q91)
� Section �k04 af the CWA Pertx�it Assess�ent {IES Project Ref 04.080.091}
GC-4.04 Und�rground Faeilities
� Test Ho1e Da�ia — Test Hole 6A
� Test Hole Data — Test Hole GK
• Trsnity Ran.cla D£f �ite Water Main, Section I, U.S. 80 to Trinity Ranch, X-9344
GC-6A6.D Business Equity Complian.ce
� Business Equity: 5pecial I�n�tructiaz�s faz Biddexs
� Busin�ess Equity: Utilization �'a� .
� Business Equity: Prime Contzact�r W'a.iver Form
o Business Equity: Good Fait� Effort
• Business Equity: Joint Venture
• Business Equity: Letter of T�itent
GC-6.07 Wage Rat�s
� Heavy & Highway Canstruction Prevai�ing Wage Rates 2013
� Cammercial Construction Prevailing Wage Ratas 2013
GC-6.09 Permits az�d Utilities
o Tazxant Gounty Utility Permit
� Tz�DOT R.O.W. Permit
� TRWD Crossing Permit
� Barne�t Gathering Crossing Agire�ent
� Enlink Mids#ream Services Crrossing Ageerner�t
� Energy Trar�sfer Company Czassing Agreement
GR 01 b0 00 Product Requirements
� City Approved Product L'zst
� Cathodic Prroteetion Design Report
END OF SECTION
CIT'Y QF �ORT WORTH Westsicfe ITI 24-Incf� Water Transition Main
STANDARD CONSTRUCTIdN SPECLFICATTON DQCUMENTS Ciry Project No. 102689
Itevised MazcE� 1 F, 2022
715122, 'E 1:33 AiUI
M&C - Council Ag�nda
Ci�� o�° ��Yr` �or�l�, Texas
�ayo� an�l �o����d ����������ior�
DATE: Tuesday, June 28, 2022
LOG �'AhIIE: 60VI1S11124WM-REYES
REFERENCE h10.: **M&C 22-Q478
Sl1BJECT:
(CD 3) Authorize Execufiion of a Gontract wiYh R�yes Group l.f�., in the Amount nf $3,488,888.88 fior
W�stside I II 24-inch Water Main, Provide #or Project Costs for Project Total Amount of $3,911,777.00, and
Adopt Attached A�propriation Ordinanc� to Effect a Portion of Water's Contribution to tF�e F'iscal Years
2022-2026 Capital lmpravement Program
RECOMIVIEI�DATIQN:
lt is recammended that the City Council:
1. Authorize execution of a confract with Reyes Group Lf�., in the amounf of $3,488,888.88 for the
Westside II I 24 — inch Water Transmission; and
2. Adopt tl�e attached appropriation ordinance increasing estimated receipts and appropriations in the
Water and Sewer Capital Projects Fund, in th� amount of $3,911,777.00, from available funds, for
the purpose of funding the Westside lll 24° Water Main project (City Praject Na. 102689}, and to
effect a partion of the Water`s contrii��tion ta the Fiscal Years 2022-2066 Capi�al Impro�ement
Program.
DISCUSSION:
The Westsic�e Ifl 24-inch Water Tra�smissian project from Chapir� School Road I I.H. 20 interseciion
9,600 feet westerly was advertised for bid on April 14, 2422 and April 21, 2D22 in the Fort �lllorth S�ar-
Telegram. �n May 19, 2022 the following bids were received:
�I�D�R AI�OUiVi ��nN� O�
COfi�1PL�ilON
Reyes Croup L,td. ���4gg�ggg,gg �� $ alendar
Y
William J. Schulfiz, inc. dba Circle C �4,204,928.00
Construction Company
S.J. Louis Canstruction of Texas LTD $4,241,52�.�8
Mountain Cascade afTexas, LLC $4,531,155.00
In additian to the contraet cost, $248,444.0� is required fior project management, inspection and material
testing and $174,444.00 is provided for project contingency.
It is the p�actiee of the Water Department to appropriate its CIP plan throughout the fiscal year, insteac� of
within the annua[ budget ordinance, as projects commence, additional funding needs are identified, and
to cnmply with bond covenants. The actions in the Mayor and Council CammunicafEon (M&C) will
apprapriate funds in suppart af the Water's partian ofi the City of F'art Workh's Fiscal Years 2022-2Q26
Capital Improvement Program, as follows:
GOWS11124W11ApR�YES
Capital Project �Y2022 CIP IlAuthorifyl �udgef
Fund Name �lame �ppropriations Change
R�vised
�'Y�0�2
�udge�
apps.cfwnat.orglecouncillprintmc.asp?id�34032&print=true&docType=Print 113
715122, 11:33 ANf
Nf&C - Council Agenda
(Increasel
�ecrease]
:
Capital
Projects
Fund
1 D2689 --
Westside IIl
24H Water
Main
$fl•�flllThis M&C��$3,911,777.00��$3,911,777.00
Funding �s currently a�ailable in th� Unspec9fied-All Funds project within the Water Capital Projects Fund
for the purpose of funding tr� Westside I11 24-inch Water Transmission Main praject.
Funding far the Westside Ifl 24-inch Water TransmEssion Main are as depicted below:
�und �xisting r4ddi#ional �,�.o��ct 7otal*
�4ppropria��ons �4ppropriations
W&5 Re� Bonds 5eri�s 2421 �.� gg�,373.00 $0.00 $1,892,37�.00
— Fund 5�019
Water & Sewer Capital Project �d �p $3,911,777,40 $3,9'f1,777.00
Fund — Fund 56002
Project Total $1,892,373,00 $3,911,777.00 $5,$d4,154.00
*Numbers rounded for presenta#ion purpos�s,
Business Ec�uity: Reyes Group Ltd., is in compliance with the City's Business Equity Ordinance by
committing to S2 percent Business Equity participation on this proj�ct. The City's �usin�ss Equity goal on
this praject is six percent. Additionally, Reyes Group, Ltd. is a ce�tified MIWBE �rm.
The project is loc�ted in GOUNCIL DISTRICT 3.
�[SC�4L IiVf�ORMA7101`! I C�RTIFICAT101V:
The Director of Finance certifiies that funds are currently avaifable in the Unspec�fied - All Funds within
W&S Capital Projects Fund, and upon approvai of the abo�e recammendations and adoption of fhe
at�ached appropriation ordinance, funds will be available in ths W&S Capita[ Prajects Fur�d #or the
WESTS[DE III 24° Water Main project to support the appro�al of the aba�e recommendations
and executian af the contracts. Prior to any expenditure being incurred, fhe Water Department has the
respansibiiity of �erifying the a�ailability of funds.
FUND IDEIVTIFIERS ��lDs).:
YO
Fund �epartment ccount �roj+
ID 1D
ndl �eparfiment
I�
CERTI�{CATI0�4S:
�rojec� jProgram
Id I
Submitted for City IIIf9anager"s Office by_
Or�ginating �epartment Head:
Additional Infarmatinn Contact:
ATTACHM€iVTS
apps.efwnei,prglecouncillprinimc.asp?id=30032&prinl=true&DacType=P ri nt
�cfiivity �udgefi
Year
�cfivi� �udgefi
Year
Dana B�[rghdofF {8018)
Chris Harder (5Q20}
Wa[ter Norwood {5Q26)
Reference # mou
Chart�'ield 2)
Refer�nce # Amou
'�hartfield �1
213
7Ib122, 11:33 AM
M&C - Council Agenda
9. 60WS11124WM-R�YES 1295.�f {CFW Internal)
2. 64WS1 24WM-REYES Compliance Mema.pdf (C�W Internal)
3. 60WSI1k24WM�REYES FID Table {WCF 06.02.22).x�sx (CFW Internal)
4. 60WSlf124WM�REY�S MAP.pdf (Public)
5. 60WS1 124WM-REYES PBS CPN 102G$9.�df, (Public)
6. 60WS11124WM-REYES SAM.pdf (CFW Inter�al)
7. fi0WS1112�4WM�F��Y . ocx (CFW Internal}
8. 60WS1112 -REYES 002 AO.doC (Pu�lic)
apps.cfwnet.orglecouncillprintrnc.asp?id=30032&print�true&i]acType=Print 313
0 0
0 0
r� r�
r r�
r r
�i �
H H
�Jl �
n� M
�
N N
N �N
O O
W W
� �
� �
0 0
� �
�o cn
N S�!
O O
r-1 H
O
e-I
0
�
�
v
0 0
°' � v
s o 0
F
� � �
0 0
ize
��r]
�_y N f V
w O O
� l0 l6
�/'1 �17
7(((���
� N N
3
o ,
�
0
0
�
n
�
ri
a
�
(�'7
�
�
m
�
� O
� �
n
� „-�
z o
a o
�
0
�
Q�
� U �
�
i � V
v�1 � N '+' � O � L
O O O � t/1 � �' �
U V l] N '+�
C � +• � W
� v�1 t'�i� U~� U � m
U
� 9 O ro
Y��� 1 n v V ��
� �
� � � � � H a � �
o �f o o a o0 0 0
o� o 0 0 00 0 0
1� I� Lf7 N Q W d' O
i. rn n rn o0 oa � o
i. c� m n rn co ct o
�-i o' n vi .-i oo' v t+�i
� v m d n� oo r�
Cf7 H V +-i
+nlvrl-v�lv�l+/Fl+hl�r
m rnlrn�m�rn rn rn m
Q1 tl� Ch Ol ff1 Q1 O1 Q1
Ol Ol Ol al �31 � Q1 Ol
Ol O1 O1 41 07 U] Q1 pl
O O u3 [1' V C7 O O 7`
W W W OA 00 W o'� U7
n n n n n n n n �
� � � � ,� � .� a
o a� o o Q o o �
u
w� o�a o�o o�a o�o o�o a�o a�o a�a o�o
n. to �o �o �o �n cn �o io � w
�- N m N N N N[V N N N (�F
Z O � O O O O� Q� O
� �
O O O ri r-I O O d O N O
rl H +--I Q O O Lf) r-I •--[ O O
a o o�.� �n m o o.-i o
,-i ,-i � o a o 0 0 0 0 0
a--I �--I rl c-I r-1 M M � d' �/} l0
� co co �.1 m m n r� �n o
� v �t ul �n ul �n �n u� vt r�
� � v � v v � a � �
0 0 0 0 0 o a o 0 0
� � � � � � � � � w
0 0 0 0 0 0 0 o a o
N N N N N cV M N M N rV
C] p O o O� O o 0 0 o O
O 4 O O O O O O O O O
t0 kO tD l0 lO l0 ifl [fl lfl lD l0
tll Lfl �/1 �/'1 �/'1 u7 uT �1 L(1 lfl N
Cn�u7��' I`'.;'. tu7['7��0�����
�������� ��. °�
���
v�����i�� �ii ���i��� �,����
��t�s�i����n� ����
City Project No.102589
Add�ndur� R�o. � Is��ae �a��: �pril ��, 2022
�id ���eipt D�t�: Il�ay 19, �o��
This addendum forms par� af the cantract dacuments re�erenced abo�e ant� modifies the
original Contract Docurnents. Ackr�awledge receipt of this addendum by signing and
attaching it to the Con#ract Documents {inside cover). Nate receipt of the Addendum in
the Bid Form and on the outer envelope of yaur bid.
Failure to acknowledge the receipt of Addendum No. 1 could ca�se the subject bidder to
be considered "NON-RESPONSIVE", result�ng in disqualification. A signed copy af this
addendum shall be placed inta the proposal at the time of bid submittal.
AiTAG1�R9�Al�S �� YHIS Ap�€IVDUR9:
Section 00 21 13 - Instruction to Bidders
Section 00 45 40 — Business Equity Goal
Business Equity: Special Instructians for Bidders
lAI�BI�IVs�i4 �'I�i�l:
1. A reduced version of ihe plan set is pro�ided to facilitate the viewing af the plans,
see the link shown below. The file name is "Reduced Size Wesfside lll 2�41nch
Water� Transmission Main Plans". Because of the redueed file size, this version
of khe plan set has a slight reduction in image quality.
htt s:lldocs.b360.autodesk.co Isharesla84fi7ea6-S35�-4a7a-849c-
0279c5b5239e
P��AS� i�1,4K� R�OT� �F TFi� �OLLOI�IIAlC� ��'1/15I�R��:
S��CIrIC�9 iIOAI �4N9 COli�iR.� Ci �BCUfi��R'iS:
2. Section 00 21 13 — Instruction to Bidders
Replace Page 6 of Section 00 21 '�3, Instruc#ion ta Bidders, with the attached
rerrision. A link was added to specify where the project's addenda will be posted
within the City's electronic document management and collaboration system.
ADDENDUM NO. 1
3. Section DQ 45 �0 — Busin�ss �.auiiv Goal
Replace Page 1 of Sectior� 00 45 40, Business Equity Goal, with the a#tached
revisRon. The cify's business equity goal of E% was added.
4. Business E uit : S ecial Instruction for Bidders
Repiace fi�e Business Equity Qivision Specification, Special Insfructions f�r
Bidders, in its entirety with the aitached revisinn. The project is city funded and
has a business equity goal of 6%.
Rerre'i�t Ac�wledge� , � �
BY: - ,��'+��
.. �,�-�
;+
Campany: _$�.d r��r a�yr� � Y�
��.
Water Depar#men :
�•
$y; � ��� s���
Tony � olola, P�
Assis#ant Directar,
Capital Project Delivery
2 ADDENDUM NO, 1
/4���R�DUN1 nl�. 2
���
���7�ID� 11124-If��f� �I�e�E�
i�����YI��1�R� IIdIQrIR�
City �roject No.102689
�dd�ndur� N�. � I��u� ��te: �ay '� �, �8��
�id ��ceipf D���: �fl�y 19, ����
This addendum forms part of the contract documents referenced above and modi�es the
original Confract Documents. Acknowledge receipt ofi this addendum by signing and
attachfng it to the Contract Documents {inside cover). Nvte receipt af the Addendum in
fhe Bid Form a�d on the outer en�elope of your bid.
Failure to acknawledge the receipt of Addendum No. 2 could cause the subject bidd�r to
be considered "NON-RESPONSIVE", resulting in disqualification. A signed copy ofithis
addendum shall be placed into the proposal at the time of bid submittal.
�4��'�4Cb�9�'A1TS i0 iH15 AD�i�f��Ufl�:
5ection 00 42 43, Page 1 R
Pre-�id Meeting Minutes
Pre�Bid Sign-In Sheet
��AI�IFICAi1BN.
1. 7he contractar shall observe the expected working pressure for each pipe material
specified on sheet 1 of the plan set.
2. The project does not require mortar on the inside of the jofrtts
3. The engineer's opinian of probable constructian cost for the project is $4.95M.
4. The number of working da�rs for the project is 300 days.
5. Select backfill is to be used fior the wafer line and is currently subsidiary to the pipe.
6. The contractor shall abide by the TxDOT R.Q.W. permit under section GC-6.09
Permits and Utilities in the appendix af ihe cantract doeuments.
7. Per Spec 33 1'[ 13restrained Joints shall consist af welded joints or snap rings. If
snap rings are used, they shall be manufactured by Hansan, or approved equal.
8. Grouting is not required inside the annular spac� between the pipe and casing.
AD�ENDUM NO. 2
PL€AS€ MAK�' NO�E OF il-PE FOL�OWINC F7�V1SlONS:
5PEC1�lCATYON AMD CONiRAC'� UOCUM�'WT3:
Section Oa 42 43 — Pro�osal F'arm
A. Replace Section 00 42 43 Proposal F'vrrr� in iks enfirety with the a#tached
revision.
B, Bid item no. 9 was re�ised to 3312.�42� 1 2�4" x 12" Tapping Sleeve & Val�e.
The bid quantity was increas�d to 2.
G Ths bid quantity for item na. 22 was changed from 71 to 7�.
Recpipt Ack�ledged: � ''
p
By: ____
Company: � s �po�.a �.�
Water Depar�ment:
By; -� ��l -�r�,:
Tony SiiQlola, P�
Assistant Direcfor,
Capital Project Defivery
2 ADDENDUM NO. 2
A�]I���D�If�I i��. 3
ro�a
1�4!l�SisldE III ����f��H ►�lAi�R
�RA{��M11��ION f�1AIR�
City Praject Na.1 �2689
AddendUm No. 3 Issue �a�e: Il�ay ��, �0��
�id Receipt �a4e: I�I�y '19, �0��
ThFs addendum farms part of the contract clooum�nts referenced abo�e and modifies the
original Contraci Documen#s. AcknowE�dge receipf of this addendum by signing and
attaching it to th� Contract Documents (inside cover). Note rece�pf of the Addendum in
the Bid Form and an tf�e ouker envelope of your bid.
Failure to acknowledge the receipt af Addendum No. could cause the subject bidder to
be ca�sidered "NON-R�SPONSIV�", resulting in disqualification. A signed copy nf this
adde�dum shall be placed inio the proposal at the time af �id submittal.
AiTACNMENTS TO THIS ADDENDUM:
Pre-Bid Meetirtg Minutes _Page 1R
CLARfFICA iION:
The time allowed fQr this projecf �s 300 Calendar �ays,
PLEASE MAKE NOTE OF iHE FOl.L.�WING REVI3IONS:
Page 1 of the pre-bid rr�eeting minukes were revised to reflect the tim� allowed for the
proJect is in calendar days.
Receipt Acknow�e�lged: Water Department:
B �, ._ ��; � `'- - � By: IZ � �Q�.
Y� � � _ • �« ��
�-� � Ta y Shalola, P�
� � Assistant Director,
Company: .��Gf �d �`� Capital Project Deliv�ry
'E ADDENDUM NO. 3
�
:�: ��
� �
fepgua nall & perking
1l��ETI�V� �191�I�I��S
Weekday: Tuesday pate: 05/1 Q/2022 Time of Meeting: 9:OOam Project No.: FTW 20303
Projecf Plame: Westside III 24" Wc�ter Transmission Maln Sub�eet: Pre-B1d Meet
� . _ � w .. -- �i� �� �� iai -. _ __ -
P�i�5�Ni Ai M��TING: Billy Hockensmith -- Acadia 5ervices zach Irwin — Woody Contractars, Inc.
Adam Lunsford — SJ. Louls Brenda Eustasio -- TNP
Cody Sears — Mountain Cascade of Texas William Klump -- TI�lP
Walter Norwaod -- FTW Ramtin Serajian — R�yes Group
Jesus J. Lc�jpra — Alliance Geoservices
o�� ��, - ...�.�. � �
Dl5��iIBUi'IC?N: AI! attendees
��,,.�� �� ��.,..�--,,,�...�•� �� ,�.����.....�
PR�PAR�� �Y: W5K �A'�� OF R�PORi: o�/� 2/2a�2
The ioqowing summallon �epre:enls our Interpre►uibn of iha Ifems discussed m the reierenced meeltnQ� Any persons deslrMg lo comment an or correcl tha minules pre
requmsied fo pu1 fhekr commenl in writfng to 7eague Nall and Perklns, Inc, wNhin 10 days ofi fha cfata a# fi�e repor�. blhervrlse the minutes wlll sland as wrilten.
N�w s�asit��ss:
Item ]tems for �iseusslon
1 Brendn ancE Walher provided p brief descrlptlon of the projecr for tfra conrractors then proceeded to answer questions recaived.
f�; Why "project speciflc" note on plan sheet 1 of 61 requ[re l 00psi working pressure vvhlle s�sec 33 1 i 13 p. 2.2C.1 e.8 culls for
2 150psf pressure dass and whlch canlrals$
A: The contra[Iar shatl observe the expetted working pressvre for each pRpe mr�Teripl specifted on sheet 1.
Q: Spac sectEan 33 1 1 13 para 3.4.C.3 requires mortdr pointfng of Inner annulqr space of CPP joints� With the use af inetalized folnt
3 rings, cpn mortar pointing be elfminated�
A: The pro�ecl dnes not require mortar on the insfde of the �oints.
4 Qs Whpt is the englnesrs estlmate or the cffy budget for titis prajeel?r
A:7he engineers astlmafe for ihe project Is $4�95M.
� Q; hlumber of working days appears to be 61ank in the speciflcatlon please updafe.
A: The time ailowed for ihEs projecl is 300 Cqlendar bays.
6 Q= C?n the bid form, is the 2-0"xl6" tapping s{eave and valve mec�nt to 6e a 2A"x12"�
A; Yes, pleuse reference plan sheet nn.2dQ The bld form wlll be updated to 2-2d"Xi 2" tapping sleeves as parf of Addendum #2.
Q: The wafier plpe it�ms all read like ihey include "selecfi l�ackfill". Is the intent to haul of a11 excav�ted materEnl and impart selec! flll�
7 What if the exea�ared Rtaterlal 1s suitable far �ackfkll$
A: Selec� backflll is to 6e used fdr the waler line and fs currentiy subsidiary to the p]pe.
8 7he contraclars expressed that they wanFed a sepa►a�e bid Item for select baekFill, and that ihe cliy might get a better price with o
cublc yard select bockffA quantity.
Q: What are the TxDOT requlrements for the projecl�
9 A: The toNracFor shall abide by the TxDQT R.Q.W. permit under section GC-6.69 Permits and Ut9llties in ihe appendlx o( }he contrqct
doc�n�ents.
10 Walter informed Ihe cantractars ihdl the projecl is not wlthin city fimits and na taps or services wlll be Installed.
1 1 Supervisiwt from a 7xb07 representative wlll be reqvlred when working within Txb07 R.O,W.
12 Traffic control nnd barrler walls shqll 6e bid subsidiary to Iha pipe,
A q�eslion was raised if snap rings wauid be allowed on bar-wra�ped pipe,
13 A: Par 5pec 33 1 1 13 restralned �oints shall consist af weldecE (oints ar snap rings. If snap rings are used, ihey shall 6e manufactured
6 Hansan, or a roYed e ual.
Paqe 9R
�
� ` ��
�
te��ue n�ll & �erkins
IV���TIR�G MIR�����
Weekday: Tuesday Dc�te: 05/10/2022 Time of Meeting: 9:OOam Project No.: fTW 20303
Project Name: Westside 111 24" 1Nater Transmission Main Subject: Pre-Bid Meeting
��i�5�Ni d,i ME�iIW�: Billy Hockensroith — Acadia 5ervices Zach Irwin — Woody Contractars, Inc.
Adam Lunsford — 5.1. Louis Brenda E�stasio — TNP
Cody Seqrs — Mountain Cascade of Texas Wi{liam Klump — TNP
Walter Norwood — FTW Ramtin S�rajian — Reyes Group
Jesus J. Lajara — Alliance Geoservices
�ISTItIBUTIAId: All attendees
PR�PAI��� BY: WSIC �AT� O� R�PO�i�: 05/12/2022 --
The follawing summation represents our lnterpretat9on af the items diswss�d a+ the referenced meeting. Any persons desGing to comment on or correct the minutes are
requested to put their comrnent in writing to Teague Nall and Perklns, Inc. withln 10 days of the date of the report. Olherwise the minutas will stand as written.
Pl�W �USII��SS:
Item Items for biscussion
1 Brendti and Walter provided a brief descriptian of the project for the contractors then proceeded to answer quesrions received.
Q: Why "project specific" note on plan sheet 1 af bl require 100psi working pressure while spec 33 1 1 13 p. 2.2C.7 e.8 calls for
2 150psi pressure class and which wntrols�
A: The eontrpctor shaN observe the expected working pressure for each pTpe material specified on sheet 1.
q: Spec section 33 1 1 13 para 3.4.C.3 requires martar pointtng of inner annular space af CPP [oints. 1�Vith ihe use of inetpilzed joint
3 rings, mn morfpr poinfing be eliminated3
A: The project does not require mortar on the inslde of the joints.
4 Q: 1Nhat is the engfneers estimate or the c9ty 6udget for this proj�ct�
A: The engineers estimate for the project is $4.95M.
5 Q: Number of working dc�ys dpp�drs ta be blank in the specification please update.
A: The number of working days for tf�e projett is 300 days.
6 Q: On the 6id farm, is the 24"x15" tapping sleeve and valve meant to 6e a 24"x12"�
A: Yes, please referance plan sheet no.2�40 The bid form witl 6e updated to 2-24"X12" tapping sleeves as part of Addendum #2.
Q: The water pipe items all read lifce they include "select back#ill°. Is the intent to haul af all excava#ed matarial and imporfi se4ect fill2
i What if the excavated material is sultable far backfi118
A: Select backfill is to be used for the water line and is currently subsidiary to the pipe.
� The contractors expressed that they wanted o separate hid item far select backfill, and tE�at the ciiy migh# get a better price with a
cubtc yard select ba<kfill qvantiry.
Q: Whot are the Tx�OT requfrements #or the praject$
9 A: The controctor shal{ abide by the TxDOT R.O.W. permit under section GC-6.09 Permits and llttlities fn the appendix of the cpntract
documents.
10 Walter lnformed the cpntractors that the pro�ect is not w[thin city Iimits and no taps or services will be installed.
1] 5upervision from a TxDOT representpfive will 6e required when working wifihin TxDOT R.O.W.
T 2 Traffic contro3 and barrier walls shall be bid subsidiary to fhe pipe.
A question was raised if snap rings would be allowed on bar-wrapped pipe.
13 A: Per 5pac 33 1 i 13restrained �oints shall conslst of weided joints or snap rings. If snap rings are used, they shall 6e rnanufactured by
Hansan, or a rovad e ual.
Paqe 1
�
��
�
tewgue ndEl & per�ins
����"IiVG �J41NlJTES
14 The MWBE goal af 6% was qdded as part of Addendum #1.
15 A question was raised concerning how mueh trench is allowed to be open when instailing HDpE within ihe TxDOT R.O.W.
A: 260 feet of open trench will be qllowed fo 6e open at nnce.
15 The cancreta pavement repair quantEty will need to be updated from 71 to 7A as part of addendum #2.
i 5 The deadline for questipns will be May 1-0, 2022, 5 days before the bid opening,
Pa�e Z
�
� m �
u
6 � �
.� � �
�
�
�
a
�
�
�
�
�
�
�
I"'
�
��
�
�
��
�
�
�
,,
.�
� � ,�
� 4 � .
w
� � � '�
� � � 5�
�`. � � � � :�
� � V � , � � ,!
� `� �€ � � ��" � .
' � � � �1 s
d � � � _ �� =;
� �. �'J � \ � � : 4,
� 3 � - . . �'
� � �, _.� �,. �. �
� �-� .
� � � � try, -r.
�� < <
_ � � 1 � � •�.�
� �� � � •�! � _ s
� � �I
' � � � �-_ t� .� .- ' �
� � � � � � � "� - i
� � � � � � �_ � r
� � � �
� ti � � � � ' a �
�" � Cf � � -9 : .
pa � i' - �, � ac, � - � .
.� '1 1 x,� �° �1 � r., �� 1
� �VI '� �°h` w ��. � � ` �� � �I
i��t �
� �
� � � �
� p � � ,,
�h �
� � � �� ��
� � u �.
f
� � V � _i ' i � ,'
� . ) � � Cd �� e� k,
� ' � `-� ` ) �
L , � � � �� i - - �_ , _
� � �c � � - ..
� S
�. '
�
� 1
5 � I - .
� 4 '�
�, �l • -
` " � r -- ` 1
� '^` ` �
� �� � � , „
� � �,
[,
` :�
�. � �-�- �
� `� � 1 a � �' � "�
� � � � N }3', _ j
�
.�
�
�
�
.�
.�
�
�
�
�
�
�
a
�
�
�
�
�
�
�
�
�
�
�
�
��
ri�l
� �
i1L'i
�
��
�
- �
� �
�` �
.�
�
�
�
..
�
F
�
i�
�
�
�
�
�
�
s
�
�
�
�
i-�-- _
� �
r�s��:-,�==.t�+�r
�Illinoriiy �usiness �nfi�rpris� �Ni��)
R�ye� �roup, ��d.
i����5 ��°��il�' ��C�o
has filed with the Agency an Affida�it as defined by NCTRCA Minori#y Business Enterprise (MB�) Policies &
Procedures and is hereby certified to pra�ide service(s) in the fo[lawing areas:
NAICS 23711fl:1NAT�R AP1D SEWER LIN� AND RELAi�� SiRUCTUR�S CONSTRUCYION
NAICS �3�310: ASPbAL� PAVING {I.E., HiGH1ii6RY, ROAQ, STR�ET, PUBLIC SI�EIlUALF�}
iVAICS �3�'990. 07'HER Fi�AIIY AND C1VIL ENGINEERING CON'S7RUC�ION
NAlCS 238110: POUR�D CQNCRETI� �OUNDATIDN AN� STRUCiIJ�� CON7RACT�RS
NA1CS Z38140: FiflASONRY CON�RACiD�S
NAfCS 33�910: SIT� P�LPARAiION CONT�CYORS
7his Cerfification commences August 21, 2020 and supersedes any registration or listing previously issued. This
certification must be updated every two years by submission of an Anr�ual Update Affidavit. At any time there is a
change in ownership, contrnl of the firm or operation, notification must be made imrnediately to tF�� No�th Central
Texas Regional Certification Agency for eligibility e�aluation.
Certification Expiratior�: August 31, 2022
lssued Date: August 21, 2020
CERTIFICATION NO. HMMB67953N0822
�. � , 1 /
s
�
CerEification Administrator
���� �������
��s�n���. ��uity �i�ision
LET?�� 0� INi�N�
�e, �u��n�ss �quii�r �ti�-���cfioClCansui�ar�f [��ir��or�;
A os�iifi�d �usi�ess �aulfv firm is owr�ed by � Mi�arn� or Wom� 6us Err���se �MMJ��]
P�OJECT #� �1D � �
(IiAppliCeblO Pbeeae Chedc D�ta)
1�118fIdr7t8�lt � C�1�e OTd'8� ❑
[Pursuant to the City of Fart Worlh's Business Equity Ordinance, certified Business Equity firms participating under the Ordinance musi be
cerfifled priar to recommendation of award in order ta be counted towards the Business �quity contract goal. Certifying agencies
acceptahle by the City: Narth Central Texas Reg9onal Certiiication Agency (NCTRGAj, DallaslFort Worth Minority Supplier
Development Council, Inc. (DFW MSDC}, Women's Bus9ness Council - SouShwest (WBCS), or the Texas Department of
Transpar�ation (TXDOTJ, Nat�: For Federally-Funded prajecls khe firm must be cerfif�ed as a Disadvantaged Business Enterprise (DBE) by the
NCTRCA andlor TXD�T only.] All �E�{ds �f� R6��11� - Da rnot I��Ve bf�ik.
1. fVame of Project: We5t5ide I I I 24" Water Transmission Main _
2. Name of OiferodPrime Contractor. �eye5 GroUp Ltd.
3. Name of Business Equi#y 5ub-ContractorlConsuitank:
Address:
Firm Contact NamelPhone:
4, The undersigned is prepared Ea perform the following described wark andlor supply the material iisted in conneclion wifh the above projeck
(where sp�licable speciiy "supply" ar "install" or both):
Af S.,�w►: In ihe amount of �
Type or Print Name (Oxmed Au�harized Agent ot Certified Busineas �qul� Firm�
Signature (Owner fAuthorized Agent of Certified Buslnes5 Equityl Firmj
jEmetl Addressj
B. A�id��+4 ofi ��el�rim�
{Name of CerlEfied Business Equiqr Sub�ConsulEani�Co�ulta�}
(Date)
{Phpne Num6er}
I HER�BY DECLAR� AND AFFIRM that Mal'C05 G. R�ye5 am the duly authorized representative of
(O�snedAuthorized Agent)
Reyes Group Ltd and that I have �ersonally reviewed the material and facts
�hleme ot OfferorlPrlmej
set forth in this Letter oi ]ntent. To the best of my knowledge, infarmation and belief, the facts in this torm are true, and no
material facts i�ave been omitted.
pursuanl to khe City of Fort Worth's Business Equity Ordinance, any persoNen#ity that makes a#alse or fraudulent siaiemenf
in connection wilh participatian ofi a certified firm in any City ai Fort Worth contract may be referred #or debarment
procedures under the City of Fort Worth's Business Equiiy Ordinance.
I do solemnly swear or aifirm that the signatures contalned herain and the informalion provfded by the Of�erodPtime are true and
correct, and thaf I am authorized on behalf of the OfferorlPrim� to make ihe a�davit.
Marcas G. Re es
{Ou�e r1s8d Agentj Ty vr Pr ame
1'
($ e of Ownerl t oriz Age
rcosg@reyesgroup.com
(�tnai! Addressj
1520 F'arker Road, Grand Prairie TX 7505U
�0 ror dme �ess}
�/ � �'% 2; �..
(Datej �
214-Zso-3�3�
(Phone Numherj
Depar�ment ofDiuersiry and Iaclvsion
Business Lquity Divisinn Effective O110il2021
Ewail: . . -- '-�' """ '""'� Aevised 07/01/2021
Ph:817-392-2674
������ �����
,
March 25, 2022
Reyes Graup LTD
1520 Parker Rd
Grand Prairie, Texas 75050
Attn: Mary Reyes
RE; PREQUALIFTCATION RENEWAL FOR PAVING PROJECTS
City of Fort Worth
Dear Ms. Reyes:
The City of Fart Worth Department of Transpartation and Public Works has reviewed the
material thai y�u submitted fflr prequalification renewal to perfarm street paving in tha
City af Fort Worth. This letter is ta advise you that Rey�es Group LTD., Inc
has been deemed quaIified to bid upon and perform the following type(s) of street paving
improvements:
Cdncrete Pavi�g Constructian/Reconstruction �Unlimited
Aspl�alt Pavement Construc�ionlReconst�-uction Unlimited S�.'
This prequalification is effective March 1, 2022 and your project bid limit is
$1�41,1b3,510.00 based upon the submitted financial statement. It shall rernain in piace
for two (Z) years as long as you reinain in good standing with fhe City of Fort Worth.
Prior ta the end af the two years, you wil] be required to subznit an updated fina�cial
staiement for prequalificaiiozz renewal consideratian in accordance with the City
specifications.
In the interim, if you have any questions or comments, please do not hesitate to contact
rne.
Sinc ely, .
�
Edg J. a '
Construction Manager
Traz�sportation & �ublic Warks Dept.
Ce: file
OOIl13
INVTTATIDiV'1'D BIDDERS
Page 1 of 3
SECTION 0011 i3
INVITATION TO BIDDERS
RECEJPT O� SIDS
Sealed bids for the cons#ruction of Westside III �4-Inch Water Transmission Main ("Project")
will be received by the City of Fort Wort� Purchasing Office until 1:30 P.M. CST, Thursday,
May 19, 2022 as further described beI�w:
City o�Fort Warth
Purchasing Division
200 Texas Street
Fart Worth, Texas 75IO2
Bids will be accepted by: US Mail, Courier, F�dEx or hand delivery at the address above;
Bids will be opened publicly and read alaud at 2:00 PM CST in the City Couneil Charnb�rs.
In liau of delivering completed Business Equity (M/WB�) farms for ihe project to the Furchasing
Office, bidders shall e-mail the completed Business Equity forms ta the City Project Manager no
later than 2:00 PM on the third City Business day after the bid opening date, exclusive of the bid
opening date.
GENERAL DESCRIPTION OF WORK
The major wark will consist of the (approximate) fallowing:
p 9,468 LF of 24" water transmission main by open cut
0 50 LF o� 24" water transmission main in 42" steel casing pipe by open cut
@ 155 LF af 24" water transmission main in 42" steel casing pipe by method other khan
open cut
PREQiTALIFICATION
Certain improvements included in this project must be performed by a contractor ar designated
subcontractor who is pre-quali�iad by the City at the time of bid opening. The procedures for
qualification and pre-qualification are outlined in the Section 3 af OQ 2I 13 — TNSTRUCTI�NS
TO BIDDERS.
DOCiTMENT EXANIINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained on-line by� visiting the City
of Fort Worth's Purchasing Division website at httq:llwww.fortwortht�xas,gov/purchasin�l and
clicking on the lirik to the advertised project fo�ders an the City's electronic document
manag�ment an.d collabaration system site. The Contract Docwnents may be c�ownloaded,
viewed, and printed by interested contractors andlor suppliers.
Bid Docum�nt Package
https:lldocs. b360. autodesk.com/shares/1 cd56b3b-d406-4e39 -9c4f-49fe80a228d9
Addenda FvIder
CITY OF FORT WQRTH Westside I[I 24-[nch Water Transition Main
STANDARD C�NSTRUCTfON SPECTFICATT01d DOCUM&NT Ciry Project 3Vo. ID2589
Ravised 7/19/2D21
40 l 1 93
INVITATION TO BIDDERS
Page 2 of 3
htt s:lldocs.b380.autod�sk.camishares/204daf98-a20#-4e9f-8b42-076�7aa69eb4
Plan Holders Registration Foxm and Plan Holders List
htk sJldocs.b360.autodesk.cor�1 hares1248a7f1d-6341�b3f-88af-f337d805edd6
Copies pfthe Bidding and Contract Documents may be puz'chased from Teague Nall and
Perkins which is as follows: �3�3'� North Riverside Drive, Snite �00, Fort Worth, TX 76137
The cas� of Bidding and Contract Documents is:
Set of Bidding and Contract Docuznents with full size drawings: $ I 00
Set of BidcEing and Contract Documenfs with half size (if avaiIable) drawings: $75
EXPRESSION O�' INTERSEST
To ensure potential bidders are kept up to date of any new infoz�mation pertir�ent to this project, all
interested parties are requested to email Expressions of Interest in this procurement to the City
Project Manager and the Design �n�ine�r. The emaiI should include the company's name,
contact person and that individual's email address and phone number, All Addenda will be
distributed directly to those who have expressed an interest in the pracureztaezat and will also be
pasted in the City of Fort Worth's puxc}�asizag website at http://fortworthtexas.gov/purchasing/
PREBib CUNFERENCE — In person
A prebid eonf�rence will be held as discussed in Section 00 21
BIDDERS at the following date, and time:
DATE: Mcry 10'" 2Q22
TIME: 9.•OOa.nz. (CST)
PLACE: 311 W. 10r°' Street
Fort Yl/ortl�, Texas 761(12
LOCATTON: Caty of Fort Worth Water Department
13 - INSTRUCTIONS TO
If a prebid con%rence is held, the presentation and any questions and answers provided at the
grebid conferer�ce will be issued as an Addendum to the call far bids. If a prebid conference is not
being heId, prospecti�e biddars can eWmail questions or comments in. accorc�ar�ce with 5ec�ion 6
of the Instructions to Bidders referenced above to the project rnanager{s) at the e-mail addresses
listed beIow, Emailed questions will suff ce as "questions in writing." If necessary, Addenda will
be issued pursuant to the Insfiructions to Bidders.
CITY'S RxGHT TO ACCEPT OR REJECT SIDS
City reserves th� right to waive irregularities and ta accept ar reject any or all bids.
AWARD
Czty will award a contract to the Bidder presenting the lowest price, qualifications and
camp�tencies considered.
INQUx]2I�S
All inquiries relative to this procurement should be addressed to the follflwing:
Attn: Walter Norwood, P.E., City of Fort Worth
Email; walter.norwood(a�fortworti►texas.gov
Phane: 817-392-5026
CITY DF FORT WORTH Westside III 24-Inch Water Transitian Main
STANDARD CON5TRUCTIQ�I 5P�CIFICATION DOC.ilMENT City ProjeotNo. ]02689
Re�ised 7/19/2021
oa i> >3
1NVITATIQN �p BiDDERS
Paga 3 of 3
ANDIOR
Attn: �renda Eustasia, P.E., Teague Natl & Perkins
Etnail: b�ustasioCg�tnpinc.cam
Phone: 81'7-6b5-715Q
ADVERTISEMENT DATES
Aprill4`n, Z022
April 215', 2022
END OF SECTION
CI7'Y OF FORT WORTH Westside III 24-Inch Water Transition Main
5TAIVDARD COiVSTRUCTEON SPECIFICAT[OM DOCUMENT City Praject No. 1U26S9
Revised 7/19/2021
002[ l3
INSTRUCTEONS TO BIDDERS
Fage 1 of lfl
SECTION 00 21 13
INSTRUCTIONS TO BIDDERS
1. De�ned Terms
1,1. , Capitalized terms used in these INSTRUCTTONS TO BIDDERS are defined in Section
00 72 00 - �ENERAL CONDITIONS,
T.2. Certain additionaI terms used in these INSTRUCTIONS T� BIDDERS have the
meanings indicated below which are applicable ta both the singular and plural thereof.
I.2.I. Bidder: Any person, firm, parinership, company, assaciation, ar corporation acting
dire�tly through a duly authorized representative, submitting a bid %r performing
the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, parhiership, campany, association, ar
eorparation ac.ting directly through a duly authorized representative, submtttipg a
bid for performing the work contemplated undar th.e Contract Documents whose
principal placa oi business is nat in ttte State of Texas.
1.23. Successful Bidder; The lowest responsible and responsi�e Bidder to whom City
(on the basis of City's evaluation as hereinafter provided) makes an award.
2. Capies of Bidding Docum.ettts
2.1. Neither City nor Engineer shall assume any responsi$iliTy for errors or misinterpretations
resulting from the Bidders use of iricomplete sets ofBidding Documents.
2.2. City and Engineer it� making copies of Bidding Documents available do so only for the
purpose of obtaining Bids %r the Work and do not authorize or confer a Iicense or gtant
far any other use.
3. Prequalit"rcafion of Bidders (Prime Contractors and Subcontractars)
3.1. Bidders or their designated subcontractors are required to be prequalified far the work
iypes requiring prequalification as per 5ections 00 45 11 BIDDERS
FREQi1AL1FICATZONS and 00 45 12 PREQUALIFICATION STATEMENT. Firtns
seeking pre-yualification, tnust submit the documentation identified in Section 00 45 11
on Section 00 45 13 PREQUALIF[CATION APPLICATION at least seven {i)
ealendar days prior to Bid opening for review and, if qualified, acceptance, The
subcontractars listed by a Bidder on 00 4S 12 tnust be prequalified for the appropriate
work types. Subcontractors m�tst follow the sarne timeIznes as Bidders for obtaining
prequali�cation review, Bidders or Subcontractors who are not prequalifted at the time
bids are opened and revievved may cause the bid to be rejected.
Freyualification raquirement waric types and documentation are available by accessing all
required files through the Gity's website at:
https://apns. fortworEhtexas.gav/Proj ectResources/
CITX OF FORT WORTH Westside III 24-Inch Water Transitian Main
3TANDARD CON�TRUCTION SPECIFICAT[ON DdCUMSNT City Pro�ect No. ] 02689
Revised/Updated Novem6cr 2, 2U21
ao2E i3
INSTRUCTTOIVS TO BII3DERS
Page 2 of 10
3.1. L Paving — Requirements document located at:
https://anns.fortwortlrtexas.gov/ProjectResouarces/ReaourcesP/02°/n24-
%20Construction%20Documents/Contractor%20Pre ualification/TPW%20Pavin
%2UContractar%20Pre ualification°/a24Pro ram/PRE UALIFICATION%20RE
LJIREMENTS°lo20FOR°/a20PAVING%2000NTR,ACTORS.pdf
3. �.2. Roadway and Pedestrian Ligh�ing — Requirements document lacated at:
https://anns.fortworthtexas. o�jectResources/ResourcesP/02%20-
%20Construction%20Dacuments/Contractar%20Pce ualification/TPW%20Roadwa
%20and%20Pedestrian%20�,i htin %20Pre ualificatian%2aPto am/STREET%
20LIGHT%20PREQUAL%20REQMNTS.Adf
3.13. Water and Sanitary Sewer — Requirements document located a#:
h s:lla s.fortworthtexas. ov/i'ro'ectResaurceslKesourcesP/02°1020-
%20Construction%24Doeutnents/Contractor%ZOFre uaiificationlWater%20and%2
05anit %20Sewer%2flContractorfl/o20Pre ualification%20Pro am/WS.S°/a20 re
4 ual%24requirements.pdf
3.2. EachBidder, unless currently prequalified, must submit to City at least seven (7)
calendar days prior io Bid opening, the documentation iderrtifzed in Section 00 45 l l,
BIDD�RS PREQi7ALIFICATIONS.
3.2.1.Submissian af and/or questions related to prequalificatian should be addressed to
the City contact as provided in Paragraph b.3 .
3.3.. The City reserves the righi to require any pra-quali�ed contractor who is the apparent low
bidder for a project to submit such additional inforzriation as the City, in its sole
discretion may require, including but not limited to t�anpower and equipment records,
information about key personnel to be ass'rgn�d ta the project, and construction schedule
to assist the City in evaluating and assessing khe ability of the apparenf Iow bidder to
deliver a quality product and successfully cotrAplete projects for the amount hid within
the stipulateri time frame. Based upon the City's assessment of tile subrnitied
in.formation, a recommendatian regarding the award of a contraet rvill be tnade to the
City Council. Failure to submit thE additional information, if requested, may be grounds
for rejecting the apparent low bidder as no�-responsive. Affected contractors will be
notif ed in writing of a recammendation to the City Couneil.
3.4. In addition to prequaliiication, adc�itional requirements for quali�cation may be required
within various seciions of the Cantract Documents.
3.5. Special yualifications required for this project include the following:
o Auger Boring — 42-ineh diameter casing and under
• Water Transmission, 24-inches
CIT'Y OF FOI2T WORTH Westside iTi 24-Inch Water Transirion Main
STANDARD CdNSTRUCTION SPEC�ICATION DOCUMENT City Project No. 102689
Revised/lJpdated November 2, 2p21
0.0 2l 13
INSTRUCTIQNS TO $C17DER5
Page 3 of I 0
4. Examination of Bidding and ConEract Documents, Other Re[ated Data, and Site
4.1. Before submitting a Bid, each Bidder:
4,1.1. Shall examine and carefully study the Cantract Dacuznents and other related data
identified in tha Bidding Documents (including "technical data" ref�rred to in
Faragraph 4.2. below). No inforn►ation given by City or any representative of the
�ity other than tha# contained in the Contract Documents aqd off cially
promulgated addenda thereta, shall be binding upon the City.
4.1.2. Should visit the site to become familiax with and satisfy Bidder as to the general,
local and site conditions that may affect cosi, progress, performance ar fur:nishing
of the Wark.
�F.1.3. ShaII consider fedaraI, state and local Laws and Regulations that may affect cost,
progress, perforrnance or furnishing of the Wark.
4.1.4, �hall study all: {i) reports of explorations and tests of subsurface conditions at or
contiguo�as to the Site and all drawings of physical conditions relating to existing
surface or subsurfaee structures at the Site {except Underground Facilities} that
ha�+e been identified in tlxe Cantract Documents as containing reliable "technicaI
data" and (ii) reparts and dra4vings of Hazardous �nvironmental Conditions, if az�y,
at the Site tb,at have been identified in the Contxact Docutnents as containing
reliable "technical data."
4.1.5. Is advised that the Contract Documents on iile with ihe City shall consti.tute all of
the ininrmation which the City will furnish, AlI additional information and data
which the City will supply after protz�,ulgation of the formal Contract Documents
shall be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original
Contra�# Documents. No information given by the City other than that contained in
the Contract Documents and officially promulgated addenda thereto, shall be
binding upon fhe City.
4.1.6. Should perform independent res�arch, investigatfans, tests, borings, and such other
rneans as may be necessary to gain a complete knowledge of the conditions which
will be encauntered during the construction of the project. For projects with
restricted access, upon request, City may provzde each Bidc�er access to the site to
conduct such examinations, investigations, explorations, tests and studies as each
Bidder deems necessary inr submission af a Bid. Bidder must iill all holes and
clean up and restore th� site to its former conditions upan completion of such
explorations, investigatians, tests and studies,
CITY �F FORT WORTH Westside fTC 24-Inch Water Transition Main
STANDARD CONSTRUCTIQN SPECIFICATION DOCUMENT City Project No, 102689
Revised/Up.dated November 2, 2U21
00 21 i 3
1N5TR[]CTIONS TO BIDDERS
Page 4 of ID
4, I.7. 5hall determine #he difficulties of the Wark and a!! attending circumstancas
affecting the cost of doing the Work, time required for its completion., and obtain all
information rec�uired ta make a proposal. Bidders sha11 rely exclusively atad solely
upon their own estiraates, investigation, research, tests, expinrations, and othcr data
which are nec�ssary for full and camplete information upon vcrhich tha proposal is
to he based. It is und�rstood that the submission of a proposal or bid is prima-facie
evidence tlaat the Bidder has ma�e the investigations, examinations and tests herein
required.
4.3.8. ShalL promptly notiiy Ci#y af all conflicts, errors, ambiguifies ar discrepancies in or
between: the Contract Documents and such other related docuzn.ents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City sha11 be permitted to make such corrections or inter�retati�ns as may
be deemed necessary for fulfillmeni of the intent of the �Contract Documents.
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identiiication of:
4.2. ]. those reports of explarations anci tests of subsurface canditions at or cont�guous to
the site which have been utilize� by City in prepaz'ation of the Contract Documents.
The logs of Soil Borings, if any, on the plans are fvr general information only.
Neither the City nor the Engineer guarantee that the r�ata shown is representati�e oi
conditions which actually exist.
4.2.2. those drawings of physical conditions in or r�lating to existing surface and
subsurface struetu.res (exc�pt Underground Facilities) which are at ar contiguous to
the site that have been utilized by City in preparation of the Contract Dacuments.
4.2.3. copies of such raports. and drawings will be made available by City to any Bidder
on request. Those reports and �rawings may not be part of the Contrac#
Dacuments, but the "technical data" contained fi.herein upan which Bidder is entitled
io rely as provided in Paragraph 4A2. of the General Conditions has been identified
and esta6lished in 1'aragraph SC 4.02 af the Supplemen�ary Conditians. Bidder is
respons.ible %r any interpratatian or canclusion drawn from any °'teck�nical data" or
any other data, interpretations, opinions ar information.
4.2.4.Standard insurance requirements, coverages and limits.
�.3. The submission of a Bid wiIl constitute an incontrovertible representation by Bidder: (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
axception the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applying the specific means, methads, techniqves, sequences o�-
proceciures of construction {if any) that may be shown or indicated or expressly required
by the Cantract Documents, {iii) that Bidder has given City written notice ofall
con#]icts, errors, ambiguities and discrepancies in the Contract Documents and the
written resolutions thereof by City ar� acceptable to Bidder, and when said conflicts,
etc., have not been resolved through the interpretations by City as described in
Paragraph �., and (iv) that the Contract Doeuments are generally sufficient to indicate
and convey ur�derstanding of ali terms and conditions for performing and furnishing the
Wark.
CITY QF FORT WORT'H Weskside IlI 24-Inch Water Transitian Main
STANDARD CONST[iUCTIQ3+[ SPECIFICATIOAE DOCLfMENT City Project No. 102659
Kevised/Updated Novemher 2, 2021
0021 13
INSTRUCTIONS i'O BIDDEItS
Page 5 �f ]a
4.4_ The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
bipk�enyls (PCSs), Petroleum, Hazardaus Waste ar Radioactive Material covered by
Paragrapla 4.06. of the General Conditions, unless specifically identiiied in the Contract
Documents.
5. Availability of Lands for Work, Etc.
5.1. The lands upon which the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in perforiming the Work
are identified in the Contract Dacuments. All additional lands and access thereto
required for temporary construction facilities, construction equipment ar starage of
materials and equipment to be incorporatad in the Work are to be abtained and paid for
by Contractor. Easerrients f�r permanent strucfures or perrnanent changes in e�sting
facilities are to �e obtainad and paid for by City unlass o#he�'vvise provided in the
Contract Documents.
5.2. Outstanding right-o.f way, easements, and/or permits to be acquired by the City are listed
in Paragraph 5C 4.01 of the Supplerr�entary Conditions. In the event th� necessary right-
af-way, easements, and/or parmits are not obtained, the City reserves the righf to cancel
the award of contract at any fi.me before the Bidder begins any construct�on war� on khe
proj ect.
5.3. The Bidder shaIl be prepared to commence constructian without all executed right-of-
way, easements, and/or permits, and shall submit a schedule to the City of how
construction will proceed in th� other areas of the project that do not require permits
andlor easements.
6. Interpret�Eions and Addenda
6. I. All questions about the meanmg or intent of the Bidding Doeuments are to be directeri to
City in writing on or hefore 2 p.m., the Monday prior to the Bid opening. Questions
reeeived after this day rnay not be responded to. Interpretations or clarifications
considered necessary by City in response to such questions wilI be issued by Addenda
deIi�ered to all parties recorded by City as having reeeived the Bidding Documents.
Only questions answered by foz't�al written Addenda wilI be binding. Dral and other
interpretations ar clarif eations will be without legal effect.
Address questians to:
City of Fart Worth
200 Texas Street
Fort Worth, TX 7b102
Attn: Walter Norwoad, P.E., City of Fort Worth -- Water Department
Email: walter.noarwood@fartworthtexa�.�ov
Phone: 817-392-5026
b.2. Addenda rnay also 6e issued to modify the Bidding Dacum�nts as deemed advisable by
City.
CITY OP FORT WORTH Westside III 24-Inch Water Transitian Main
STA3YDARD CONSTRUCTION 5PECIFICATTQN DOCLIIuIEiVT Ciry Projec# No. I02689
RevisedlUpdated Aiavember 2, 202]
ooa> >3
INlSTRUCTIOIVS TO SIDDERS
Page bR af 10
63. Addenda or clarifications may be posted via the City's electronic document management
and col�a6oration system at https:/ldacs.b3b0.autodesk.corn/shares/204daf98-a20f-4e9f-
8b�2-07b17aa69eb4
6.�-. A prebid canference may be held at the time and place indicated in the Advertisement or
INVITATION T� BIDDERS. Representatives of City will be pres�nt to diseuss the
Project. Bidders are encouraged to attend and participate in the conference. City will
transmit to all prospective Biriders of record such Addenda as City cansiders neeessary
in response to questions arising at the eonference. Oral statetz�.ents may not be relied
upon and will not be binding or legally efFective.
7. Sid Security
7.1. Each Bid tnust be accompanied by a Bid Bond made payable to City in an amount flf five
(5) percent of Bidder's ma�imum Bid price, on the form attached or equivalent, issued
by a surety meeting the requirernents af Paragraph S.O1 of the General Conditions.
7,2. The Bid Bonds provided by a Bidder will be retained until the eonditions of the Notice of
Award have been satisfied. If the Successful Bidder faiis to execute and return tha
Contract Documents vvithin 14 days after tha Notice of Award conveying saine, City
may considar Bidder to be in default, rescind th� Notice of Award and act on the Bid
Bo.nd. Such action shall be City's exclusive rera�dy in the event Bidder is deemed to
have defaulted. �
8. Cantraei Times
T�e number of days within which, or the dates by which, Milestones are to be achi��+ed in
accardance with the General Requirennents and the Work is ta be com}�leted and ready for
Final Acceptance is set forth in the Agreement or incar�aorated therein by reference to the
attached Bid Form.
9. Liquidated Damages
Provisions for liquidated dar��ages are set forth in the Agreement.
10. Substitute and "Or-Eqaal" Items
The Contract, ii awarded, will be on the basis af materials and equipment described in the
Bidding Documents withaut cansideration af possible substitute or "or-eyual" items.
Whenever it is indicated or specifed in the Bidding Documents that a"substitute" or "or-
equal" item af material or equipment may be furnished or used by Contractor if acceptable ta
City, application for such acceptance will not be considered by City until after the Effective
Date of the Agreennent. The procedure for submission of ar►y such application by Contractar
and consideration by City is set forth in Paragraphs 6.U5A., 6.05B, and b.OSC.. of the General
Conditions and is supplemented in Section 01 2S 00 of the General Reyuirements.
11. Subcontractors, Suppliers and Ofhers
1 I.l. In aacordance with the City's Bnsi�ess Equity Ordinar�ce No..25165-10-2021 the City
has goals for the participation of minarity business and/or women husiness
enterprise.s in City contracts $100,bOD or greater. 5ee Section DO 45 40 for the
M/WBE Project Goals and additionai requirements. Failure to comply shall render
the Bidder as non-responsive.
CITY OF FQRT WORTH Westside II124-Inch Water Transitian Main
STANDARD CONSTRUCTION SPECIFICATTON DOCUMENT City Project Na. 102689
RevisedlUpdated Navember 2, 2021
00 21 l3
INSTRUC'TIDNS Tp BI➢DERS
Page 7 of 10
Busirtess Eq�ity Ordinance No.25165- I �-2021, as amended {replaeiz�g Ordinance
No. 24534-11-2020), codified at;
h s://codelibr .a�nle al.cumlcodes/ftworthllatest/ftworth tx/0-0-0-22593
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other p�rson
or organization against whom Contractar or City has reasanable objectian.
11,. Bid Form
12.1. The Bid Form is included vvith the Bidding Documents; additianal copies may be
abtained from the City.
12.2. All blanks on the Bid Form musY be eompleted and the Bid Farm sign�d in iril�.
Erasures o:r alterations shall be initialed in ink by the persan signing the Bid Forrn. A
Bid price shall 6e indicated for each Bid itatz�, alternative, and unit price item listed
therein. In the case of optional alternatives, the wards "No Bid," "No Change," or
"Not Applicable" may be entered. Bidder shall state the prices for which the Bic�d�z'
proposes to do the work contemplated or furnish materials required. All entries shall
be legible.
1�.3. Bids by corporations shall be ez�ecuted in the corporate name by th� president ar a
vice-president or other corporate afficer accompanied by evidence af authority to
sign. Th� corporate seal shalI be aff�ed. The corporate address and state af
incorporation shall be shown below the signature.
12.4. Bids by partnerslaips shall he executed in the partnership name and signed by a
partner, whose title must appear under the signat�re accompanied by evidence of
authority. ta sign. The official address of the partnership shall be shown 6elow the
signature.
12.5. Bids by linnited liability companies shall be executed in the name of the firm by a
member and accotngar�ied by evidence af authority to sign. The state af formation of
the firm and Yhe official address of the firm shal.l be shown.
12.6.
12.7.
12.$.
12.9.
Bids by individuals shall show the Bidder's name and afficial address,
Bid� by joint ventures shall be ax�cuted by each jaint venture in the manner indicated
on the Bid Forin. The of�'icial addxess of the joint ventu�'e shall be shown.
All names shall be #yped ar printed in ink belov;r the signature.
The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shail be filled in on the Bid Form.
12.10. PostaI and e-mail addressas and telephane number for communications regarding the
Bid shall be shown.
12.11. Evidence of authority to canduct business as a Nonresident Bidder in the state of
Texas shall be pro�ided in accordance with Section 00 43 37 — Vendar Cort�,pliance
to State Law Non Resident Bidder.
CITY OF FOAT WORTH Westside III 24-Inch Water Transition Main
STANDARI] CONSTRUCTION SPEC[FICATION DpCUMENT City FrojeotNn. 1U2689
RevisedlUpda%d November 2, 2d21
OU2t l3
1NSTRUGTIONS TO BiDDERS
Pagc 8 of 10
13. Submission of Bids
Bids shall be submitted on the prescribed Bid Form., provided with the Bidding Documents,
at the time and p�ace indicated in the Advertisement or INVITATION TO BIDDERS,
addressed to Purchasing Manager of the City, and shall be enclosed in an apaque sealed
envelope, marked with the City Project Number, Ptoject title, the name and address af
Bidder, and aceompanied by the Bid security and other required documents. lf the Bid is sent
through the mail or other delivery system, the sealed envelope shall be enclased in a separate
envelope with the notxtion "BID ENCLOSED" on the fa�e of it.
14. Withdrawal of Bids
1Q�.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office may
be withdrawn �riar to the time set for hid apenzng. A request for withdrawal must be
made in writirig and delivered to the Purchasing O�ce to receive a tirne stamp prior
to ihe opes�ing of Bids. A timely withdrawn bid will be returned to the Bidder or, if
the r�c�uest is within one hour of bid opening, will not be read aloud and will
thereafter be re#urne.d unopened..
14.2. In the event any Bid for vvhich a withdrawal request has been timely filed h:as been
inadvertently� opened, said Bid and any reeord thereof will subsequen.tly 6e marked
"Withdrawn" and will be given no fur�her consideration for the award of contract.
1�. Opening of Bids
B ids will be opened and read aloud publicly. An abstract of the amout�ts of the base Bids and
major alternates (if any) will be made a�ailable to Bidders aiier the opening of Bids.
1G. Bids to Remain Subject ta Atceptancc
All Bids will remain subject to acceptance for a minimum of 90 days or the time period
s�aecified for Notice of Award and execution and delivery of a complete Agreetnent by
Successful Sidder. City m.ay, at City's sole discretion, release any Bid and nullify the Bid
security pr�or to that date.
17. Evaluation of Bids and Award of Contract
17.1. City reserves th� right to reject any or all Bids, including without limitatian the rights
to reject any or all nanconforming, nonresponsive, unbalanced or conditional Bids
and to reject the Bid of ar�y Bidder if City b�lieves tha# it would noi be in the b�st
interest of the Project to make an award to that Bidder. City reserves the right ta
waive informalities not involving price, contract time or changes in the Work and
award a cantract to such Bidder. Discrepancies between the multiplication of u�nits of
Wark and unit prices will be resolved in favor of the unit ptices. Discrepancies
between khe indicated sum af any column of figures and the correct suzza there4f wi11
be �solved in favor of the correct sum, Discrepaneies between words and fgures
will be resolved in fa�+or of the words.
CITY �F FORT WpRTH Westside III 24-Inch Water Transition Main
STANDARD CON571tUCTION SPECIFICATION DOC[JMENT City Project No. 102684
Revised/[Jpdated November 2, 2Q21
OQ 21 13
INSTRUCT10N3 TQ BiDDERS
Page 9 vf ] 0
17,1,1. , Any or all bids will be rejected if City has reason to 6slieve that collusion eXists
atnong the Bidders, Bidder is an interested party fo any litigation agains� City,
City or Bidder may have a clairn against the other or be engaged in litigation,
Bidder is in arrears on any existi�g contract ar has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactary manner, or
Sidder has uncompleted work which in the judgment of the City will prevent or
hinder the prornpt completion of additianal wark if awarded.
17.2. In additian to Bidder's relevant prequalification requireznents, City may consider the
qualificatians and experience of Subcontractors., Suppliers, and other persons and
nrganizations proposed for those gortions of the Wark where the identity of such
Subconfitactors, Suppliers, and other persons and organizations must be submitted as
provided in the Contract Dacum�ants or upon the request of the City. City also rria�
consider th� operating costs, maintenance requirements, performanca data and
guarantees of major items of materials apd equipment proposed far incorparation in
the Woxk when such data is required to be sub�nitted �rior to the Natice af Award.
17.3. City may conduct such investigations as City deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and financial
ability of Bidders, propased Subconiractors, SuppIiers and other persons and
organizations to perfQrm and fitrnish the Work in accordance with the Cantract
Documents to City's satisfaction within the prescribed time.
17.�4. Contractar shall perform with his own organization, wark of a value not less than
35% ofthe value embraced on the Contract, unless otherwise appro�ed by the City.
17.5. If the Cantract is to be awarded, it will be awarded ta lawest responsible and
respansive Bidder whase evaluation by City indicates tha# tife award will be in the
best interests of the City.
17.b. Pursuant ta Te�zas Governmeni Code Chapter 2252.041, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder's bid is tower ihan
the lowest bid subnnitted by a responsible Texas Bidcler by the same amount that a
Texas resident bidder wauld be required to uncferbid a Nonresident Bidder to obtain a
comparable contract in the state in whieh the nonresid�nt's principa� place of
business is located.
] 7.7. A contract is not awarded until farmal City Council authorization. If the Contract is
ta be awaz'ded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. Na other act of City or others will consiitute
acceptance af a Bid. Upon the contract award, a Notice of Award wiIi be issued by
the City.
17.7.1. TE�e eontractar is required to fill out and sign the Certi�cate of Interested
Parties Form 1�9� and the form must be submitted tp tN�e Project Manager
he%re the contract will be presented to the City Counc'rl. The form can be
o�taiz�ed at httns:llwww.ethics.state.t�r.us/datalforms/12951129� pdf
I7.8. Failure or r�fi�saI to comply with fihe requir�ments may result in rejection of Bia.
CITY OF FORT WdRTH Westside III 24-Inch Viaater Transition Main
S'['ANDARp CQNSTRUCTION 5PECIFICATIqN DQCUMEAIT City PrnjectNo, 1D2b89
Revised/Updated Idovemher 2, 2Q21
60 21 13
j3VSTRUCTIpNS TO BTC?DER:S
Page 10 of 10
1.8. Sign.ing of A�reement
18.1. W�en City issues a Notice of Award to the S�ccessful Bidder, it wili be accornpanied
by the required number of unsigned caunterparts ofthe Praject Manual. Within 14
days thereafter, Contractor shall sign arid deliver the required number of counterparts
of the Project Mariva3 to City with the required Bonds, Gertificates of Insurance, and
all other required docurnentation.
18.2. City shall thereafter deIiver one fu11y signe� counterpart to Contractor:
END OF SECTION
CI1'Y OF FORT WORTH Westside Ifi 24-Inch Water TransiEion Main
STANaAItD CONSTRUCTIQN SPECIF[CA'I70iV DOC[IMENT City Project 1Vo. 102689
RevisedlLTpdated November 2, 2421
OD3513
CO]VFLICT OF 1N'F'ER&ST AF�IDAVIT
Page 1 of 1
SECTION 00 3513
CONFLICT OF 1NTEREST STATEMENT
Each bidder, af£eror or respondent to a City of Fort Worth procurement is required to complete a
Conflict of Tnterest Questionnaire or ceriify that one is currenf and on iile with the City
Secretary's Df�ice pursuant to state law.
If a rne�ber of the Fort Worth Ciiy C.ouncil, any one Qr more of the City Manager or Assisiant
City Managexs, or an agent of the City who exercises discretion in the planning, recommending,
salecting or conlracting with a bidder, offeror or respondent is affiliated with your company, then
a Local Govermnent Officer Conflicts Disclosure Statexzient (CI5) may be required.
You are urged to consult with counsel regarding the applicability af these fomn.s and Local
Governrnent Code Ghapter 176 to your company.
The referenced %rms may be downloaded frorn tlae links provided belou+,
❑ - - ------ --� - _
[] CIQ Form is on file with City 5ecretary
0
0
0
�
CTQ Form is being provided to the City Secretary
CIS Farm ciaes not apply
CIS Form is on File with City 5ecretary
CIS Form is being pz'avided to the City Secretary
BIDDER:
Reyes Group Ltd.
Company
1520 Parksr Road
Address
Grand Prairie, TX 75D50
City/State/Zip
By; Marcos G. Reyes
�,Please Print)
' �i i � ,��
Signature:
,
�
Tit1e:
Rtesident
{Please Print}
END OF SECT�ON
CITY OF FO1tT WORTl� Wesiside II124-Inel� Water'I'ransmissioa Main
STANDARD C�N5TRUCTION SPECI�'1CATI(?N DOCUM�NTS City Project No, iD2689
Revised February 2a, 202D
0o a� oa
BI� FORM
Page 1 of 3
sECT�oN oo a� ao
BID FDRM
TO: The Purchasing Manager
clo: The Purchasing Division
20Q 7exas 5treet
city of Fort Worth, Texas 76102
FOR: Westside III 24" Water Transmission Main
Ciiy Pro�ect No.: 1a2689
UnitslSections: Unit 1: Water Transmission Maln
1. Enter Into Agreement
The undersignaci Bidder propases and agrees, if ihis Bid is accepted, ta enter into an Agreement with Gity in the form
included in the Biciding Documents to pe�farm and furnish all Work as specified ar indicated in the Conkract Dacuments
for the Bid Price and within ihe Contract Time indicated in this Bid and in accordance with the other terms and conditians
of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In sul�mitting this Bid, Bidder accepts all of the terms and conditions of fhe WVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including wikhout IimitaCion thos� dealing with the disposition af Bid Bond.
2.2. Bidder is aware af all costs ta pra�ide the required insurance, will do sa pending coniract award, and will
provida a �afid insurance certificate meeting all requirements within 1�4 days of notification of award.
2.3. Bidder certifies that this Bid is genuine an�3 not made in fhe interest of or an behalf oF any undisclosed
indi�idual or entity and is nok su6mittec! in conformity with any collusiva agreement or rules of any group,
association, organization, or carporation.
2.�4. Bidder has not directly or indirectly induced or soliciked any other Bidder to submit a false ar sham Bid.
2.5. Bidder has not solicited or induced any individual ar entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, frauclulen#, coU�sive, ar coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupk practice" means the offering, gNing, receiving, or soliciting of any thing of �alue likely to
influence the action of a public oificial in the bidding pracess.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of Ciky {b} to establish Bid prices at artificial non-competitive
l�vels, or (c) to deprive Ciiy of the benefits of free and open campetition.
c. "collusi�e practice" means a schem� or arrangement between two or more Bidders, with or
withaut the knowlecfge of City, a purpose of which is to establish Bid prices at artificial, non-
campetiti�e le�els.
CITY OF FORT WORTH
S7ANDAR� GONSTRUCTIbN SPECIFICpT10N �OCUMENTS
Revised 9I3Ul2021 00 4i 00 Bid Propasal Workhook (1).�Jsx
0o a� ao
B1D FORM
Page 2 of 3
d. "coercive practice" means harming or threafening to harm, dtrectly or indirectfy, persons or their
property to influence kheir participation in the bidding process or affect the executinn of fhe
Gontrack.
3. Pr�qualification
The Bidder acknowledges that the fopowing work types must be perFormed only by prequalified contractors and
subcontractors:
a. A�ger Boring - 42-inch diam�ter casing and under
b. Water 7ransmission, Development, 24-inches and smaEler
c. -
d. -
e. -
f. -
g, _
h. -
4. Time of Completion
4.'f . The Work will be oomplete for Final Accepkance within 3D0 days afier the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General CondifioRs.
4.2. Bidder aecepts the pravisions of the Agreement as to liquidat�cf damages in the e�ent of failure to complete
th� Work {andlar achie�ement ofi Milestones} within khe times specified in the Agreement.
5. Attached to this Bid
The follawing documents are attached ta and made a park of this Bid:
a. This Bid Form, Section 00 41 00
b. Required Bitf Bond, 5ection DO 43 13 issusd by a surety meefing the requirements of Paragraph
5.01 of the General Conditions.
c. P�oposal Form, Section 40 42 43
d. Vendor Compliance fo State Law Non Resident Bidder, Section Dd 43 37
e. MWBE Forms {optional at time of bid)
f. Prequalification Statement, Section 00 45 92
g. Conflict o� interest AfFdavit, Section 00 35 13
*if necessary, CiQ or CIS forms are ta be pra�ided directly to Ciiy Secretary
h. Any additional documents that may be required by Sec#ian 12 of the Instrucfions to Bidders
cirY a� �oRT woRTH
STANDARD CONSTRUCTION SPECIFICA710N pOCUMENTS
Revised 9/30/2027 0041 00 �3id Proposal Warkbook(1).xlsx
U041 UO
BI� FDRM
Page 3 of 3
8. Yotal L�id ►oemount
6.1. �idder will complete the Work in accorciance witE� the Contract bocuments for the follawing bid amaunt. In
the space pro�ided below, please er�ter the tatal bid amount far this project. Only this figure will be read
public�y by the City at #he bid opening.
6.2. It is understood and agreed by the �idder in signing this praposal #hat fhe total bid amount entered below is
subject to verif[caiiQn andlor madification by muftiplying the unit bid prices #ar each pay item by the respective
estimated quantities shown in this praposa[ and then tataling al1 of the extended amaunts.
� _ ►Hg�,B��. �
Total Bid !�
l. �id Submitta!
This Bid is subm[tted on �, ` � ? � _ � �L ��_
Respect� s�bmitted, �
By:
Sig at
�'
' Marcos G. Reyes
(Printed Name)
by the eniity named below.
Title: President
Company: Reyes Group ttd.
Corporate Seal:
AddCesS: 152fl Parker Road
Grand Prairie, TX 75d50
State af Incorporation:lllinois
Email: marcasg@reyesgroup.cam
Phane: 214-260-3535
�N.D �F S�CTION
CITY QF' FORT WORTH
STANbARD CONSTRUCTION SPECIFICATION DOCUMENTS
iievised 9/30/2021 00 41 00 Bid Proposal workbook (1).xlsx
v �� .
�� �
���� ����� ���
5�CFION 04 b2 43
PR�POSALFQRM
Qidder`s �pplication
rrojcctl�ammrorrr�aiian � Hiddar'sProposal
004t d3
Of0 PROAOShL
P+E61Rof]R
it 1 -WatcrTransm�ssiaiMnin
IIslItcm 5pee[ficaUqn Unllot Hid
Description LtnilPrice Hid Value
No. SeclionNo. Messurc Quanilly '
l.e 3311.6G83 2A" Concreta AWS'VA C303 Waier Pi e, SeleCi Baekfill 3311 13 X�' 9,A68 ----- -----
1.0 3313.4621 C303 Fillings 3311 13 LS � -•-•- -----
i.c 3305.2Q47 24"WalcrCa�rierPipe(ConcrcicAWWAC3U3) 33OS2A LP 205 --- ----
l,d 33Q4.0062 CaEl�odicPralectian Impresscd) 33 pq 12 T.5 1 --- --
2,a 3311.Dfi53 24" bIP Waler C351, Select Hackfill 3311 10 LF 9,458 ---- -----
2.b 33Q3,20Q7 24" Water Carri,er Pi a DIP 33 OS 24 LF 205 ---
2.c 3311,0001 DucliieIxon Water�iflin w/ltes�rainf 33 11 lt TON 1� •••
2.d 33Q4.0002 Cati�odic k'rnteclion 4alvanic} 33 U4 i2 L5 1 --- -- -
3.a 3311.0663 2q" PVC C900 Dli IB 4�aler Pi e Belect Hackfill 33 11 12 LF 9,466
3,6 3305.2007 24° V1t�ter Camer Pi e Ti.' 33 pS 2q �.F 205 - •-- -
3.c 3311.00Q] L�uclile irvn Water T'ilfin s w! Restraint 33 11 11 TqAT 10 --- ----
4.a 331I.0643 24"FIDPSPi ePE4710DR-17 SelectRacic�ill 331120 Li+ 9,4G8 204.00 �v1,931,472.�0
4.b 3345.200T 24" WaferCarrierPi e FIDPS a� os za LF 205 130.a0 $28,65U.06
4.c 331 t.0001 Duclile kon Water Fil�ings �v! Resf�ini 33 1 i 11 TON 20 le 350.u� $963,600.OU �
5 3305,1107 42" Casing S Ott�erl'lianopan Gti�t 33 OS 22 LF 155 1,730.00 $288,15p.Op
G 3305.1007 42" Casing Sy ppan G�� 33 OS 22 LF 50 �z�.ao $38,35q.DQ
7 33l L0451 12" p},� Water 33 i 1 10 LIr 40 29a.ao $9,82U.�D �
S 3312.610$ Connectian fo �rtiating 2A° Water Maio 33 12 25 EA 1 25,9as.a0 $26,913.00 •
9 3312.4211 2q" x 12" Ta in SEeeue &'Vatve 33 12 25 I3A 2 25,834.00 $5i,86B.0�
10 3312.3008 24"daieVaiVew/Vault 33I220 �A S 60,77A.R0 $343,670.OD
I1 33 L2.64Q3 8" Blow O�k'Vatve 33 12 60 �A S 6a,001.8n $320,005.D0
12 33l2.1OQ4 4" Com6ination Air Valva Assembl for Water 33 12 30 EA 2 38,292.�0 $76,684.00
13 0241.1169 2q"PtessurePlu p24114 SA 1 8,3A5.Q0 $8,346:OD
14 3305.0109 'lYcnch Safe 33 O5 10 LF 9 9G8 3.�0 $28,A04.00
15 3305,O1D3�x loxalazyBxcavaHonpfExislingLltili�ics 33OS30 EA 7 1,076.00 $7,532.00
1G 3242.04QQ Seeding, Iiydromutch 32 92 19 SI' 26,300 1.00 $26,300A0
17 3110.O1D2 6"-12"'1�eeRemoval 310000 �A !2 632.00 $7,694.�p
18 3110.O1Q3 12"-18" TreeStemnval 3I 00 00 SA 2 8x9.00 �1,8.59.00
19 3i10.01�}A ]$"-24"'LYeeRemoval 31pp00 RA 4 1,2ao.np $4,BOQ,00
24 3 i]0.0105 24" artd Larger TrCo Removal 3l QO 00 EA !$ 1,358A0 $24,444.00
21 3125.0101 3WkPP 3I 23 00 C.S L si,442,68 $61,442,88
22 3201.Qb16 CqncPvmtRe air 320129 3Y 74 213A0 $15,762.OD
23 33U5.0203 Lnpa�ted EmhedmentBac[cflll, CiS\� 33 DS 10 CY 50 207.40 $90,350.OD
24 017L0101 ConshvclionBtaking � 017123 LS 1 33,3ne.00 $33,3q0.0U
25 D171.01R2 As-DuiltSurecy(ReJ-T.ine.Surve 017123 [S 1 a,��7,Uo $A,737,a0
2G 9999.0001 Coastruclion Allowance 0000 00 IS 1 $iDU,0oV.00 $i06000.00
Tou�lrild �3,488,888,88 f
CoutrncWr is Lo seEec! edl�eroption 1� 2, 3, vr A.
8NQ OI� BIiCTfOiV
CITY OFFORT 440RTk1
SihNPAiW C�FI$7'RUCT[ON SAECLlCA710N 170CUMfH75
0.m�ised 9l3pR011
rill� pp A 190 gid Ropowl 1Yo�kl�oak_AaNlmdam Rn 2
004313
BIU BONO
Page t of 2
s�c��oN ao �s �a
BID BOIVD
Fth�UW !lLL. BY THI�S� PR�S�N7S:
That we, Reyes Grou�, Ltd. , known as
"Bidder" herein and Tr��elers Casuaity and Surety Comp�ny of America a carparate surety
duly aufhorizecf fo do business in the Stafe of Texas, known as "Surety" herein, are held a�d firmly bound untn fhe City
of Fort Worfh, a municipa� corporation created pursuant to the laws of'Texas, known as "City" herein, in the penal sum
af five percen�(5%) of �idder's maximum bid price, in lawful money of the United States, to be paid in �ort Worth,
Tarrant County, Texas for the payment of which sum well and tfiuly to be made, we Bind ourselves, our heirs, �xecutors,
acEministrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid or proposai to perform Work for the followi�g project
designated as Wesfside III 24" Water Transmission Main
NOW, THERE�'ORET the Conditian af this obligation is such that ifi fhe City shaA award
tfi�e Contract for the iaregoing project to the Principal, and the Principal shall saiisijr all requirements and canditions
required for the execution of the Contract and sfi�all enter into the Caniract in writing with the City in accordance wikh ihe
terms of such same, then this obligation shall be and become null and �oid. If, however, the Principal fails to execute
such Contract in acca�dance witi� the terms of sarrze or fails to satis�y all requirements and conditions required far the
execution of fhe Cnntract, ihis bond shall become the pmperty of the-City, without recourse of ihe Principal andlor
Surety, not to exceed the penafty hereof, and shall be used to campensate City for the difference beiween Principal's
total bid amount and the next selected bidde�s total bid amount.
p�20ViDE� FURTH�R, that 9f any [egal action be fAed on this �ond, �enue shall lie in Tarrani County,
iexas or the Unifed 5tates District Couft for the I�nrtherr� R9strict of Texas, Fort Worth Di�ision.
IN WI�"NESS WHEFtEOF, the Pr[ncipal and the Sureiy ha�e SIGN�a and SEALED this 9nstrument by
dufy authorized agents and officers on t�is the 19th day of Ma .�a2�•
ATFEST: � �
��►►-e
Witness as to Principak
ciry oF �oRr vwRn-i
STAP7�ARQ CONSTRUCiION SPECIF{CATION �OCUMENTS
Revised 9130l2021
PRINClPAL:
Reves Grou�a, Ltd.
..- 'i
BY:
Sig�a e
�
�- - -Y--� C`i � �L�e Q S-Yr9<:ri - _�_Y
N�me an itle
00 41 60 Bld PropassE VYocicboak
ao �a �s
B!D 9flND
Pege 2 0[ 2
��/b��
Witness as io Surety
Attach Power oi Attomey (Surety) for Attomey-in-FacE
Address: 1524 Parker Road
Grand Preirie. TX 7505� _ _
SUREN:
Tra�elers Casualtv and Suretrr Comoany af America
BY: �
Slgnature �
Courine A. Flaska, Attorn In Fact
Name and Tfile
Addresc: One iower 5quate
Hartford, C7 �6183
Telephone Numher: (5001747-3719
'Note: If signed 6y an officer of the Surety C4�'►�I�any, thera must be on }le a certified extracl trom the by lews
showing that this person has aulhorily ta sigo such obligatian. If Surety's pfiysical address 4s diiferent trom
its mailing address, both must be provided. The date af the trond shall noi be prior to the dale ihe Contract is
awarded.
END OF SECTIDN
CI7Y OF FORT 1NORTH
STAN�ARO CONSTRUCT[QN 3PECIFICATION POCUMENTS
RBhsed 5130�202� 00 41 00 Bld Pmpossl UVorkbook
0o aa s�
VENDOR COMPLIANGE TO STATE LAW
Pege 1 oi 1
��CYIOE� UD 43 3i
VEI�DOR COMPLIANCE TO STATE LAW NOIV RESIDENi BIpDER
Texas Government Code Chapter 2252 was adopted for the award of contrac#s to nonresident bidders. Thls !aw
provides that, 9n order to be awarded a contract as low bidder, nonresident bidders (out-of-state contract�rs
whose corporate offices or principal place of business are outside the State of Texas) �id projects for canstruction,
improvements, supplies or services in Texas at an amount lower than the lawesk iexas resident bidder by the
same amount that a Texas resident bidder would be required to und�rhid a nanresident bitider in order to obtain a
comparable contract in khe State which the nonresident's prir�cipal place of business is lo�aied.
The ap�ropriaie blanks In Section A must be f Iled out by all nonresident bidders in order for your bid to meet
specifications. The iailure of nonresident bidders to do so will automatically disqualify that bidcler. Resident bidders
must check the box in Section B.
A. N�nr�sident bidders in the State of , our principal place of business,
are required to be percent lower than resident bidders by State Law. A capy of the
statute is attached.
Nonresident bidders in the State of , our principal place of business,
are nok req�ired to underbid resident bidders.
B. The prineipal place of business of our company or our parenk company ar majority ownet is
in the State af Texas. �
�I�D�F�:
Reyes Group Ltd.
1520 Parker Road
Grand Prairie, 7X 75D5D
By: Marcos G. Reyes
• � �i
_ -i�
,
�.
( ature)
Title: president
�ate: �3 { �1� � ...1 � �..
�
EIVD OF SECTION
CI7Y OF FQRT WORTH
S7ANpAR� GONSTRUCTION SPECIFICATION DQCUMENTS
Revised 9/30/2021 OU A1 00 Bld Proposal Worlsbaok.xlsx
OD45 lf -1
SIDDERS PREQUALIFICATION3
Page i nf 3
sEeTroN oo a� i�
BII]DERS PREQUALIFICATIONS
1. Summary. A Bidder or their designated subcontraciors are required to be prequalified or
have applied for prequalification by the Ciiy for the work types requiring prequalification
Qrior to subznitting bi.ds. To be considered for award of contract t�e Bidder must submit
Section 00 �5 12, PREQUALIFICATION STATEMENT far the work type(s) listed with
their Bid. Any contractor ar subcontractar who is not prequa.lified for the wark ty�e(s} listed
must su.6mit Section OU 45 13, PREQUALIFICATION APPLICATION in accordance with
the requirements below. The information must be submitted seven ('� days prior to the
date of the opening of bicis. Subc4ntrac#ors must %llow the same timelines as contracto.rs
for obtaining prequa�ification re�iew. Bi�iders or Subcontractors who are notprequalified at
the time hids are opened and reviewed tn.ay cause the bid tobe r�jected.
The prequali�cation proc�ss will estab�ish a bid linnit based on a technical evaluation and
financial analysis of the cnntractor. Far example, a enntractor wishing to submif bidson
projects to be opened on the 7th of April must fi1e the informatian by the 31st day ofMarch
in order to eIigibleto work on these pro3ects. In order ta facilitate the appro�ai of aBidder's
Prequalification Application, the foliowing must accompany the subsnission.
a. A complete set af audited or reviewed financia! statements.
(i) Classifed Balance Sheet
(2) Lncome Statement
(3} Statement of Cash �`laws
{4) StatemenY of Retained Earnings
(S) Notas to t�e Financial Statements, if any
b. A certif ed capy of the firm's organizational docume�nts (Corporate Chat�er, At�icles
of Incorporation, Articles of Organization, Cert�ficat� of Formation, LLC
Regulataons, and Certificate of Limited Partnership Agreement).
c. A cornpleted Bidder Prequalification Application.
(1) The fi�rm's Texas Ta�cpayer ldentification Number as issued by the Te�as
Comptroller of Publie Accounts. Ta obtain a Texas T�payer ldentification
number visit the Texas Comptroller o� Public Accounts anline at the
following weh address wwv�v.window.state.�.us/ta�cp�rmitJ and fil! out the
application to apply far your Taxas t� ID.
(2) The firm's e-mail address and f�numbar.
(3) The fi�rm's DLJNS numb�r as issued by Dun & Sradstreet. This number
is usad by the Ciiy fQr requireci r�porting on Federal Aid projects. The DiJNS
number may be o.btained at vvww.dnb.com.
d. Resumes reflecting the construction experience of the principles of the firm for firrns
subtln:itting their initial pr�qualification. Thase resumes should include the sizeand
scope of the workperformed.
e. Other infor�mation as requested by theCity.
2. Prequalification Requirements
a. Financiai Stateme�ts. Financial statement suhmission must be provided �n
accordance with iha following:
(1) The City requires that the original Financial Statement or a certif ed copy
be submitted for consideration.
CITY OF FORT WORT H Westside QI2A-Inch Water Transmission Main
STA]VDARD CONST12UCfID�Y SPECIFICATION IIOCUMENTS City Project No. 1 U2689
Revised August 13, 2Q21
004531-2
BCDDERS PREQUALIFICATTOIVS
Page 2 of3
(2) To be satisfactary, the financial staternents must be audited or reviewed
by an independent, eer�ified public accounting firm registered and in
good standing in ariy state. Current Texas statues also require that
accounting f rms performing audits or reviews on business entities within
the State of Texas be properly licensed or registered with the Texas State
Board of Public Aceountancy.
(3) The accounting iitm shouId state in the audit report or reviewwhether
the conttactor is an individual, carparation, or limited liability comp.any.
(4) �'inancial Statements musfi be presented in U.S. dollars at the current rate
of exchange of the Balance Sheet date.
{5} The City will not reco�ize any certi�ed puhlic accountant as
independent who is nat, in fact, independent.
(6) The accountant's opinion on the fmancial statements af tha contracting
company should state that the audit or review has been conducted in
accordaz�ce r�vith auditing standards generally accepted in the United
States of A�nerica. This must b� stated in the accounting firm's opuaion.
It should: (1) express an unqualifed opinion, or (2) express a qualified
opinion on the statements taken as a whole.
{7) The City reserves the right to require a new staYement at anytime.
(S) The financial statement must be prepared as of the last day of any manth,
not more than one year old and must be on file with the Ci#y 16 mon#hs
th.ereafter, in accordance with Paragraph I.
(9) The City wi11 determine a contractor's bidding capacity for thepurposes
af awarding contracts. Bidding capacity is d�termined by multiplying the
pasitive net working capital (warking capital= current sssa.ts —current
liabilities) by a factor of I 0. Qnly those statements reflecting a positive
net warking capital position will be consid�red satisfactary for
prequa�i�cation purposes,
(l0} In the case that a bidding date falIs within the tune a new fu�ancial
statement is being prepared, the previous statement shall be ugdated with
proper verification.
b. Biddet� Pregualification Applicatian. A Bidder Prequali#ication Application must be
submitted alang with audited ar reviewed financial statements by firms wishing to b�
eligible to bid an all classes of consfruction and maintenance proj ects.Incpmglete
Applitations will be re,�ected.
(1) In those schedules where there is nothing to report, the notation of
"None" or "N/A" should be inserted.
(2) A minimum af five (5} references of related wark must 6e provided.
(3) Su6mission of an equiprnent schedule which indicates equipment under
the contrnl of the Contractor and which is related to the type af war�C for
which the Contactor is saeking preyualification. The schedulemust
include the manufacturer, modef and general common description of
each piece of equipment. Abbreviatians ar means ofdescribing
equipment other than provided above will not be accepted.
3. Eligibility for Avvard of Contract
a. The City shall be the sote judge as to a cantracfor's prequalification.
h. The City may reject, suspend, ar rnodify any prequalification for failure by the
contractor to demonslxate accapYable iinancial ability or performance_
c. The City will issue a Ietter as to the status of the prequalification approval.
CIT'Y OF FORT WORT H Westside III 24-Inch Water Transmission Main
STANDARD CONSTRUCTIOI�i 3PECIFICATION DOCUMENTS Ci .ty ProjectNa. ]02689
Revised August l3, 2021
04451I-3
BIDDERS PR6QLTAL�ICATION3
Page 3 of3
d. IF a contractar has a valid prequalification letter, the cQntractor will be eligible to
�erform the prequalified work ty�es until ihe expiratian date stated in the lettar.
END OF SECTION
C1TY OF FpRT W0127' Fi Westside III 24-Inch Water Transmission NCain
STANDARA CQNSTRUCTTON 3PECIFICATEON DOCU14[�IVTS Ciry PrajectNo. ID2b89
Revised Augast 13, 2021
004512
PRE�UALIFICA710N STATEMENT
Page 7 of 1
sEc�io� ao �� ��
PREQUALIFICATION STAT�MENT
Each Bidder fior a City procurement is required to complete the information below by IdentiFying the
prequalified cQnkractors andlor subconiractors whom lhey intend to utilize for the major work type{s) {isted.
Major Work 'Type ConiractorlSubcontractot Company Name Prequalification
Expiratian Date
����
Auger 8oring - �42-inch •_� . � � _� ,� �4} �j r �,�y � _�� � . �,� _ � �
diameter casing and under � � �-' �
,�
Water Transmission,
Devefo ment, 24-inches and ' • ' � "
.!,
P (l_.��� � �,,r`.� +�a i��i� �, � 1..�.�
smaller
The unckersign�d hereby certifies that the contractors andlor subcontractors described in tite kable above are
currently prequalifled for the wark types listed.
BIDDEFZ:
Reyes Grdup Ltd.
1520 Parker Road
Grand Prairie, TX 75050
�y: NJ,arcos G. Fj�yes .
- , _ ,
. �i a
Title: president
� �`� 1 � Z�
oate: , .► �
END OF S�CiION
CITY dF FORT WORTF{
STA[��AR� CONSTRUCTION SPECIFICATION DOCUMENTS
Revlsed a913012027 oa 4i 00 Bfd Froposal Warkbaok
���� �,�h��
SECTION 00 451�
PREQUALIFICATION APPLTCA.TION
Date of Balar�ce Sheet
'['exas Taxpayer ldentiiication No.
DLINS No.
EmaiUmail this quastionnaire aIang with iinancial statements to the appropriate group below. A separate
submiftai is required for waterlsev�er, paving, and lighting:
Name under vvhich youwish to qualify
Post Office Box
Street AdcUress {required}
Mark only one:
Individual
Limited Partnership
Genera! Pat�tnerahip
Corporation
Limited �.iability Company
City
State
Zip Code
City
5tate
Zip Code
Telephone Fax Email
*Financial Statexnents must be mailed. Mark the envelope: `Bidder Prequalitication Appl�cation"
oaas i3-z
BIDDER PREQUALIFICA'I'lON APPLICATION
Page 2 of B
BUSINESS CLASSIFICATION
The following should be campleted in order that we ma� properly ciassify yaur frm:
(Check the block(s) which are applicable — B�ock 3 is to be left blank if B1ock 1 and/or Block 2 is
checked)
� Has fewer #han I�0 emplayees
and/or
� Has Iess than $6,000,400.00 in annual gross receipts
4R
� Does not meet the criteria for being design�.ted a smail business as provided in 5e.ction
2005.001 of the Texas Government Code.
The classification of your iirm as a sma11 or large business is not a factor in detertnining eligibility to
become prequaIified.
Select zxlajar work categaries for which you would like to be prequalified {City may deem you are no.t
quali�ed for selected category or m�y aPprove yoa at a lesser size/length ancl maximum size may
not he lis�ed specifically under a major work category}:
MAJOR WORK CATEGORI�S
Water Department
Augur Boring - 24-inch diam�ter casing and [ess
Augur Boring - Greater than 24-inch diameter casin.g and greater
Tunneling — 36-Inches — 60 --inches, and 350 LF ar less
Tunneling - 36-Inches — 60 --inches, and greater than 350 i.F
Tunneling — 66" at�d greaier, 350 LF and greater
Tunneling — 66" and greater, 350 LF ar I,ess
Cathodic Pratectian
Water Distributinn, Development, 8-inch diasr►eter and smalle:r
Water Distribution, Urban and Renewal, S-'tnch diameter and smaller
Water Uistribution, Development, 12-inch diameter and smaller
Water Distributian, Urban and Renewal, 12-inch diamefer and smaller
Water Transmissio�, Development, 24-inches and smaller
Waier Transmissian, UrbanlRenewal, 24-inches and smaller
Water Transmission, Development, 42-inehes an� smaller
Water Transmis:sion, Urban/Renewal, 42-inches and smaller
Water Transmission, Development, All Sizes
Water Transmission, Urban/ReneWvaI,. All Szzes
Sewcr Bypass Pumping, 18-inches and smaIIer
Sewer Bypass Pumping, 18-inches — 36-inches
Sewer Bypass Puznping 42-inches and larger
CCTV, 8-inches and smaller
CCTV, 12-inch�s and smaller
CCTV, 18-inches and smal�er
CCTV, 24-inehes and st�a�aller
CI1`Y OF FpRT WORT H Westside III 2A-Inch Watcr Transmissian Main
STANDARD CONSTRUCTION SPECII'ICATION DOC[1MENTS City Project 1�Io. 1D26$9
12evised August 13, 2021
00 45 l3 - 3
BIDDER PREQUALIFICA7'103�f APPLICATiON
Page 3 of 8
MAJOR WORK CATEGORIES, CONTINUED
CCTV, 42-inches and smaller
CCTV, 48-inches and smailer
Sewer CIPP, 12-inc�es and smaller
Sewer CIPP, 24-inches and smaller
Sewer CIPP, 42-inehes and smaller
Sewer C1PP, All Sizes
Se�;v�r Collection System, Development, 8-inches and smaller
Sewer Collection �ystem, Urban/Renewal, 8-inches and smaller
Sewer Collection System, Development, 12-inches and smaller
Sewer Collection Sys�ern, ilrbanlRenewal, 12-inches and smaller
Sewer lnterceptors, Development, 24-inches and smaller
Se�ver Interceptors, UrbaniRenevval, 24-inches and smaller
Sewer Interceptors, Development, 42-inches and smaller
Se�ver Interceptors, Urban/Renewal, 42-inches and smaller
Sewer Interceptors, Develo�znent, 48-inches and smaller
Sewer Interceptors, Urban/Renewal, 4$-inches and smaller
Sewer Pipe Enlargement 12-inches and smaller
5ewer Pipe Enlargement 24-inches and smaller
Sewer Aipe Enlargement, All Sizes
S�wer Cleaning , 24-inches an.d smaller
Sewer Cleaning , 42-inches and san:�aller
5ewer Cleaning , AlI Sizes
�ewer Cleaning, 8-inches and smaller
Sewer Cleaning, 12-inches and smaller
Sewar Siphons 12-inches ar less
Sewer Siphons 24-inches or less
Sewer Siphons �2-inches or less
5ewer Siphdns All Sizes
Transportation Public Worlcs
Asphalt Paving Constructian/Reconstruction (LESS THAN 15,000 square yards)
Asphait Paving Construction/ReconstrucYion (15,OOQ square yards and GREATER)
Asphalt Faving Heavy Maintenanee {i1NDEA $1,OOO,b00)
AsphaIt Paving Heatry Maintenance ($1,0OO,OQO. and 4VER)
Goncrete Paving ConstructionlReconstruction (LESS THAN 15,000 square yards}*
Concrete Paving ConstructionlReeanstruction (15,000 square yards and GREATER)*
Roadway and Pedestrian Lighting
NQTE *There is not a prequalification requir�tnent for instal�ation of cancrete sidewalk, curb & gutter,
driveways, and panel replacement, only concrete paving
C1TY QF FORT WORT H Westsida III 24-Inch Water Transmission Main
STANDARD CONSTRUC!'IQN SPECIFTCATION DOCUMSNTS Cify ProjectNo. 102669
Revised August 13, 2021
004513-4
BIDDEA PREQUALI�'TCATION APPLICATION
Page 4 of 8
2, Haw many years has your organization been in busines� as a general contractor under your present
name'?
List previous business names:
3. How many years of experience in canstruction work has your organization
had:
{a} As a General Contractar: {b} As a Sub-Contractor:
4. �` What projects has your arganization coznpleted in Texas and elsewhere7
CLASS LOCATION NAME AND DETAILEb
CONTRACT OF DATE CITY-COUNT'Y- ADDRESS OF OFFICIAL TO
AMOUNT WORK COMPLETED STATE WHQM YOU REFER
�'If requalifying only show work per�ormad since last statement.
S.Have you e�er failed to complete any work awarded to you?_
If so, where and why?
5. Has any officer ar owner of your organization e�er been an officer af another organization that failed to
complete a contract?
If sa, state the name of the individual, other argarfization and reason.
7.Has any officer or owner of your organization ever failed to complete a cantract ez�ecuted inhis/her
nartae?
If so, state the name of tkfe individual, name of owner and reason.
CITY QF FpRT WORT H Westside III 24-Inch Water Transmission Main
STANDARD CONSTIZUCTION SPECIFICATION DOCUMENT3 City Project No. ] 02689
Revised August 13, 2021
List equipment you do not own but which is available by renting
oaas is-s
BIDDER PREQI[ALIFICAT'IOM APPLICATION
Page 5 of 8
8. In what other lines of business are yau financially interested?,
9. Have you e�er performed any work for the City7
If so, when and to whom do you refer?
10. State names and detailed addresses of all producers from whom you have purchased principai
materials during the last three years.
NAME OF FIRM OR COMPANY DETAILED ADDRESS
11. Give ihe names of any affiliates or relatives currently debarred by the City. In.dzcate your relationshig
to this person or firm.
12, What is the constructian e�erience of the principal individuals in your organization?
PRESENT MAGATITUDE
POSITION OR YEARS UF AND TYPE OF IN WHAT
NAME O�'FICE EXPERIENCE WORK CAPACITY
13. If any owner, of�icer, direetor, or stockholder of yaur firm is an employee of tia� 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 spousa, child, or parent af 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 eondition. This includes %ster children or those related by
adoption or marriage.
CITY OF FORT WORT H Westside III 24-Inch Water Transmission Main
STANDARD CON5TRUCTION SPEC[FICA`I'ION DOC[1MENT5 City Prvject No. 102fi89
Revised August l3, 2021
aaas i3-�
131DQER PREQUAC.IF[CATION APPLICATION
Page 6 0€&
CORPORATION BLOCK PARTNERSHIP BLOCI�
If a�arporation: If a partnership:
Date of Incarporation State of Organization
Charter/�'ile No. Date of organization
President Is partt�ership general, limited, or registered limited
liabi�ity partnership?
Vice Presidents
File No. (if Limited
Partnership)
�reneral Partners/Officers
Secretary Limited 1'artners (if apglicable}
Treasurer
LIMITED LIABILITY COMPANY BLOCK
If a corporation:
State of Incorparation
Date of organization
File No. Tndividuals authorized ta szgn for Partnership
Off'icers ar Managers (with titles, if any)
�xcep[ ior eiEniiea partners, trie 1paiv�quals l�sted in the blocks above are presumed to have fq�[
signature autharity for your �rmi unless oEherwise advised. Should you wish to grant signature
authority� for addifional individuals, pCease attach a certified copy of Ehe corparate resoluteon,
corpora#e minufes, partnership agreement, power of attorncy or other legal dacumentation which
�rants this authoarity.
CITY OF FORT WOR'I' H Westside IQ 24-Inch Water Transmission Main
STANDARD CONBTRUCTIONSP�CIPICATiON DOCUMENTS City ProjectNa. 102689
Aevised August 13, 2021
004513-7
BIBDER PREQUALIFTCATTON APPLICATIOId
Page 7 of 8
i 4. Equipment
�
TOTAL
Similar types of equipment may be lumped together. �f your firm has mo�e than 30 types of equipment,
you may show these 30 types and show the remainder as "various". Th� City, by allowing you io show
only 30 types of equipment, reserves the right to request a completa, detailed list of atl your equiptnent.
The equipment list is a representation of equipment under the cantrol af the firm and which is related to
the type of work for which the firm is seel�ing qualification. In the description include, the manufacturer,
model, and general common description af each.
�ALANCESHEET
ITEM QUANTITY ITEM DESCRIPTION VALUE
1
2
3
4
5
6
7
8
9
IO
ll
12
13
14
IS
16
r�r
is
19
zo
ai
22
23
24
25
2f
27
28
29
30
Various-
TOTAL
CTPY bF FOI21' WORT H Westside III 24-Inch [Water Transinission Mzin
STANDARD CONS'CRUCTION SPECIFICATION AQC[IMENTS City Projeetl�lo. 102689
Revisad Augeist 13, 2021
004513-5
BIDDER PREQUALIFICAT[ON APFLICATION
Page 8 of 8
BIDDEI2 PREQUALIFICATION A�FIDAVIT
STATE OF
CO[TNTY OF
The undersigned heraby cieclares that the foregoing is a#rue statement of the financial condition of the
entity herein first named, as af tha date herein #irst given; that this stat�rnent is far the express �urpose of
inducing the party ta whom it is submitted to award the submitter a contract; and that the accountant who
prepared the balance sheet accompanying this repart as well as any depository, vendor or any ather
agency herein nam;�d is herehy authorized to supply each party with any information, while this statement
is in force, necessary to verify said statement.
, being duly sworn, depo�es and says that
he/she is the af , the entity
described in and which executed the foregoing statement that he/she is familiar with the books of the said
entity showing its �tnan:cial condition; that the foregoin.g financial statement talcen from the books of the
said eni�ty as of the date thareo� and that the answers to the questions of the foregoing Bidder
Prequalification Applicatian are cortect and true as of the dafe of this affidavit.
Firm Narne:
Signa�ure:
Sworn to before me this
day of ,
Natary Public
Notary Public must not he an officer, directar, or stockholder or relative ther�of.
C1TY OF FaRT WQRT H Westside [fI 24-Inch Water Traosraission Mair�
STANDARI7 CONSTRUCTI�N SP�CIFICATI4N DpCUMENTS City Project No. 1�2689
Revised August 13, 2621
aons2�-i
CONTRAC'I'OR COMP[.IANCE WITFi WORKER'S CpMPC:NSATION LAVJ
Pqge l of 1
SECTIOIV 00 4S 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATiON LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's coinpansation insurance co�erage for alI of its employees employed on City
Project No.102S89. Contractor further certifies kl�at, purs�ant to Texas Labor Code, Section
446.096(b), as amended, it will provide tn City its subcontractor's certificates of epmpliance with
worker's campensation coverage.
CDPiTRACTOR:
Reyes Group Ltd. _
Company
152U Parker Road
Adciress
Grand Prairie, TX 75Q50
City/State/Zip
gy; Maxcos G. Reyes
� lease Print) ,�
Signature:
�
Title; President
(Please Print)
THE Si'ATE D� T�XA$
COUNTY OF TARRANT
SEFORE ME, the undersigned authority, an this day personally appeared
.,
]►�i'^D.� % �� �. � , known to me to be the persan whase name is
subscribed ta the fare n�ng instrument, and acf�ctlawledged ta me that he/she execuied the same as
the act and deed of � E"' Gi.� '';����1'?+ far the purposes and
car�sideratinn th�rein expressed and in the capacity therein stated.
GIV�N UNDEft MY HAND AND S�AL OF OFFICE this �5'� day of
��.t.+.• , aa� .
,��� /��r -
� � �
+�� Notary Public in and f r t� t e f Texas
.�``�var'�., MAAICEiA R�Y�S
END OF SECTIaN �*�1�;:.. � .'�
z�° ' �'s Natery Puhlic, 5tat� of �'ex�s
;�����r Comm. Explres o�•09-2Q23
�qrni�,•�` Not�ry ID 12864411�
CfTY UT FORT WOIiTH Weslside [II 24-Inch Water T�ansmission Main
SiANDARDCONSTRUCT[DN 3PECIFICATIOiV AQCUMEI�4TS City Projecl No, 1Q26$9
Revised laly I, Z011
oa as 40 - i
Business Equity Goal
Page IR of2
SECTION 00 45 40
Business Equity Goai
APPLICATION OF POLICY
1 If the total dallar Walue of the contract is $1 a0,000 or more, then a Business Equity goal is applicable.
A Business Equity Firm refers to certified Minority-, andlor Women-, owned Susiness Enterprises
(M/WBEs}.
POLICY STATEMENT
Tt is the policy af the City af Fort Worth to ensure the fulI and equitab3e participation af Business Equity
Firms wia�n applicable, in the procurement of all goods and services. All requirements and regulations
stated in the City's Busin�ss Equity Ordinance No.25165-10-2025, (replacing Ordinance No. 24534-11-
20�0 (cadi�'ied at: hitps://codelibrarv.amle�al.com/codeslftworth/latest/ftworth t�c/0-0-Q-22593) a�pl� to
thi� bid.
BUSINESS EQUITY PROJECT GOAL '
The City's Business Equity gaal on this pcoject is 6! of the total bid value of the eontraet (�ase bid
ap�lies to Pa�ks and Cammunity Services�.
METHODS TO COMPLY WTTFI THE GOAL
On Ciiy contracts where a Business Equity Goal is applied, of%rors are required to comply with the City's
Business Equity Ordinance by meeting or exceeding the above stated goaI ar otherwise comply with the
ordinance through one of the following methods: 1. Connrnercially useful services performed by a
Susiness Equiiy �rime confractor, �. Business Equiiy subcontracting participation, 3. Combination
of Business Equity grime service� and Business Equi#y subcontraetin� participation, 4. Basiness
Equity Joint VQnturelMentor-Prot�ge participation, 5. Good F`aith Effart documentateon, or 6.
Pri�ne contractor Waiver documentation.
SUBMITTAL OF REQUIRED DOCUMENTATION
Applicable documents (listed below) must be received by the Purchasing Division, OR the oiferor shall
EMAIL tl�e Business Equity documentation to the assigned City of Fort Worth Project Manag�r or
Department Designee. Doeuments are to be received no Iater than �:00 p.m., on the third City
6usiness day after the bid opening date, exclusive of Ehe bid opening date.
The Offerar must submit one or naore of tI�e failowing documents:
1. Ufilization Form and Letter(s) of Intent, ifthe goal is met or exceeded;
2. Good Faith Effort Form and Utilization Form, including supporting documentation, if
participation is less than stat�d goal, or no Bjasiness Equity participatian is accomplished;
3. Prinne Contractor Waiver Form,. including supporting documentation, if ti�e Offerar wi11 perform
all subcontracting/suppliar oppor[unities; or
4. ,�oint Venture/Ment+or-Protege Form, if goal is met or exceed�d with a doint Venture or Mentor-
Protege participation.
These forms can be found at:
Business Equity Utilization Farm and Leiier of Intent
hktps:llaAns.fartworthtexas.�ovlProjectResources/ResourcesP/bU°fo2Q-
%20MWBE/NEW%20Business%20Equity%200rdinanceB usiness°1o20E4uitv%20 Utilization%20Form.
�
C17'X OF F012'P WOIiTH Westside III 24-Inoh Water Transrnission Main
STANDA]tU G�N5TRUCTIQN SPECIFFCAT[ON DOCUMEIVT'S City ProjecE No. 102684
Revised Qcto6er 2'i, 2021
ooasao-z
Business Equity Goal
Page �IL of 2
Letter of [ntent
https://apps.fartworth�exas. a�jectResourceslResourcesP/60 - MWBEMEW Business �quity
OrdinancelLetter of Intent-2021.pdf
Businass Equity Goad Faith Ef#'ort Farm
htt s:lla s.fnrtworthtexas. ov/Pro'ectResourc�s/ResourcesP/60%24-
°/a20MWBE/NEW%20Business%20E ui %200rdinaneeBusiness%20E ui %20Gflod%o20Faith%20Ef
fort%20Foz�m.Qdf
Business Equity Prin�e Contractor Waiver Form
https://apps. forlwnrthtexas,go�/Proj ectResources/ResourcesP/60%2U-
°/a2flM W BEINEW%20B usincss°/a20E�uity°/a200rdinanceB usiness%20Eq,uity%20Prime%20Contractor
%20Waiver,pdf
Business �quity .Toint Ventura Form
hti s:lla s.fortwarthtexas. ov/Pro'ectResourceslResourcesPlbO%20-
%20MWBEINEW%20Business%20E ui °/a2pOrdinanc�/Business%20E ui %20Jaint%20Venture. df
FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORIDNINAC� WTLL
RE5[JLT Ii�' THE BIDD�It10F�'�+ ROR BEjNG DECLARED NON-RES�NSIV� AND THE BID
REJECI'ED.
FAILURE T� SUSMIT THE REOUIRED BUSINESS �OU7'Y DOCUMENTATION OR OTHERV4'ISE
COMPLY WITH THE �RDINANC� WTLL R��ULT IN TH� BID SEING DECLARED NON-
RESPONSIVE TH� B�D RE.��CTED AND MAY SUBJECT TAE BIDD�R/QFFEROR TO SANCTION�
AS DE5CRIBED IN SEC. 2U-373 OF THE ORDINANCE.
For Questions, Please Contact The Business Equity Division of the Departm�nt oiD'rversi[y and
Inclusion at (817) 392-26'��4.
�ND OF SECTION
C1T'Y OF FORT WORTI-I Westside III 24-Inch Water Transmission Main
STANpARp CONSTRUCTI0IV SP�CIFTCATION DOCi.IIvIENTS Ciiy Project No. 102689
Re�ised Oatober 27, 2021
OQ 52 43 - l
Agreernent
Page 1 ofb
sECTTON ao �� a�
AGREEMENT
THIS AGRCEMENT, auEhorized on is mac�e by and between the City af Fort
Worth, a Tea�as home rule manicipality, acting by and ihrough its duly authorized City Manager,
("City"}, and Reyes Groun Ltd, authorized ta da business in Texas, acting by and through its duly
authorized representative, {"Contractor"). City and Coniractor may jointly 6e referred �a as
Parties.
City and Contractor, iu consideration af tlie rnutual covenants hereinaiter set forfh, agree as
follows: �
Article 1. WORK
Contractor sha11 complete all Work as specified or inc�icated in the Contract Docurnents for the
Prajec# identifiad herein.
Article �. PROJECT
The projact far which the Work under the Contract Documents may be the whole or only a pairt is
generally described as fallows:
Westside III �4-Yneh Water Transmissian Main
Citv Proiect Nn.102G89
Article 3. CONTR�iCT PRTCE
Ciiy agzeas #o pay Cantractor for performance of the Work in accordance with the Cor�tract
Documents an amount, in current funds, of three million fbur hundred ei h�fv-eight thousand ei�
hundred eighiv-eight Dallars 881l00 ��3,4$g 8�$ sarioo�� C��.�.act price may be ad�usted by change
ord�rs duly authorized by the Parrties.
Article 4. CONTRACT TIME
4.1
Final �.ceepiance.
The Work shall he cornplete for Final Acceptance within 300 days after th� date when the
Contract Time commences to run, as provided in Paragiraph 2A2 of #he General Conditions,
plus any ext�nsion thereof allowed iu accordance with Article 12 of the General
Conditions.
4.2
Liquidated Damages
Coniractor recognizes that time as of the essence fox eompletion of Milestones, if any, and
ta achieve Final Accepfiat�ce of the Work and City and the publie will suifer frotn loss of
use if the Work is not completed within the tune{s) specified in Paragraph 4.1 above. The
Contractar also recaginizes tl�.e delays, expense and difficulties involved in proving in a
legal proeeeding, the actual loss suffered by the City if tha Wark is not compl�ted on
tune, Accor�ingly, instead of requiring any such proof, Contractor agr�es that as
liqnidate�i damages for deXay (but �aot as a pena(ty), Contractox shall pay Cxty Nine
Hundred Dollars ($900. OQ} for each day that expires after �he Yime specified in Paragraph
4.1 for �'inal Accap�ance until the City issues tiie Final Lettex af Acceptance.
CITY OF FOitT WORTH Westside III 24-Jnch Water'�'xansition Mam
STANDARD CONSTRUCTION SkECIFICATION bpCUMENTS Cily Project No, 1fl2689
Revised I1/23/2Q21
605243-2
Agreeme�t
Pagc 2 of 6
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
A. The Contract Documents which comprisa the entire agreement betvveen City and
Contraetor concerning the Work consisi of ihe follnvving:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Fot�
2} Vendor Compliance to State Law Nazi-Resident Bidder
3} Prequaliiicatian Stafiement
4) State a.nd Federal. dacuments {project speczffc)
b. Current Prevailing Wag� Rate Table
c. Insurance ACORD Form(s)
d. Payuaent Bond
e. 1'erfartnance Bond
f. Maintenance Bond '
g. Power of At#orney far the Bands
h. Warker's Compensation Aif'idavit
i. MBE and/or SBE Utilization Fozna
3. Genex�l Canditions.
4. Supplernen.tary Conditions.
5. Specifications sgeci�ieallq made a part of the Contract Doc�rrnents by attachment
or, if not attached, as incorporated by reference and described in the Ta6Ie of
Contents of the ProjecYs Cnnfxact Documents.
6. Drawings.
7. Addenda.
S. Documentaf�on submiited by Contractor prior to Notice of Award.
9. T�e fallowing which may be delivered or issued after the Effective Date af tbe
Agreement and, if issued, became an incorrporated part of the Co�traet Docu�n;�nts:
a. Notiee to Proceed.
b. Field Orders.
e. Change �rdazs-
d. Letter oi Final Acceptance.
Article 6. INDEMNIFTCATZUN
6.1 Contractor covenants and agree� ta indemnify, �oad harmless and defend, at its own
e�pens.c, the city, iis officers, servants and employees, from and a.gains� any and all
claims arisin� out of, or alleged ta arise oat of, the vvark and services ta be �erforrned
by the contractor, iYs of�cers, agents, employees, sahcantractors, licenses or invitees
under ti�is contract. This i�demniiication pCovision is speci�cally in�ended t0 operate
and be effecfive even i� it is alle�ed or prov.en that all or same of the damages bein
sou�ht were taused, in whole or in aart. bv anv act, omission or negli�ence a�'the city.
This indemnity provision is iutended to include, withaut IimitaEion, indem�aity for
costs, egpenses anci legal fees incurred by the city in defending agaiust such claiuns and
caases of actions.
CITX OF FOIiT WORTI-I Westside RI 24-Inch Waker Tzansition iVlsin
STANAAEiD C01�57'RiTCTION SPECIFICATlON DOCUIvTEi�[T5 City Praject No. 1Q26$9
Revised 11/231202]
ooszq3-�
Agreement
Page 3 of 6
6.� Contractor covenants aad agrees to indemuify and �o1d harmless, af its own ex�ense,
tl�e ciiy, ifis officers, s.ervants and empiayees, from and against any and aEl loss, damage
or destr�ction of property of the city, arising ouf of, or aI[eged to arisa aut of, the work
and se�vices to be performed by the contractor, its oificers, �gents, employees,
subcanhract.ors, licensees ar invitees under th.is cantract. This indemni�cation
rovision is s ecificali intended to o erate and be effective even if it is alle ed or
raven thaf a�l ar some of the dama es bein sou ht were caused in whole or in art
bv anv acti, omissian nr ne�li�enee of the citv.
Articfe 7. MISCELLANEOII�
7.1 Terms.
Terms used in tius Agreement which are defined in Article 1 0� the General Cand'ztions will
have the meanin�s indicat�d in th.e General Conditions.
7.2 Assignmen.t of Contract.
This Agre�znent, includ�ng aII of the Contraat Dncuments znay not be assigned by tha
Contractor vvithaut the advanced express written consent a�tlae City.
73 Successors and Asszgns.
City and Contractar each binds itse3f, its partners, SLICC�SSOXS� assigns and legal
represenfiatives to tk�e other pa�,y hereto, in respect to all covenants, agreemen�s and
obligatians contained in the Cantract Docuruents..
7.4 Severability/Nan-Waivar o�' Claims.
Any provision or part af ttae Contract Documents held to be unconstziutional, vaid or
unenforeeable by a cnurt nf conapetent jurisdiction shall be deenned stricken, and ali
remaining provisions sha11 c.ontinue to be valid and binding upon City aind Cantra.ctor.
The failure of City or Cantractor to znsist upon the performance of any te�rn or provision of
this Agreement or to exercise an.y righ.t granted herein shall not canstitute a waiver of City's
or Canirac#or's respective right to insist upon appropriate getformance ar to assert any such
right on any fuiure occasion.
7.5 Ga��rr�ing Law and Venue.
This Agreement, including all of the Contract Docum�nts is performable iz�t the State of
Texas. Venue sha11 be Tarrant Caunty, Texas, or ttie Uni�ed States Disirict Caurt for t�a
Northern Distrzct af Texas, Fort Worth Division.
7.6 Authority ta Sign.
Con#ract�r shall attach �vidence of authority to sigta Agreeznent if signed by someone ather
than the du�1y authorized signatory of the Contractor.
7.7 Non-appropfiation af Funds,
In the event no funds or znsufficient funds are appxopriated by City in any fiscal periad for
any payments due laereunder, City wi11 nofify Vendor of such occurrence and this
Agreemer� shall temnirnate on tha last day of the fiscal periQd for which appropria�ions were
re�eived without penalfy or expense to City of any kind whatsoever; except as to the
gortions of the payments herein agreeci upon for wkiiah funds have been appropriated.
CiTY dN FORT WORTH Westside ITI 24-Tnch Water Transition Main
5TA1VDl1RU CDNSTRUCTT03Y SYECIFICAT[ONf DOC[lIv1ENT3 City Project Na, 102b89
Revised 1 L123/2021
005243-4
Agreement
Page 4 of 5
7.8 Prohibiiion On Coniracts With Compan.i.es Boycotting Israel.
Cant�ractor, unless a sole proprieto�, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Cantractor has 10 or xtxore fi�11 tzme-employees and the
contzact value is $1 QO,OQO or moze, the City is prohibit�d from entering into a contract with
a compatay for gaods or services unless the contract contains a wz�tten verification frvm the
cornpany fhat it: (1] does not boycatt Israel; and (2) wi11 not boy�ott Israel during the term
of the cozxtx�act. The terms "boycott Israel" and "company" shall have the meanings
aserib�d to those terms in Section 808,001 of the Texas Governnaezzt Coda. By si.gning this
contract, Contractor certiSes ihat Cantractor's signat�ure provide� written
veri�cation to the Cify that i� Chapter 2271, Tegas Govern�ment Code applies,
Cantractor: (1) doe� not boycott Israel; and (2) will noi boyeotk Israe! during the ierm
of the contract.
7.9 �zohibitir�n an Soycotting Energy Companies.
Contractor acknowledges that in accardanee with Chapter 2274 0#' ihe Texas Gavernment
Code-(as added by Acts 2021, 87th Leg., R.�.,. S.B. 13, § 2), the Ciry is prohibited from
entering into a contract for goods or services thaf has a value af $IOD,OOa or more, which
wilI be paid wholly or partly from g�ublic funds of the City, with a company {with 10 or
mor� full-time employees) unless the contract con#ai�ns a written veriiication from the
compan.y that it: (1) does not baycatt energy cvmpanies; and (2} wi11 not boycott energy
companies during the term of the contract. The Yezxn.s "boycott energy company" and
"compat�.y" ha�e the meaning ascribed ta those tertns by Chapter Z274 af the Texas
Gavernment Cod� (as a�ded by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent
that Chapter 22`74 of the Government Cade is applicable to this Agreernettt, by
signing t��is Agreement, Cantractor eertif'ies that Contractor's si�natare provides
written rver�€�"icatiou to the Cify that Contractor: (1j does nat boycotf energy
eompan.ies; and {2) will not baycott ener� campanies during the term nf this
Agreement.
7.10 Prohibition on Discrixa�iu�ation Against Fireaim and Ammunition Industries.
Contractar aclrnawledg�s th.at except as otherwise provided by Chapter 2274 of the Texas
Gavernment Code {as adde� �y Acts 2021, 87th Leg., R.S., S.B. I9, § 1), the City is
prohibited fram enterinig inta a contract for goods or services that has a value of $10Q,OOa
or more whieh will be pazd wlaolly ar partly from pub�ic funds of the C1ty, with a eompany
(with 10 or more full-titt�.e emplayees) unless the contrac# contaains a written veri�cation
from the company t�at it: (l.} does not have a practice, policy, guidat�ca, ax d�rective that
discriminates against a firearm entity or firearm trade association; and (2) wiIl nat
dxseriminate during the term of tk�e contract against a firearm entity or firearm �rade
aSSQC12LYlOri. Ti10 t0I7T13 "C�13CI'].I]fllIlat�," "firearm entity" cltld "�li�a1'jIl iC�� &SSqC18�lOri"
have the meaning ascribed ta those terms by C�apter 2274 of the Texas Govarnment Gade
(as addec� by Acts 2021, 87t1a Leg., R.S., S.B. 19, § 1}. To the exteat that Chapter 2�74
oi the Go�ernment Code is applicable to this Agreement, by signing this Agreement,
Contractor certifies tha# Contractar's signature provides wriEten� veri�cation ta the
Cify thaf Contractor: {1) does not have a prattice, poliey, g�aidance, or directive that
discrimivates against a�rearm entiky or �irearm trade association; and (�) will not
discriminate against � fireaxm entity or frearm trade associat�an during the term of
this Agreement.
CTTY OF FOAT WORTH Westside llI 24-Inch Water Transition Main
�TA1�DA�iD COI�TSTRUCTION SPECiFICATiO3�T 130CT]MENTS City Pmject No. 302689
Revised 1 112 31202 1
005243-5
Agreement
Page 5 of 6
'1.11 Immigratzan Nationality Act.
Contractor shail verify the identity and etnploym.ent eligibility of its emp�oyees who
perfarna. work under ihis Agreemenk, including campleting the Employment Eligibilit�r
Verifzcation Fonn (I-9). Upa�, request by City, Contractor s3�a11 provide City with copies of
all I-9 Forms and supporting eligibiliiy documentation for each et�ployee who performs
�rork under this Agre�zn.ent. Contract�r sha11 adhere to all Federal and State laws as well as
establish apgropriate procedures az�d controls so that no services will be p�rfarmed by arty
Contractar employee who is npt legally eli�ible to pez�azxn such services.
CONTRACTOR SHALL 1NDEMNII+`Y CITY AND HOLD C�TY HARMLESS
FROM ANY PENALTIES, LxABILITIES, OR LO55E5 DUE TO ''VTOLATIONS OF
THIS PARAGRAPH SY CONTRACTOR, CONTRACTOR'S EMPLOYEES,
SUSCONTRACTORS, AGENTS, OR LI�ENSEES. City, upon vvrittcn notzce to
Contractor, shall hatre the right to imzz�ediately terminate this Agreement for violations of
this provision by Coniractor.
7.12 No Third-Party Beneficiaries.
This Agreement gives no rights or beriefits to axtyane otki.er ti�azi the City and the CQntractor
and th�re are no t�ird-party beneficiaries.
7.13 No Cause of Action Against Engineer.
Contraetar, its subcontractors and equipment and materials suppliers on �ie PRD3ECT or their
sureties, shall mait�tain no direct action against the Engineer, its officers, employees, and
subconiractors, for any claim arising out of, in connection with, or resulting from the
engineering services per�f'oz�ned. Only �he City will be the beneficiazy of any undertaking by
the Engineer. The presence or duties of the Engineer's persox�el at a construction site,
whether as on-�iie represerntat�ves or othervvise, do not make the Engin�er or its personnel
in any way respo�ri5ible for those duties that belong to the City attd/ar the City's construction
contxactors or other en.tities, and do not relieve the construction contractors or any other
entity of their obligatians, dut�es, and respansi6ilities, including, but not limiteci to, a11
construction methads, means, techniques, sequences, atid procedures necessary for
coordinating and completing a1I portions of the construc�ion t�ork in accordance with the
Contract Documents and any health or safety grecautians required by such consir�ction
work. The Engineer and its personnel have no authority to exercise any contral aver any
construction can�ractor or other entity or �eir empioyees in connectio� with their woxk or
any health ar saf�ty pz'ecautions.
CITY �F FORT WOIZTH Westside lii 24-Tnch Water Transition Nlain
STAND,ARD CbNS'I'1tLTCTI�N SFECIF[CAT�ON DOCi7MEN'['S Ciiy Pro}ect No. 102689
Revised 11/23/2021
OOS2A3-6
Agrtcmenl
Pege G of 6
IN WITNL�SS WHEREOF, City aisd Cnntractor I�ave eacl� exeauted kliis Agree�ne�tt to ue
eff'ective �s of #he date subscribed Uy tlie City's designAted Assistant City Ma��ager ("Effeciiva
Date").
Canlractor, �C� ��; �i� _,�, [ #�c'�
]3y,
Rej;e� P:+3otr,� Lrc� ,
• � .
i ahir� -
arcos �. Reyes
{Princed Nan�e)
President
Title
1520 Farker Road
Address
Grand Pra�rie, TX 75050
CitylStntelZip
c��y Qero�t w���
By:
��t3 � r.���
.--- �� - ,. �
Dana Bucghdoff
Assistant City Mt�x�ager
J u I 29, 2022
Date
�.tt�5f:
J nnette Qvndall, C�ty t
(Seal}
�`� � �.t � '� ��
,�� � .....,,..
i ' �,..••� � ..
�� -� �
� ' �- �
�i � i � �;
. � � �.
�� �• . f� �.�-.
M&C: ��►`��� ��
Date Date: ^i�� � "�t;� � �� � �
l�amy 1295 No.: �� �e� _ ,�q � "�� �
Cantract Compliance lll�anuger:
By signing, 3 acknowl�dge tliat I ant tlye persan
responsible far the mon[toring and
adn�iiiistration ofthis contract, includi���
ensuring �ll pecfonnance and repotting
requirements.
yv'�r A1a�r•wr��r?
Wa��er Nnrwnod, �.8. —
PfO�CC[ ��Ai1Fl�81'F �untPr hn�&1'�1i1£Il�
Approved as to Form and Legality:
B�9d�
Dotig{as W. Black
Sr. Assistant Ciky Atkornay
APPRUVAI. ItECOMMENDED:
rl.rxr��� +�/�errJp� —
Ghristopher I'. Harder, I'.�,
Directnr, Water D�partsuenf
CCfY Or FdtiT 140RTH IVC51SIdC Iil �4-f11C11 �VflICF'l7en5flibn Main
S'fAA1DARUCONSTktUCTIbA! S!'�CI�ICATION b(}CUivIT:NTS �" iiity ie,��••�� FA�..9#Fq{�g�
�teviscd 1 tl231z421 I
Bond No.167644fl65
oos� �3-a
PHRFORMANCE BO1�D
Page [ of 2
S�CT10N 00 61 I3
PERFORMANCE BOND
THE STATE OF TEXAS §
§ K.I+]OW ALL BY THESE �RES�N'TS:
COUNTY O�' TARRANT §
That we, Reves Graup Ltd, known as "Principal" herein and,
Tra�elers Casualty and Sur�ty Company of America , a corporate surety (suret�es, if
more than ane) duly authorized ta do business in the State of Texas, icnown as "Surety" herei�
(whether one or rnore), are held and firmly bound unto the City of Fnrt Worth, a municipai
corparation created purs�tant to the taws of Taxas, known as "City" herein, in the penal sum of,
three million four hundred eightv-eieht thousand eig„ht hundred ei�hri-ei�ht Dollars ��oo
($3,488,$8$ ���0°�,, l�wful maney of fhe UniEed States, ko be pa�d in Fort Worth, Tarrant County,
Texas for the payment af vvhich sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and s�verally, firmly by these presants,
WHEREAS, the Frincipal has enEered into a certasn wtitte�t eantract with the City
awarded the �� day of ,���t� , 2Q� which Contract is hereby referred ta and
made a part hereof for all purposes as if fully set forth herein, to furnish atl �naterials, equipment
labor and other accessories defned by lavr, in clie prosecution of the Work, including any Ct�ange
Orders, as provided for in said Contract designate� as Westside III a4-Inch Water
Transmission Main, City Prvject No. 102689
N�W, THEREFORE, the conditian of this obligation is such that if the said Principal
shall faithfully perform it obligations undar the Contract and shali in all respects duly and
faithfully perform the Work, including Change Deders, under the Contract, according to the plans,
specifications, and contract documents there�n referred to, and as well duriag any period of
extension of the Contract that may be granted on the part of the City; then #his obligation shall be
and becomc nuli and void, otherwise to remain in full force and effect.
PROVIDED FURTHER, thai if any legal action be �led nn this Band, venue shall lie in
Tarrant Gaunty, Texas or the United States District Court for the Norkhern District of Texas, Fort
Worth Ui�ision.
C1TY OF FORT WpRTH Westside III24-lnch WaterTrat�srnission Main
STANDARb CONSTRUCTiON SPECIFICATEON DOCIfMCN7'S City Project No. 162b89
Revised luly l, 20l I
0061 13-2
PERFORMANC�:SOND
Page 2 of 2
7'his bond is mad� and executed in compliance with the provisions af Ctaapter 2253 of the
Texas Gavernment Code, as amended, and a[1 liabilities an this bond shall b�e determined in
accordance with the provisians of said statue.
IN WITNESS WHER��F, the Prin¢ip�l and #he Surety have 5[GNED and SEAL,ED
this instrur�ent by duly authorized agents and nfficers an this the �� day of
.�] u T1 C.. . 2Q_.�+
A S•
.
( i ipal} 5ccr tary
I�
* cf i
Witn� e�, Ptincipal
� v.� �,
itness as to Surety
PR[f�4C1PAL:
Re es Grau Ltd.
.�
BY:
• ignakure
C/
+�1aa�os �, #�E rs � �rrs.rde.1�
Name and �itle
Address: 9 520 Parker Road
Grand Prairis, TX 75050
SURETY:
Travelers Casualty and Surety Company
o merica
BY: �
5ignature
Lucianne Bischoff - Attorney in Fact
Name aud Title
Address: One Tower Square
Hartford, CT 06183 _
Telephone Number: (800)747-3719
*Note: lf signed by an officer of the Surery Company, there must be on file a certified extract
tcorr� the by-laws showing that this person has auihority to sign such obligation. If
Surety's physical address is different from its mai[ing address, both must be provided.
The date of Ehe bond shal l not be priar tp the date the Contract is awarded.
CI'I'Y OF FORT WORT}i
STANDARD CO1V57RUCT10N SPECIFICATION DDCUMENTS
Revised Iuly l, 24l i
Westside iIl 2A-lnch Watcc Trans�nission Main
City Project Nn. 102689
Bond �0.107644065
Q05E l4-I
NAYiv1ENT BDND
Page I of 2
SECTI.ON QO 61 14
PAYMENT BOND
THE STATE OF TEXAS §
§ KNQW ALL SY THES� PRESENTS:
COUNTY OF TARRANT §
That we, Reyes Group Ltd. lcnown as "Principal" herein, and
Tra�elers Casualty and Surety Company of America a corporate stu�ety
(sureties), duly authorized to do business in the State oF Texas, known as "Surety" herein
(whether ane or more), are held and firmly bound unto the City of Fort Worth, a municipa!
enrporation ereated pursuant ta the Saws of the State of T�xas, known as "City" herein, in t�te
penal sum of three millian four hundred ei h-ei ht thousand ei ht hundred ei ht -ei ht Dollars
serioo ��3 4g� ggg aa��oo�, �awful money af the United 5tates, to be paid in Fart Wnrth, Tarrant
Gounty, Texas, for the payment ai which sum well and truly be made, we bind nurseives, our
heirs, executors, administrators, suc.cessors and assigns, jointly and severally, firmly by these
presents:
WHEREAS, Ari�Ycipal l�as entered into a certain written Cantract with City, awarded ttre
;_ �� day of .�� ���z , 20�, whieh Corrtract is hereby referred to and
made a part hereof for all purposes as if fuEly set forth herein, ta furnish all materials, equipment,
labnr and other accessories as de�'ined by law, in the prosecution o#' thc Work as provided for in
said Contract and designated as Weststde III ti4-Inch Water Transmission Main, City Project
No. 10�589.
NOW, TAEREFOR�, THE CONDITION OF THIS OBLIGATIQN is such that if
Principal shall pay all monies owing ta any {and all) payment bond bene�ciary (as defined in
Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Wark under
the Contract, then this obligation shall be and 6ecome null and void; o#l�erwise to remain in full
force and ef�ect.
This bo�td is made and execated in compliance with the pravisions af Chapter 2253 af the
Texas Government Cnde, as amended, and all liabilities an khis bond sl�all be determined in
accotdance witl� tiie provisions of said statute,
C1TY qF PQRT WORTH Wcslsitle IU 24-Inch Water Traosmission Main
S'PANDAEtD CQNSTitUCTEDh 3P�C1rICAT10N pOC[JMENTS C�ty Ptoject No. f �2b89
Revised July i, 201 I
00 6l 14 - 2
PAYMEtVT B01+fD
Page 2 of 2
IN WITNESS WHEREOF, the Principal and 5urety have eacli SIGNED and SEALED
this instrument by duly authori2ed agents and officers on this the c�� day of
��-�.___ ,2d ��.
ATTEST:
��
/
�. % � � , -
( rir} ipal} Secr tary
�
C ,
�.�
Witness as to rincipal
ATTEST:
NIA
(Surety) Secretary
�
� ness as to Surety
PRiNCIPAT.,:
Re as Grou Ltd.
,•
SY:
ature �
'•1�1�i1`[G� �9. 5l�II�i����ri�'
Narne and T'itle
Address; 152Q Parker Road
Grand Pratrie, TX 75Q
SUR�TY:
Travelers Casualty and Surety Company
o merica
BY: �"'��
a ature
Lucianne Bischoff, Attorney in Fact
Name and Title
Address: One Tower Square
Hartford, CT 06183
Telephone Number: {8Q0) 747-3719
Note: If signed by an officer of the Surety, there tnust be an file a certified extraci from the
bylaws showing that this person has autharity to sign such obf�gation. lf Surety's physical
address is different frorn its mailing address, both must be provided,
The date of the bond shall nat be priar to the date the Contract is awarded.
E1�dD OF S�CTION
CTCY OF FORT WURTIi Westsidc 1l124-lnch Watcr �'ransmission Main
STANDARD COh15TRUCTEON SPECIFICAT[QN flOCU3ti1ENT5 City Prajecl No. 102689
Revised )uly 1, 20l 1
Bond No. 1�7644065
0061 14- I
MA[N'fENANCE BONll
F'agc I of 3
SECTION 00 61 19
MAINT�NANCE BOND
THE STATE OF TEXAS
KNOW ALL BY THESE PRES�NTS:
COUNTY OF TARRANT
That we Iteves Group _ Ltd,
known as "PrincEpal" herein and
Travelers Casualty and Surety Company of America � a car}�nrate surety (sureties, if more than
one} duly authorized ta do business in the 5tate af 1`exas, know« as "Surety" 1lerein (whether one
or rnnre), are held and firmly bound unta the City of Fnrt Worth, a municipal carporation create�
pursuant to the laws of the State of Texas, known as "City" hereiu, in the sum af th��ee million
four hundred eighty-ei�ht tliousand ei�ht hundred ei�htv-ei�ht Dollars �8l10° ($3,48$,888 ��f �o�„
lawful maney of the [Jnited States, to be paid in Fort Worth, Tarrant County, Texas, for payment
of which sum well and truly be made unko the City and its successors, we bind oursel�es, o��r
heirs, executors, administrators, successors and assigns, �o3ntly an� severally, frmly by these
presents.
WH�REAS, the Principal has entersd in#o a certain written contract witit the City awarded
t1te� d�y of _��1 Y1 � , 20 q- , hich Contract is hereby
referred to and a mad� part hereof for all purposes as if fully set forth hcrein, to fiirnish all
materials, equipment labar and ather accessories as def ned by Iaw, in the prasecution of tlta
Work, inciuding any Work resulting from a duly authorized Chang� Order (cvllectively i�er�in,
the "Wark") as provided for in said contraCt and designated as Westside �II 24-Inch Water
Transmission Main, City Project No. 103G89; a�d
WHEREAS, Principal binds itself'to use such materials and ta sa construct the Woric in
aceordance with the plans, speci�iea#ions and Contract Docurttents that the Work is and will
ren�ain free from defects in materials ar workmai�ship for and during the per�od of twv� (2) years
after the date of Final Acceptance of the Work by the City ("Mainkenance Periad"); and
WHEREAS, Principal binds itseif to repair ar reconstruct tiie Work in whole nr in part
upan receiving notice fro�� the City af the need thereFor at any ti�ne wikltin the Mair�tenaEic�
Period.
CITY OF FORT WQR7'H Wcslside III 2A-lnch Wa1cr'Cransmissfnn Main
STANpARU CONSTR[�C710N SP�CIF[CA'I�{OTd [7C)C:IJMENi'S City I'ro,ject No. 102689
Revised July l, 20i 1
0�61 19-2
MAIN9'ENANCE BOND
Page 2 oF 3
NOW THER�FORE, t�ie condition of this abligation is sueh that if Principal shall
r��nedy ar►y defective Vl�ork, for which timely notice was pro�ided by City, ka a compietion
satisfac#ary to the City, then this obligation shall become «ull and void; otherwise to re�naul in
full force and effect.
PROVIDED, HOW�VER, if Principa! shall fail so to repair ar reconstruct aitiy timely
notie�d defecti�e Work, it is agreed that the City may cause any and all such defec#ive Work to
be repaired andfor reconstructed with all �ssociated casts thereof being borne by the Principai and
the Surety under this Maintenance bond; and
PROVIDEb FLJRTH�R, that ifany Iega! action be filed an this Band, venue shall lic in
Tarrant County, Texas or the United States �istrict Court for the Northern Diskrict of Texas, Fnrt
Worth Division; and
PROVIDED �'URTHER, tltat tl�is pbii�;ation sha11 be �ontinuous in nature and
successive recoveries may be had hereon for successive 6reaches.
CITY nE' F(3R'f WDRT[-f Wesisidc I�! ?4-hich Watcr'fransmission Main
STA�VnARD CqN57'Rl�C1'ION 5ALC1FlCAT10N ►]nc'[1M�NT5 Ci�v Project No. 1026$9
Rerised July I, 2A1 I
oa6� �9-3
t�niN�rErtnxcr.• eoNn
Page 3 nf 3
IN Vi�'ITN�SS WHEREOF, the Princi�af and tlze Surety ha�e each SIGNED and SEALED this
instrument by duly authoriz�d agents and of�cers on this the �, day of
- , 20 �4:�
�T'E
,� �
�
cipal) SeG etary
%
. � {
W itness as to rineipal ,
A7'TE9T;
NIA
(Surety) Secretary
ness as to Surecy
PEZINCIPAL:
Re es Grou L,td
..��— �;— �
r
�Y: �
� 5ignat
F
�.-19�lA ' � �I_� + ilX.�s"--�
Name and Ti e
Address: 1520 Parker Road
ran ra�r�e, 75050
SURE"i`Y:
Tra�elers Casualty and Surety Company
o merica
BY:
Signature
L.ucianne Bischoff, ACtorney in Fact
3Vama and Titie
Address: One Tower Square
art or ,
Telephone Num6cr. �gbD) 747-3719
*Note: [f si�ned by an of�cer of the Surety Campany, there must be on File a cartified extract
from the by-laws shorving that this person has a�tltority to sign such nbtigation. Cf
Surety's physical address is different fram its mailing address, both must be provided.
The date af the bond shali not be prior to the daCe khe Co»tract is awarded,
CITY OF fORT WOItTI l
STANlUA[2!) CUN5TIiUCi'IQN $PECIFICA'E'ION DOCUMGNTS
Rcvised July l, 20 [ !
Wcslsidc Il[ 24-lnch Wutcr 7'ransmission Main
Cily Project No. 102589
Surety Company Acknowledgernent
STATE OF ILLINOIS
COLTNTY OF COOK SS:
On ti�is '� day of ,�� before me personally appeared
t � �
i,{,�l �l �i �G _, to me known, who, being by me duly sworn, did
depose azid say: khat {s)he resides at Schaurnbawg, Illinois, that (s)he is the Afto�•n�ey in Fact of
�
, the corporation
� coapora#e seai of
sai� corpoxation; that the seal affixed to said instruxnent is such corporate seal, that it was so
affixed by order oithe Board of Diz'ectors af said corporation; that {s)he signed hislher name
therefo by like order; and that the liabilities of said corporation do not exceed its assets as
ascertained in the manner provided by �aw.
Notary Pub3ic in and for the above Caunty and 5tate
My Commission Expires: Ob/�3/�s
DFfIClAL SEAL
SAMANTHR BRADTKE
iVokary Public • State ot Illinols
M Commission �x ires June 23, 2025
�r�������s�"'
�radelers Casuatty and �ure�y Co�npany of Ainerica
Yra�elers Casual�,+ and �urety Company
�t. �aul Frre and f�larine %nsurance Compan� ,
POWER OF A770RNEY
KNOW AL,I. MEN BY THES� PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and 5ure#y Company, and Sl.
Paul �ire and Marine Insurance Company are corporations duly organized under the laws of the State of Conneclicut (herein collecli�ely caAed t�e
"Companies"), and that the Companies do hece6y rnake, Constitute and appoint LUCIANNE BISCHOFF of SCHAUMBURG �
111inois , their irue and lawful Attorney-in-Fact to sign, exeeute, seal and acicnowiedge any and all bonds, recognizanees,
conditional undertakings and othe� writings obligatory in the nature thereof on behaff of the Companie5 in their business ofi guaranteeing ihe
fidelily of persans, guaranteeing ih� perFormance of contracts and execuling or guaranieeing bonds and undeftakings req�tired or permitted in any
actions or proceedings allowed by law.
IN W1TN�5S WHEREOF, the Campanies have eaused ihis instrument to he signed, and their corporate seals to be Mereto affixed, this 17th day of January,
2019.
��i:9l�trk� �J��cr epQ � i�
GP 4'p� � � �
�'ll � � a HJiiITFORfl� �ir GTJ1��
CONH. � � �
�ti..,.��� ��rsyl . FHy�" � ft
Stale of Connecticui
City of �iariford ss.
By:
Roberl L Rane , enior Vice President
On lhis the 17th day af January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President
af Tra�efers Gasualty and Surely Company of America, Travekers Casuaity and Surety Company, and St. Paul Fire and Marine Insurance Company, and
that he, as such, being auihorized so lo do, exeauled the foregoing instrument for the purposes lherein contained by slgning on behalf of said
Companies by Mimself as a duly authorized officer. ,,,,
W WITNESS WHEREOF, I hereunto set my hand and official seal.
My Commission expires the 30th day oi June, 2021
�i�r.14$ y � //,S�G
v �
N4TARY �
* !ry'6
�°�'�'1° Anna P. Nowik, Notary Public
����.�
This Power of Attorney is granted under and by the authority of the following resolutions adapted by the Boards of Directors oE Travelers Gasualty and
Surety Company af Amenca, Travelers Casualty and Surety Company, and SL Paul Fire 2nd Marine Insurance Company, which resoluEions are now in full
force and effect, reading as follows: .
RESOL1lED, that khe Chairman, the President, any Vice Chairman, any Execuli�e Vice Presidenl, any Senior Vice President, any Vice Pre&ident, any
5econd Vice President, the Treasurer, any Assistant Treasurer, the Corporate 5ec�etary or any Assistant Secretary may appoint Attorneys-in-Fact and
Agents to act for and nn hehalf o( the C.ompany and may give such appointee such authority as his or her certificate of authority may presc�ibe lo sign
with the Company's name and seal wiih the Company's seal bonds, recognizanees, contraets o# indemnity, and other writings obligaiory in the nature af a
bond, recngnizance, or conditlonal undertaking, and any of said officers or the Baard of Dlrectors at any time may remo�e any such appointee and revoke
the power given him or her; and i1 Is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive 1/ice President, any Senior Vice President or any Vlce
President may delegate all or any part of the foregoing authoriiy to one or more afficers or empinyees of this Company, provided that each such
delegation is in writing and a capy thereo4ls filed in the office of the Secretary; and IL is
FLfRTHEFt R�50LVE�, that any bond, recognizance, contract of indemnity, ar writing obiigatory in ihe nafure of a bond, recognizance, or canditional
underlaking shall be valid and bi�ding upon the Company when (a) signed by the Presidenl, any Vice Chairman, any Executi�e Vice President, any
S�nior Vice President or any Vice President, any Second Vice President, fhe Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secrelary and duly atiested and sealed with the Company's seal i�y a Secretary or Assisfant Secrelary; or (b) duly executed (under sea1, if
reguired) by one or more Attorneys-in-Fact and Agents pursuan! to the pawer prescribed In his or her cerlificate ar their certificates of authority or by ane
ar more Company afficers pursuant to a wrillen delegatian of authoriiy; and it is
FURTHER RE5dLVEd, that the signaiure of each ot lhe following officers: President, any Execuk[ve Vice President, any Senior Vice President, any Viee
Presidenl, any Assistant Viee Presidenl, any 5ecretary, anq Assistant 5ecretary, and the seal of the Company may be affixed by facsimlle to any Power of
Altorney or to any certificate reiating thereto ap{�ointing Resident Vice Presidenls, Resident Assistant Secretaries ar Atlomeys-in-Fact for purposes only of
executing and attesling bonds and undertakings and other writings abligalory in lhe nature thereof, and any such Power of Attorney or cerlificate bearing
such faesimile signature or facsimile seal shall I�e valid and binding upon lhe Company and any such �Sower so executed and certified by such facsimile
signature and facsirr3iEe seal sha{1 be valid and binding on the Company in the future with respec► io any bond or underslanding to which it is attached.
I, Kevin E. Hughes, tMe undersigned, Assistant Secretary of Travelers Casualty and 5urety Company of America, Travelers Casualty and Surety
Company, and Sf. Paul Fire and Marine Insurance Company, do hereby certi(y thai the ahove and #oregoing is a true and correct copy oi the Power of
Attomey executed by sald Companies, which remains in full force and effeCt.
Dated this day af , •
���,y u J*�rrRNo@`� L�jfS�
a
�
�FLSRTFC1iq . HAATF�RO. � C'7dA4L'
�COi;H. 8 ;� CONM. � y� �
�.�,��' ���,1 . FN��' �}� w
�' �
Kevin E. Hughes, Ass lant Secretary
To verify the authentiGity of this Potver ofAttorney, please caU us aL' i-8QO-421 3880.
Please refer to tMe a6ove named Attomey-in-Fact and the details of the hand to which this Fower ofAttorney is ati'ached.
UO 6l 25 - 1
C�RTIFICATE QF INSURANCE
Page 1 of I
SECTION 00 61 �5
CERTIFICATE OF INSURANCE
(Asserrtbler: For Contract Documertt execution, remove this page and replace with sta�tdard
ACORD Cert f cate of Insur�ance for�n.J
END OI' SECTION
CITY OF FORT WORTH Westside ID 24-Inch Water Traosmissinn Main
STANDARD CON5TRUC'iION SPECIFICATION DOCUMEri!'I'S City Project Nn. 102689
Revised 7uly 1, 2011
�f�nke� Adc�ifional [r�sured � Or�+ner�s, ��s���s o�°
Con�rac�ors d r�+i�h Produ�t�aCempl����
Op�r�tions �or��r�g� �nders�rr��nt
This endorsernent modifies insurance provided under the following:
COMMERCIAL GENERAL LlABILITY COVERAG� PART
It is understood and agreed as follows:
I. VilbO IS AN INSIIR�D is amended to include as ar� Insured any person or organization whom you are required
by writter� contract to add as an additional insured an this co�eeage pa�, but �nly with respect to fiabiliiy for
bodily injury, p�operty damage or perrsonal and ad�ertising injury caused in whole or in part by your acts or
omissions, or the acts or omissions of those acting on your behaif:
A. in the performance of yaur ongoing operations subject to such written contract; ar
�. in the performance of your� worE� subject ta such written cantract, but only with respect to bodily injury or
property damage included in the productsocornpleted o�erafians hazaed, ar�d an{y if:
1. #he wpitten contract requires you to pro�ide the additional insured such co�erage; and
2. this co�erage pari provides such co�erage.
II. But if fhe written cont�act requires:
A. additionaf insured coverage under ihe 19-$5 edition, 10-93 edition, or 10-41 edition of CG20'! 0, or under the
10-0� editian of CG2037; or
�. additional insured coverage with "arising ouk of' language; or
C. addit9onal insured co�erage ko the greatest extent permissible by law;
then paragraph I. abo�e is deleted in its entirety and replaced by the following:
VkIHO IS AW IWSUR�C� is amended to include as an Insured any persQn or organizakion whom you are required
by written contract to add as an additianal insured on this co�erage pa�t, but only with respect to [iability for
bodily injury, property damage or personal and advertis[ng injury arising out of you� uvark that is subject to
such written contract.
III. 5ubjec# always to the terrr�s and conditians of this �olicy, inc[uding the limits of insurance, the Insurer will not
provide such additianal insured with:
A. coverage broader fhan required by the written contract; or
�. a higher limit of insurance than required by the written cant�act.
lV. The insurance granked by this endorsemenk to the additional insured dQes nat apply to bodily injury, property
damage, or personal and adver�ising injury arising ouk of:
A. the renderfng of, or the faifure to render, any professional architeckural, engfneering, or surveying services,
including:
9. the preparing, appro�ing, or failing to pr�pare or appro�e maps, shop drawings, apinians, repar�s,
surveys, fisld orders, change arders or drawings and specifications; and
2. supervisory, inspeation, architeciural or engineering activities; or
�. any premises ar work for which the additional insured is specifically listed as an additional ins�red on
another endorsement atiached ta this coveeage part.
V. Under COhI�fVf�RCIAL CEN�RAL LIA�ILIT'Y CON�I�"IONS, the Condition entikled Other Insurance is
amended to add the following, which supersedes any provision to the contrary in this Canditian or elsewhere in
this coverage part:
�rimary and Noncantributary Insu�ance
CNA75079XX (1fl-1fi) policy Na: 6080362967
Qage 1 of 2 Endorsemant No: 0'I
Natior�al Fire Insurance Co. of Hartford Effec#ive Date:
Ensured Name: Reyes Group, l.td.
Copyrigh4 CNA Afl Rights F�eserved. lncludes copyrighted material of Insurance 5ervices Qffice, Inc., wlth its permission.
�lanket �ddi�ivrn�l Insur�d � ��ner�, ������� ��
CvnfF�ct�r�s � wifh Pr�du�t��Gem�let�d
Ope���i�n� C���r�g� �ndors���n�
With respect to other insurance auailabfe ta tha additianal insured under which the addifional insured is a named
insured, #his insurance is primary to and will no# seek contribution from such akher insurance, proWided that a
written contract requires the insurance provided by this policy to be:
1. primary and nan-contributing with other insurance a�ailable to khe additional insured; or
�. primary and to not seek contribufion from any other insurance available to the additional insured.
But except as spec9fied above, this insurance will be excess �f all otl�er insurance available to the additional
insured.
VI. Solely with respect ta the insurance granted by this endorsement, #he section entitled COiYVML��CIAL
G�N��� �IA�I�I fY C�N�{�ION� is amended as follows:
The Condi#ion entit�ed Duties In ihe �vent of Occurrence, Offense, Claim or Suit is amended with the
addition of #he fellowing:
Any additional insured pursuanf to this endorsernent will as soon as practicable;
9. gi�e the Insurer w�itten natice ofi any claim, or any occurrence or offense which may result in a c[aim;
�. send the Insurer copies of all legal papers received, and otherwise cooperafe with the Insurer in the
in�estigation, defense, ar settlement of the claim; and
3. make available any other insurance, and tender the defense and indemnity of any claim to any other insurer
or self-insurer, whose policy or program applies to a loss that the Insurer covers under this co�er�age pa�t.
Howe�er, if the written contract requires ihis insurance to be primary ar�d non-contributory, this paragraph
3. does not apply to insurance an which the additional insured is a named insured.
The Insurer has no duty ta defend or indemnify an additional insured under this endorsement �ntil the Insurer
recei�es written notice of a claim fram t�e additional insured.
VII. Solely with respect to the iRsurance granted by this endorsement, the section entitled D�F1RlfTIOWS is amended
to add the following defiinition:
{fiEritten contPact means a written contract or written agreement that requires you to make a person or
organization an additional insured on this cay.erage part, pravided the contract ar agreement;
A. is currently in effect or becomes effecti�e during the term of this policy, and
�. was executed priar to:
1. the bodily inJury or prope�ty damage; or
2. the offense that caused the personal and ad�e�tising injury;
for which the additianal insured seeks ca�erage.
Any coverage granted by this endorsement shall apply solely to the extent permissible by law.
All other terms and condifions of the Palicy remain unchanged.
7his endorsement, w�ich farms a part of and is for attachment io the Policy issued by the designated lnsurers, takes
effect on the effective date of said Policy at the hour s#ated in said Policy, unless anoiher effective date is shawn
below, and expir�s cencurrently wikh said Policy.
CNA75079XX (10-16)
Page 2 of 2
National Fire Insurance Co. of Hartford
lnsured Name; Reyes Group, Ltd.
CopyrighE CNAA[I Rights Reserved.
Policy IVo: 6080362967
Endorsem�nt No: 01
Effiective bate:
Inclades copyrighted material of Insurance Services Office, Inc�, with its pertnission.
���
�
Ci ut �t�. f-p; t. �i��Zn�:3 j'�"�"��_Gir• :{n� e iy#.'t�i+rl�3►� i :� F.'ik��l:}.`,►: �ti
�usiness �ufio �olicy
Policy Enc�orse���ent
n �. 4`
TbIS EN�ORSEM�RlT CbAf�G�S TWF POLICY. PLEASE R�AD li CARI�FULLY.
This endorsement modi#ies insurance provided und�r the follnwEng:
BU51NE55 AUTO COVERAGE FORM
I. LIABILITY COVERAGE
A. Who Is !�n Insured
The following is added to Section II, Paragraph A.9„ Who {s !�n Ins�red:
1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the
date of inception of this Covera�e Farm; prnvided tha#,
b. The insurance afforded by this pravision A.1. does not apply to any such entity that is an
insured under any other liability "policy" providing auto coverage.
2. Any organization you newly acquire or form, other than a limited liability company, partnership or
joint ventur�, and over which you maintain majority awnership interest.
The insurance afforded by this prov[sior� A.2.:
a. Is effeeti�e on the acquisition or formation date, and is afforded only until the end af the policy
period of this Coverage Form, or the next anniversary of its inception date, whiche�er is earlier.
b. Doss not apply to:
11) Bndily injury or propexty damage caused by an accident that occurred before yo� acquired or
formed the orgenization.; or
(2� Any such organization that is an insured under any other liability "policy" providing auto
coverage.
3. Any person or organizatipn tha# you are required by a wri#ten contract to name as an additional
insured is an insured but pnly with respect to their legal liability for acts or omissions af a person,
wha qualifies as an insured under SECTION II -- WHO IS Af1! I�'SUF�ED and for whom Liability
Coverage is afforded under this policy. If required by written contract, #his insurance will be primary
and non-contributory to insuranc� on which the additional insured is a Named Insured.
4. An emplayee of yours is an insured while operating an auto hired or rented under a contract or
agreement in that employee's name, with your permission, while performing duties related to the
conduct of your husiness.
"Policy", as used in this provision A. Who Is An Insured, inaludes those poficies that were in force on
the inception dat� of this Coverage Form but:
1. Which are no longer in force; or
2. Whose limits have been exhausted.
B. Bail Bpnds and Lass pf Earnings
Section II, Paragraphs A.2. {21 and /�.2. i4} are re�ised as follows:
1. In a.{.2}, the limit for the cost of bail bonds is changed from $2,OOD to $5,0�0; and
2. In a.{4}, the limit far the loss of earnings is changed from $250 to $500 a day.
Form Na: CNA63359XX {04-2012M Policy No: BL1A 60803B2953
�ndorsement Effective Date; Endorsement Expiration Qate: Policy Effecti�e Date:
Endorsement IVo: 18; Page: 1 of 4 Policy Page; 80 of 277
Underwriting Company: National Fire Insurance Company of Wartford, 151 N Franklin Si, Chicaga, IL
60606
� Copyright CNA All Rights Reserved. Includes copyrighted materiel nf the
Insurance Services Office, Inc., used with its permission.
� �'j�
C. Fellaw Employee
Section Il, Paragraph B.5 does not apply.
�uSineSS 14Ut0 PUlicy
Policy �ndarse»ient
Such coverage as is afforcied by this provision C. is excess over any pther collectible insurance.
11. PHY5ICAL DAMAGE COVERAG�
pe. Glass grealtage - Hit#ing A Bir[i Or Animal - Falling Ubjects Or Missiles
The following is addad to Section Ilf, Paragraph A.3.:
With respect to any covered auto, any deductible shown �n the ��clarations will not apply to glass
breakage ifi such glass is repaired, in a manner acceptable to us, rather than replaced.
B. Transportation Expenses
Sectinn III, Paragraph A.4.a. is revised, with respect to transportation expense incurred by you, to
�rovide:
a. S60 per day, in lieu of 520; subject to
b. $1,$00 maximum, in lieu of $604.
C. Loss o# Use Expenses
Section III, Paragraph A.4.b. is re�ised, with respect to loss of use expenses incurred by you, ta
provide:
a. � 1,OQ� maximum, in lieu of $600.
D. Hired "Autos"'
The fallpwing is added to 5ection III. Paragraph A,:
5. Hired "Autos"
If Physical Darnage coverage is provided uncfer this policy, and such coverage does not extend ta Hired
Autos, then Physical Damage coverage is extended to:
a. Any covered auto you lease, hire, rent or borrow without a clriver; and
b. ,�,ny covered auto hired or rented by your employee without a driver, under a contract in that
individual employee's name, with your permission, while performing duties related ta the
cnnduct of your business.
c. The most we will pay for any one accident or ioss is the actual cash �alue, cost of repair, cost
of replacement or S75,Q00, whichevar is less, minus a 5500 deductible for each covered auto.
Nc� deductibfe applies to [oss caused by fire or lightning.
d. The physical darr�age coverage as is provided by this pravision is equal to the pitysical damage
coverage{s? pravided on yaur owned autos.
e. Such physical damage coverage for hired autos will:
(1) Include loss of use, pro�ided it is the consequence of an accident for which the Named
fnsured is legally liable, and as a result of which a monetary loss is sustain�d by the leasing
or renta{ concern.
j2� Such coverage as is provided by this provision will be subject to a limit of $750 per
aacident.
E. Airbag Cnrrerage
The following is addecE to Sectivn III. Paragraph B.3.:
The accidental discharge of an airbag shall r�ot be considered mechanieal lareakdown.
Form No: CNA63359XX Ib4-2012� Policy No: BUA 6080362953
Endvrsement Effective Date: Endorsement Expiration Date: Policy Effeo#ive Date:
Endorsemant No: 18; Pags: 2 of 4 Palicy Page: 81 af 277
Underwriting Company; National Fire Insurance Company of NartFord, 151 N Frenklin St, Chiaago, Il
606�6
_.. .. . ..._. ...,...._ , _ ,.._..,.,..,_ , ._,.... ,_ . _ . _ _ .. . _ - - --- - ----- --- - - - - . ,_. _ - -
� Copyright CNA All Fiights Reserved, Includes cvp.yrighted material of the
fnsurance 5ervices Of�ice, Inc., used with its permissinn.
���
F. �lectronic Equipment
�usiness r4u�o PoHcy
I�alicy Endorsement
Section III, Paragraphs B.4.c and B.�.d. are deleted and replaceef by the #olaowing:
c. Physical pamage Coverage on a co�erecf auto also applies to loss to any permanently installed
electronic equipment including its antennas and other accessories
d. A$1Q0 per occurrence deductible applies to the coverage provided by this provision.
G. Diminution ln Value
The folfowing is added to Section III, Paragraph 8.6.:
Subject to the fallowing, the diminution in �alue excfusion does not apply to:
a. Any co�ered auto of the private passenger type you lease, hire, rent ar borrow, without a dri�er
for a pariod of 30 days or less, while performing duties related to the eonduct of your business;
and
b. Any covered auto of the private passenger type hired or rented by your empfoyee without a
driver for a period of 30 days or less, under a contraet in that individual ernployee's name, with
your permission, while �erforming duties related to the conduct of ypur business.
c. Such coverage as is pravided by this provisior� is lirrmited to a diminution in �alue loss arising
directly out of accidental darr�age and not as a result of the failure to make repairs; faulty or
incomplete main#enance or repairs; or the instaliation of substandard parts.
d. The most we wilf pay for loss to a cavered auto in any nne accident is tne lesser of;
(11 S5,OQ0; or
(2} 20% of the auto's actual cash value (ACVj.
III. Dri�►e Other Car Co�erage — Execu#i�e Officers
The following is added ta Sections II and 1{I:
7. Any auto you don't own, hire or 6orrow is a cavered auto for Liability Coverage while being used by,
and far Physical damage Coverage while in the care, custody or control of, any of your "executive
officers", except:
a. An auto owned by that "executive officer" or a memher of that person's household; or
b. An a�tn used by that "'executive officer" while working in a l�usiness of selling, servieing, repairing
or parking autas.
5uch Liability andlor Physical Damage Coverage as is afforded by this pro�ision.
[11 Equal to the greatest of ihose caverages afforded any covered auto; and
(2} Excess over any other colleeti�le insurance.
2. Fdr purpnses of this provision, "'executive officer" means a person holding any of the officer positions
created by your charter, constitution, by-laws or any other similar goveming document, and, while a
resident of the same household, includes that person's spouse.
Such "executive officers" are insureds while using a covered auto descrit�ed in this provision.
IV. BUSIIV�SS l�UTO CONDITIONS
A. Duties In �he E�ent Of Accident, Claim. Suit Or Loss
7he folfowing is added to Section IV, Paragraph A.2.a.:
Porm No: CNA63359XX 104-20121 Policy No: BUA 6080362953
Endorsement Effective �ate: Endorsement Expiration �ate: Poficy Effective bete:
�ndorsement No: 1$; Paga: 3 oi 4 Palicy Page: 62 of 277
Underwriting Company: National Fire Insurance Company af Hartford, 151 N Franklin St. Chicagv, IL
60608
_ _ _. _ ...... ....... ...__....-------- — _
----._..._ _...------- -- ---.—...---..— ... _.__.._... ...
� Copyright CNA All Rights Ressrved. Includes copyrighted material of the
Insuranee Services Office, Inc., used wiYi� its permission.
���
�us�ness Auto �olic�
Paiicy �r�clprsefi3ent
je}} Your employees may know of an accident or loss. This will not mean that you ha�e such
knowiedge, unless such accident or Foss is known to you or if you are no# an individual, ta any
pfi your executi�e officers ar partners or your insurance manager.
The following is added to Section IV, Paragraph A.2.b.:
{6j Your employees may icnow of documents received concerning a claim or suit. 7his will nat mean
that you ha�e such knowledge, unless receipt of such documents is known to you or if you are
not an individual, to any of your executi�e officers or partners or your insurance manager.
B. Transfer Of Rights Of Reco�ery Against Others Yo Us
The foilowing is added to Section IV, Paragraph A.5. 7ransfer �f Rights Of Recovery Against Others To
Us:
We waive any right of reco�ery we may have, because of payments we make for injury or damage,
against any persor� or arganization for whom or which you are require.d by wri�ten contract or
agresment to obtain this wai�er from us.
This injury or d�rnage must arise out of your activities under a contract with that person or
organization.
You must agree to that requirernent prior to an accident or loss.
C. Cancealrrient, Mis��prasentatian or Fraud
The following is added tq 5eat`ron EV, Paragraph 6.2.:
Yaur failure to disciose afl hazards existing on the date of inception of this Coverage Form shall not
prejudice you with respect to the coverage afforded providecf such failure or amission is not intentional.
D. Otherinsurance
The following is added to Section 1V, Paragraph B.S.:
Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the co�erage provicied by this policy
shall be on a primary nan-contributory basis. This provision is applicable only when required by a
writtan contract.
That written contract must have been entered into prior to Accident or Loss.
�. Policy Period, Coverage Territary
Section IV, Paragraph B. 7.151.ia}. is revised to provide:
a. 45 days of coverage in lieu nf 30 days.
V. D��IRlIYIORlS
Sectinn V. p�ragraph C. is deleted and replaced by the following:
Bqdily injury means bodily injury, sickness or disease sustained by a person, including mental anguish,
mental injury ar death resulting from any of these.
Form Na: CNA63359XX I04-2012j Policy No: BUA fi080362953
Endorsement Effectiue Data: Endvrsement Expiration bate: Policy Efifective bste:
Endorsement No: 1&; Page: 4 of 4 Policy Page: 83 of 277
Underwriting Company: Nationel Fire Insurance Company of Hartford, 151 N Franklin St, Chicago, IL
60606
— . - - ._ _ _.. �_. ... .. . _._ __ _ � _ _ .,..... _ . .. . _
�' Copyright CNA All Rights Reserved. Includes copyrighted material of the
Insurance 5ervices Office, Inc,, used with its permission,
���
+ir7i,�r•�y• -1` ''r+,��h,y"�� �� .��� n� �� .�� I ,,,�y.-.
I
�.C'r�.�lili - i7 i`�,!{: 1i ^li1�Y,`.'�: 1` yl I:i=1 46'.� �["Y1t�
�us�ness �uto Poficy
P'olicy Er�clorsei���nt
THIS ENDORSEM�IVi GHANGES 7HE PULICY. PL�AS� R�AD IT CAR�FULLY.
This endorsement modifies insurance pravided under the following:
AU70 DEALERS COVERAG� FORM
BUSINESS AUTO COVERAGE FORM
MOTDR CARRIER COVERAGE FORM
WitF� respect to coverage provided by this endorsement, the pro�isians of the Coverage Form apply unless
rriadified by the endorsement.
This endorsement changes the policy effecti�e on the inception date pf the policy unless another date is
indicated below.
Named Insured: REYES GROUP, L7D.
Endorsement Effective Date: 04/01/2022
SCH��U�E
iVameis� �fi Person3s} Or Orga�lzation{s1:
Any Person or Organization on wE�ose behalf you are required to obtain this waiver af our right to recover
from under a r+vritten contract or agreement.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
The'�ransfer Of Rights Of Reco�ery Against Others To 11s condition does not apply to the person(s} or
organizatianlsl shown in the Schedule, but only to the extent that subrogation is waived prior ta the "accident"
or the "loss" under a contract with that person or vrganization.
Form No: CA 04 44 10 13
Endorssment Effective Date: Endarsement Expiratipn bate:
Endorsemant No: 4; Paga: 1 vfi 1
lfnderwriting Company: National Fire Insurance Company of HartFord, 151 N Franklin St, Ghicago, lL
sosos
--- - — - - - ---- --- -- ._ .__..._ . -- - --- �
Copyright Insurance Services Office, Inc., 2D1 9
Policy No; BUA 608D362953
Palicy Effecti�e Date:
Policy Page: 46 of 277
� �',
l ��
�ontr��etors' ��n�r�al �ia�ili�y �xt�rrsion Fndop�ern�n�
lt is understood and agreed that #his endorsement arr�ends the COAAi���CIA� G�[V�f�A� �IA�I�I�Y COV��AG�
�AFiT as fallaws. If any other endorsement attached to this policy arrsends any pro�ision also amended by this
endarsemenk, then that other endorsement cantrals with respeci to such provision, and the changes made foy this
endorsement with respect io sueh provision do nat apply.
TA��,� 0� COP!'��N�S
1. Additionallnsureds
2. Additional Insuped a�rrimary And Nfln�Confpif�uforry �o Additional Insu�ed's Insueance
3. �odily Injury — �xpanded befinition
4. �road F�nowledge of Occurrencel IVotice af Occurpence
�. �rnad Plamed Insured
6. �roadened �ia6ility Cn�erage �or• �amage io Your Praduct And Your Worit
7. Confractual Liability - Railroads
8. �lectronic �ata �iability
9. �states, Legal Repr�esentatives and Spouses
1D. �xpected Or Intended lnjury —�xception for R�asonable Force
19. General Aggregate �imits of Insurance — Per �'poject
12. In idem Actions
13. lncidental bealth Carre Malppactice Cor►erage
'14. Joint Ventures�Par�nershiplLimited Lia6ility Campaniss
1�. �egal �iability —�amage �o Premises 1,4lienat�d Premises I Property in ihe Named Insured's
Care, Custody nr Control
16. �iquar �iability
7i, fil�edical Payments
1�. iVon�owned Aipc�aft Coverage
99. Plan�awned Water�craft
a0. Persanal And Ad�ertising Cnjury —�iscrimination or Humillation
21. Personal And Adve�tising lnju�y - Contrractual Liability
��. �roperty �amage � Elevatars
23. Suppfemer�tary �ayments
24. �lnintentiona! �ailure To Disclose Hazards
�5. Waiver of 5ubrogation — �la�ket
26, Wrap�U� Extension: OCIP CCIP, or Consolidated (F,�I�rap�Up) InsuPance Prog�ams
CNA74705XX {1-15}
Page 1 of 17
National Fre Insurance Co. of Hartford
Insured Name: Reyes Group, Ltd.
Copyright CNA All Rights Reserved,
Policy No: 8480382967
�ndarsemenf No: 2
Ef#ective Date:
Includes copyrighted malerial of Insurance Services Offce, Inc., wilh its permission.
�—� �
�on�P������' Gener��l Liabifity �xtensi�n �ndor���rr��nt
�. a��i�io��� i�su��ds
a. Wb0 IS A�V [iVSUFdE� is amended to include as an lnsured any person or organizaiion described in
�aragraphs A, through i�. below whom a i�amed Insur�ed is required ka add as an additional insured on this
Ca�erage �ar# under a written contract or written agreement, pro�ided such contract or agreement:
(1 j is curren#ly in effect or becomes �ffecti�e during khe term of this Cavepage F�a�; and
(�j was executed prior to:
(aj the bodily inJury or prnperty damage; or
(b) the offense that caused the personal and ad�eetising injury,
for which such additional insured se�ks coverage.
6, Hawever, subject always to the terms anc� conditions of this policy, including the limifs of insurance, the
lnsurer will nat provide such additional insured with:
(1 j a�igher limit of insurance than required by such contract or agreement; or
(2) coverage broader than r�quired by such cantract or agreemenk, and in no event broader than that
c�escribed fay the applicable paragraph A. through b. below.
Any cov�rage granted by this endorsement shaA apply only to the extent permissible by law.
A. Contralling Inierest
Any person ar organization with a controlling interest in a Named Insur�d, but only with respect to such
person or or�anization's liability for bodify injury, property damage or perrsonal and adver�ising injury
arising out of:
1. such person or organization's financiaf control of a Named Insur�ed; ar
2, premises such person or organization owns, maintains or controls while a Wamed Insured leases or ,
occupies such premises;
provided that the co�erage granted by this paragraph does not apply to structural alteratians, new
construction or demoii#iot� operakians performed by, on behalf of, or for such additional insured.
�. Ca�owner of lnsured Aremises
A ca-owner of a premises co-owned by a Named [nsured and cavered under this insurance but only with
respect to such ca-owner's �iability for bodily injury, property damage or pe�sonal and ad�e�tising injurry
as co-owner of such premises.
C. Lessar af �quipment
Any person �r organizatian from whom a P#amed Insur�d leases equipment, but on[y with respect to liabiliky
for bodily injury, pr�operty damage or perrsonal and advertising injury caused, in whole or in part, by the
Named Insured's maintenance, operation ar use of such equipment, pravided ihat the occurrence gi�ing
rise to such badily injury, property damage er the offense gi�ing rise to such pepsonal and adve�tising
injury takes place prior to the termination of sueh lease.
p. Lessor of Land
Any person or organization fram wham a Rfarr4ed Insured leases land but only with respect to liabifity for
bodily injury, property damage or pepsonal and aclverEis➢ng ➢nju�yl arising out of the ownership,
maintenance or use of se�ch land, pro�ic�ed that #he occurrence giving rise to such badiiy injury, pro�erty
damage ar the offense giving rise to such personal and ad�ertising injury takes place prior to the
CfVAi4i05XX (1-15)
Page 2 af 17
National Fire fnsurance Co. of Hartford
;nsured Name: Reyes Group, Ltd.
Copyright CNA All Rights Reserved.
Policy No: 6080362967
Endorsement No: 2
Effective Date:
Inciudes oopyrighted maierial of Insurance Servlces �ffice, lnc., with its permission.
��
�ontraetor�' G�n�ral Li�bili�y E�f�n�ion �nd�r�er�en�
termination of such lease. The caverage granted by this paragraph daes not appiy to struckural alteratians,
new construction or derr�ofition operations p�rformed by, an behalf of, or for such additional insured.
E. Lessor of �remises
An owner or lessar of premises leased fo the iVamed Insurred, or such owner or lessor's real estate
manager, but only witf� respect #o liability for bodily injury, property damage or personal and adve�tising
injury arising out af the ownership, mair�tenance or use of such part of the premises feased to the Named
Insured, and pro�ided that the occur�rence giving rise to such bodily injury or property damage, or the
offense giving rise ta such persanal and advertising injury, kakes place prior to the terminafion of such
lease. The coverage granied by this paragraph does nat apply to structural alterations, new construction or
demolition operations performed by, on I�ehaff of, or for such additional insured.
�. A�or�gagee, Assignee orr Recei�er
A martgagee, assignee or receiver of premises buk on[y with respect to such mortgagee, assignee or
recei�er's liability for hodily injury, property c[amage or pe�sonal and adver�ising injury arising out of the
Named lnsured's 4wnership, maintenance, or use of a premises by a Named Insured.
7he coverage granfed by this paragraph does not apply to structuraf aftera#ions, new consfruction or
demolition operations performed by, on behalf of, or for such additional insured.
G. State or Gove�nmental Agency or� Subdi�isian o� Palitical Subdi�isians ��ermits
A state or governmental agency ar subdi�ision or polit�cal subdivision that has issued a permit or
authorization but only with r�spect to such state ar governmental agency or subdivision or palitical
subdivision's liability for bodily injury, property damage or personal and ad�ertising in�ury arising aut af:
1. the fallawing hazards in connection with premises a Narr�ed insured owns, rents, or controls and to
which this insurance applies:
a. the exis#ence, maintenance, repair, construction, erection, or r�moval of ad�erkising signs, awnings,
canapies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings,
sidewalk �aults, skreet banners, or decorations and similar exposures; or
b. fhe construction, erection, or removaf of �le�ators; or
c. the own�rship, maintenance or use af any elevators covered by this insurance; or
�, fhe permitted or au#horized operations performed by a Named Insured or an a Rlamed Insured's
behakf.
The coverage granted by this paragraph does not apply to:
a. �odily injury, p�operty damage or personal and ad�e�tising injury arising out of operations
perFormed for the s#ate or governmantal agency or subdivision or political subdivision; or
b. �odily injury or property damage included within the prodwcts�completed aperations hazard.
With respect to this pravision's requirement that additional insured status must be requested under a wrif#en
contract or agreement, the Insurer will treat as a written contract any go�ernmental permit that requires the
Named [nsured to add the gouernmental en#ity as an additional insured.
�. �eade Show �vent �essor
1. With respect to a Plamed Insueed's participation in a trade show event as an exhibitor, presenter or
displayer, ar�y person or organization whom the Plamed Insured is required to include as an acEditional
insureck, but only with respect ta such person or organization's liabifity for hodily injury, praperiy
damage or personal and advertising injury caused by:
a. the Narned Insured's acts or omissions, or
CNA74705XX (1-15) Policy No: fia8D362967
Page 3 of 17 �ndorsement No: 2
National Fire Insurance Co. of HartForcE Effective Data:
Insured Name: Reyes Group, �#d.
Copyright CNA All Rl�hts Reserved. Includ�:s copyrighted materlal of Insurance Services O#fice, Inc., with iis permissian.
�� � 's
C�n�r�c��rs' C3�n�r�l Liai�ilif� E���nsion �nd�r���r��nt
b, the acts or omissians of those acting on the F�amer� Insured's behalf,
in the performance af the Named Insur�ed's ohgoing operations at the trade show event premises
during the trade show event.
�. The cor�erage granted by this paragraph does not apply to bodily injary or pr�opetty damage included
within khe products-compfeied operations hazard.
�. A��I�IOPlA� INSLJ��� - PRIiY�A�Y,4PlD !�«ORl�COFdTidI�UTORY TO AD�ITIOP3AL INSUREC}'S IPfSl1RANG�
7he Other Insurance Condition in the COIU�ii��RCIAL C�IV�FaAL �,IA�I�I�Y COfV�IiIONS Section is
amended to add the following paragraph:
If the R�amed Insured has agreed in wriking in a cantract or agreement that this insurance is primary and non-
contributory relative #o an additionai insured's own insurance, then this insurance is primary, and the Insurer wi11
nof seek contribution from that other insurance. For the purpose of th9s Pro��sion �., khe additional insured's own
insurance means insurance an which the adtiitior�al insured is a named insur�d. Othervvise, and natwithstanding
anythfng to the contrary elsewhere in this Condition, the insurance pravided tQ such persan or organization is
excess af any other insurance available to such person or arganization.
3. �O�iLY Iti4Jl1�1f — �X�APlDE� �E�1[�llilON
Under DEF1NIifONS, the definition of bodily inju�y is de[eted and replaced by the foliowing:
�odily injury means physical injury, sickness ar disease sustained by a person, including death, humiliation,
shock, mental anguish or rr�ental injury sustained by that person at any time which results as a consequence of
the physical injury, sicknes� ar disease.
4. �ROA� KPfOWL�DCE QF OCCURR�NC�1 NO'�IC� O� OCCU��NC�
Under CONDITIOWS, the condition entitlec� �wties in �he �vent of Occurrence, Offense, Claim or Suit is
amended to add the following pro�isions:
A. ���A� FtNOW���G� O� OCC4IRREPlCE
The Named Insured must give fhe Insurer or the Insurer's authorized representative natice of an
occurrence, offense or claim only when the occurrence, offense ar claim is known to a naturai persan
Named Insurred, to a partner, executive a�ficer, manager or member of a Named insured, or an employee
designated by any of the above to gi�e such notice.
�. NOiIC� D� OCCURREi�C�
The Pfamed Insuped's rights under khis Coverage �art will not be prejudiced if the Wamed Insured fiaiis ta
gi�e t�e Insurer natice of an occurrence, offense or claim and that failure is solely dus to the Rlamed
fnsu�ed's reasonable belief that the bodily injury or prope�ty damage is not covered undar this Co�erage
Part. Hawever, the Named Insured shall giv� written nofice of su�h accurrence, affense or claim to the
lnsurer as soon as the Wamed Insured is aware that this insurance may apply to such occurrence, offense
or claim.
�a. �RO�e� NAHI�E� IN3lJFtE�
WHO IS AP! IWSUR�n is amended to delete its Paragraph 3. in its entirety and replace it with the following:
3. Pursuant to the limitations described in Paragraph �. below, any organization in which a Named Insured
has management contral:
a. on the effective date of khis Ca�erage Part; or
h. by reason af a Named Insured creating ar acquiring the organization during the policy periad,
CNA74705XX (1-15) Policy No: 6080362967
Page 4 af 17 Endorsement No: 2
National Fire Insurance Co. of Hartford EfFect�ve Date:
Insured Name, Reyes Group, Ltd.
Copyright CNA All Rights Reserved. Includes copyrighted material af Insurence Services office, Inc„ with its permission.
T ,, `�
�on��act�r�s' �ener�al �i�bility ����nsion �nd��s�r��r�t
qualifies as a Plamed Insured, provided that there is no o#her similar liability insurance, whether primary,
contributory, excess, contingent or atherwise, which pravides co�erage to s�ch organizakion, or which would
have provided caverage but for the exhaustion of its limit, and without regard to whether its coverage is
braader ar narrawer than that pra�ided by this insuranc�.
But this BR�A� P�A�fi�D IP�SURED provisian does not appiy to:
(aj any partnership, lEmited liability company orjoint �enture; ar
(b] any o�'ganization for which co�erage is excluded by another endorsement attached to this Co�errage
��rt.
Far the purpose of this pro�isian, management cvr�trol means:
A. awning interests represenking more than 50% of the �oting, appointment or designation power for #he
selection af a majority of the Board of Directors of a corporatian; or
�. ha�ing ihe right, pursuant t� a written trus# agreement, to prakect, control the use of, encumber ar
transfer or sell properiy held by a trust,
�4. With respect to organizations which qualify as Plamed Insureds by �irtue of Paragraph 3. above, this
insuranc� do�s nok apply to:
a. bodily injury or properly damage that first occurred prior to the date of management control, or khat
first occurs after management can#rol ceases; nor
b. peesonal or adve�tising injur�y caused by an offense that first occurred prior to the date of
management con#rol flr that fiirst occurs after management control ceases.
�. 7he insurance provided by this Co�erag� Part applies to f�amed Insureds when krading und�r #hair own
names or under such other trading names or claing-business-as names (dba) as any Rlamed Insurred
shoukd Choose to emplay.
6. ��OA��AE�� �IA�I�I�'Y C01/��tAG� F�O� �AIWAG� f O YOUR �RO�l1C� AfV� Y�ll� Ifi�ORK
A. lJnder COV�f�AG�S, Co�erage A—�odily Injury and Prope�ty Damage Liability, the paragraph entitled
�xclusions is amended to delete exclusians k, and I. and replace them with the following:
This insurance daes not apply ta:
k. �amage ta Yaur Product
Property damage ta your ppnduct arising aut of it, or any part af it except vuhen caused by or resuiting
fram:
(1 j fire;
(2) smoke;
(3) collapse; ar
(4) explosion.
I. bamage to Your Wor�f
Property c�amage to your woric arising out of ik, or any part of it a.nd inciudecE in the �roducts�completed
operations hazaPd.
This exclusion does not apply:
(1j If the damaged work, or the work out of which the damage arises, was performed on tfie [Vamed
lnsured's behalf by a sufoconfractor; or
CNA7�4745XX {1-15)
Page 5 of 17
Nationa� Fire Insurance Co, of Hartford
Insured Name: Reyes Group, Ltd.
Copyrighf CNA All Rights Reseroed.
Pdlicy Na 6080362967
Endorsement No: 2
Effecti�e Date:
Includes copyrighted material of Insuranee Services Office, Inc., with ifs permissinn,
�� � '!
�ontra�t�r��' �en�r�l �i�brli� Ex�er�si�n �nd�r���rrr�n�
(2) If the cause of lass ta kh� darnaged work arises as a result ofi:
(a) fire;
(h) smoke;
{c) callapse; or
(d) explosion.
�. The fallowing paragraph is added to Lli�liS OF l�lSllRAf�C�:
Subject to �. abave, $100,000 is the most the Insurer will pay under Coverage A far the sum of damages
arising out of any ane occurrence because of property damage to your product and youp wopk that is
caused by fire, smoke, collapse or explasion and is included within the productRcompleted operations
hazard. This sublimit does not apply io prope�ty damage to yourr woek if the damaged work, or the work
aut af which the damage arises, was �erFormed on the Plamed lnsured's behalf by a subcantractor.
C. This �roadened �iai�iiity Coverage Far [Jamage �o Ynur �roduct And Yaur Wor� Pro�ision does not
apply if an endorsement of th� same name is attached to this palicy.
i. C�iV�'�C�IJA� LIA�[LIYY — RAILROADS
With respect to operations performed within 5a feet af railroad property, the definition of insurecf contract is
replaced by the following:
Insueed Contr�act means;
a. A contract for a lease af premises. Howe�er, that portian of the cantract for a lease of premises that
indemnifies any persan or organization for damage by fire to premises while rented io a Named Insured or
temporarily occupied by a Plamed Insuped with permission of the owner is nok an insured contpact;
h. A sidetrack agreement;
c. Any easement or license agreemenk;
d. An obligation, as required by ardinance, to indemnify a municipality, exce}�t in connection with work far a
municipality;
e. An elevator maintenance agreement;
f. That part af any other cantract or agreement pertaining to the Named Insured's business (including an
indemnificaiion of a municipality in connectian wikh vsiork performed for a municipality) under which the
Named Insuped assumes the tort liabi�ity of another party to pay for bodily injupy or prope�ty damage to a
third person or organization. 7'ort liability means a liability that would be impased by law in the absence of
any contract or agreement.
Paragraph f. cioes not include that part of any contract or agreement:
(1) 7hat 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; ar
(b) Giving directions or insiructions, ar faiiing ta give #hem, if that is the primary cause of the injury or
damage;
(2) Under which the Insured, if an architect, engineer or surveyar, assumes liability for an injury or damage
arising ou# of the insured's rendering ar failure ta render professional services, ineluding those lisfed in
(1) ai�ave and supervisory, insp�ction, architecturai or engineering activities.
8. ��.�C��ONIC �A�A �IA�1LI`T'Y
A. Under COV�f�.C1�S, Co�erage A—�adily lnjury and �roperty �amage �iability, the paragraph entitfed
Exclusions is amended to delete exclusian p. �lectronic pata and replace it with the following:
CNA747Q5XX (1-15}
Page 6 of 17
National Fire Insurance Co. of Harifard
Insured Name: Reyes Group, Ltd.
Copyright CNA RI[ Rights Reserved.
Policy Na: 6080362967
Endorsement No: 2
Effective �ate:
Includes copyrighted material of Insurance Servlces Offlce, Ina, wifh its permission.
_ � ��
�on�ra���r�' C�n�ral �iabili#y �xt�nsion �nd�r��rrtien�
This insurance does not apply #o:
p. Access Or Disclosure Of Confidential Or Personal Infopmation And �ata-related �iability
Damages arising aut of:
(1 j any access to or disclosure of any person's ar organization's confidential or personal information,
including patents, trade secrets, pracessing methods, customer lists, financial information, credit
card information, health informatian or any other type of nonpublic information; or
(2} the loss of, loss of use of, damage to, corruption of, inability to access, or inability ka manipulate
e[ec�ronic data that does not result from physical injury to tangible property.
Howe�er, unfess Paragraph (1} abo�e applies, this exelusion does not apply to damages because of
bodiCy injury.
Tfiis exclusion applies even if damages are claim�d for natification costs, credit monitaring expenses,
forensic expenses, public relation expenses or any other loss, cost or expertse incu.rred by tf�e Named
Insu�ed or others arising out of fhat which is deseribed in Paragraph (1) or (�j above.
�. ihe following paragraph is added to Lllil�li5 O� IfVSURAP�C�:
Subject to 5, above, $100,OD0 is the most ti�e Insurer wil� pay under Covepage A for all damages arising out
of any one occurPence because of ppope�ty damage that results from physical injury to tangible property
ancE arises out o# elec#ronic data.
C. The following definition is added to D��INI�10�lS:
�lectronic data means infflrmation, facts or programs stored as or on, created or used on, or transmitted to
ar from computer so#tware (including systems and applications softv�rare), hard or flappy disks, CD-ROMS,
tapes, drives, cells, data processing de�ices or any other meciia which are used with electrvnically contralled
equipment.
�. For the purpose of the ca�erage provided by ti�is ���CiF�01�IC D�eiA LIABlLITY ProvisEon, the definition
of property damage in DEFIR�ITIOi�S js replaced by khe following:
Property damage means:
a. F'hysical injury to tangible property, including all resulking loss of use of khat property. All such loss of
use shall be deemed fo occur at #he time of the physical injury that caused it;
h. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to
occur at the time Qf the occurrence that caused it; or
c. l.oss of, ioss af use of, damage to, corruption of, inability ta access, or inabifity to proper�y manipulafe
electronic data, resuiting from physical injury to tangible property. All such loss of el�ctranic data shall
be deemed to occur at the tirr�e of the occurrence that caused it.
For the purposes of this insurance, electronic data is not tangibEe property.
�. If Nectronic Daka Liability is provided at a higher limit by another endarsement attached to khis poficy, then
the $100,OQ0 limit provided !�y this ���C��OPlIC �,4y,4 LIA�ILITY Provision is part of, and not in addition
to, that higher limi#.
9. �5�'l��'GS, L�CAL RE�RESERliAiIV�S, AND S�OUS�S
The estates, heirs, legal represenkatives and spouses of any natural person insured sha11 also be insured
under this policy; pro�ided, howe�er, caverag� is afFarded to such estates, heirs, legal repres�ntatives, and
spouses only for claims arising solely aut of their capacity or status as such and, in the ease of a spouse,
where such claim seeks ciamages from maritaf eommuni#y property, jointly held properiy ar property iransferred
from such natural persan Insuped ta such spouse, No coverage is �rovided for any act, error or omission of an
CNA74705XX (1-15)
Page 7 of 17
Nationa� �'ire Insurance Co. of Hartfard
Insured Name: Reyes Growp, Ltd.
Copyright CiVA All Righis Reseroed.
Policy No: 8080362967
Endorsement No: 2
Effective �ate:
Includes copyrighied material of Insurance Services O#fice, Inc., with its permission.
a''
�ont�����r�' G�ner��l �iability �xten�i�n Endors�r��n�
estat�, heir, lega! representative, or spouse outside the scope of such person's capacity or status as such,
pravided howe�er that the spouse of a natural �ersfln Rlamed Insueed and the spouses of inembers or
partners of joink �entura or partnership f�amed Insureds are lnsu�eds with respect ta such spouses' acts,
errars or omissions in the eanduct of the Wamed Insured's business.
10. EX�ECTE� �R INi�IVp�� INJU�Y —�XC�P�I�I� FOR REASOWA�L� �ORC�
Under COV��AG�S, Co��rage D. � Bodily Injury and Prope�ty �arnage L.iability, the paragraph entitied
�xc.lusions is amended ta delefe the exclusion entitleck �xpected or Intended Injury and replace it with fhe
following:
This ihsurance does not apply to:
�xpected op Intended Injury
�odily injuPy or property damage ex}�ected or intended from #he standpoint af the Insured. This exclusion
does not apply to bodily injur�y ar ppope�ty damage resulting from the use of reasonable force to protect
persans or property.
91. G�N�4�A� IdCC1�ECRT� LIAflITS O� lP1SU�iANC� - R�� ��OJ�C'T
A. For each construction projecf away from premises the Named Insui�ed owns or rents, a separate
Construction Praject General Aggregat� Limit, equal to the amount af the General Aggregate Limit shown in
the Declarations, is the most the Insurer will pay for the sum of:
1. All damages under Caverage A, except damages because of badily injury or praperty damage
included in the praductsocampletec� opeeations haza�d; and
2. All medical expenses under Corr�rage C,
that arise fram occurrences ar accidents which ean be attributed solely to ongoing op�rat�ons at tha#
construction project. 5uch payments shall not reduce the Gen�ral Aggregate Limit shown in the
Declaratians, nor the Construcfion Project General Aggregate Limit of any other construction project.
E3. All:
1. Damages under Co�erage �, regardless of the number of Eocations or construction projects in�olved;
a. �amages under Coverage A, caused by occurrrences which cannot be attributed soleiy to ongoing
operatiQns at a single construction project, excepf damages because of bodily injury or prope�ty
damage included in the products�com�iet�d aperatians hazaed; and
3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing
operations at a single conskruction proje�ct,
will reduce the General Aggregate Limit shawn in the Declarations.
C. The limits shown in the Declarations for Each Occurrence, for Da.mage To Pr�mises Rented Ta You and for
Medical Expense continue to apply, but will be subjecfi to sither the Canstruction Project General Aggregake
Limit or the General Aggregate Limit shawn in the Declarations, depending on whe#her the occurrrrence can
be attributed solely to ongoing nperations at a particular canskruction project.
D. When co�erage for liability arising out of the peaducts-compl�ted operations hazard is prnvided, any
payments fflr damages because of bodily injury or peoperty damage included in the products�
completed op�rations hazar�d will reduce the Products-Completed Operations Aggregate Limit shown in
the �ec{arations, regardl�ss of the number of projects invoiWed.
�. If a s9ngle construction project away from premises owned by or rented ta the lnsured has been abandoned
and then restarted, ar if the authorized contracting parties de�iate from plans, blue�rints, designs,
specifieations or kimetables, th� project will still be deemed to be the same construction project.
CNA74705XX (1-15)
Page 8 of 'f 7
Nationa! Fire Insurance Co. of hlartfard
Insured Name: Reyes Graup, Ltd.
Capyright CNA All Rights Reserved.
Policy Na: 60$4362967
Endorsement No: 2
Effec�ive Date:
Includes copyrighted mat�rial of Insurance 5ervices dffice, Inc., with its permission,
i �
Gon�ra��ors' C��n�r�l Liabili�y E��ension �ndor�em�n�
F. ihe pro�isions af LlfV�liS OF 1Al5U�PICE, not otherwise modified by this endorsement shall continue to
apply as stipulat�d.
1�. iN ��Afl AC'�IONS
A quasi in rem action against any �essel owned or operated by or for the �lamed tnsured, or chartered by Qr for
the AEamed InsuPed, will be treated in the same manner as though the actian were in personam against the
Idamed Insuped.
'13. IfVCIDEPlTr4L HEALTH CARE NiALPFtACiIC� COVERRCE
Solely with respect to hodily inju�y that arises out a� a health cape incident:
A. Under COVEFiAG�S, Caverage A—�odily Injury and Property Damage Liability, the paragraph entitled
Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1,b.(2) with the following:
b. This insurance applies to i�aciily injury provided that the professional healkh care services are incidental
to the Named InsUped's primary business purpose, and only if:
(1) such badily injury is caused by an occurrence that takes place in the ca��rage t�rritory.
(2j khe bodily injury first accurs during the policy period. All bodily injury arising #rom an
occurrence will be cfeemed to have occurred at the time of the first act, error, or omission that is
part of t�te occurrence; and
E3. Under COV�RAG�S, Co�erage A— Bodily Injury and Property Damage Liability, the paragraph entitled
�xclusians is amended #a:
i. add the following to the Fcm�sloyers Liability exclusion:
7his exclusion applies only if the bodily injury srising fram a health care inciden# is covered by other
IiabiGty insurance available to th� Insured (or which wauld have been avai�able but for exhaustion of its
limits).
ii. delete the exclusio� �nkitled Conteactual �iability and replace it with the following:
This insurance does noi apply to:
Contractual Liability
the Insured's actual or all�ged liability und�r any oral or written contract or agre�ment, including but not
limited ta express warranties or guaranteas.
iii. ac�d the foilowing additional exclusions:
This insurance tloes r�ot apply to:
Discrimination
any actual or alleged discrimination, humiliation or harassment, including but not limited ta claims based
on an individuaPs race, creed, calor, age, gender, natianai origin, religian, disabiliiy, marital status or
sexual orientation.
nisf�onesty op Cpime
Any actual or alleged dishonest, criminal or malicious act, error or omission.
A►iedica�eiMedicaid �raud
any actual or alleged violation af law with respect to Medicare, Medicaid, Tricare or any similar federal,
state or local governmental program.
Serrvices �xcluded by �ndnesemenE
CNA74705XX {1-15) Policy No� 60803629fi7
Page 9 af 17 Endorsernent No: 2
National Fire Insurance Co. of Hartford Effective Date:
Insured Name: Reyes Group, Lid.
Copyrlght CNA All Rights Reserved, Includes cepyrighted material of Insurance Services Office, Inc., with its permi.ssinn,
, .'
Con�r��tor�' �en�r�l �i��ility ���ension �ndo�ser��nt
Any health care incident for which co�erage is excluded by endorsement.
C. ��FIPdlTIDPlS is amended to:
i. add the fofEowing definitions;
bealth care incide.nt means an act, error or omission by the Named Insured's employees or
valunteer workers in khe rendering of:
a. �eofessinnal health care serv�ces on behaif of the f�amed Insured or
b. Good Sarr�aritan services rendered in an emergency and for which no paymenk is demanded nr
recei�ed.
Profiessional health care services means any healih care services or the related furnishing of food,
beverages, medical supplies or appliances by the failowing pro�iders in their capacity as such but salely
to the extent they are duly licensed as required:
a. Physician;
b. Nurse;
c. Nurse practitianer;
d. Emergency rriedieal teehnician;
e. Paramedic;
f. Dentist;
g. Physical therapist;
h. Psychologist;
i, �peech therapist;
j. Oiher ailied health prafessional; or
�rofessional health care services does nQt include any services rendered in connecfion with human
clinical trials �r product testing.
ii. delete the definition nf occurrence and replace it wi#h th� fol�owing:
Occurrence means a health care incident. All acts, err�rs ar omissions that are logically connected by
any common fact, circumstance, situation, transaction, event, advice or decision will be cansidered te
constitute a single occu�pence;
iii. amend the definitian of Insured to:
a. add the follawing:
o the iVamed Insured's �mploy�es are Insureds with respect #o:
(1) bodily injury to a co-employee while in the course of the co-employee's employment by
khe Pdamed Insured or while perForming duties related to the conduct af the P6amed
Insured's business; and
(2) bodily injury to a volunteer worker vuhile perForming duties reEated to the conduct of fhe
ldamed Insurred's business;
when such hodily injupy arises out of a health care incident.
CNAi47D5XX (1-15) Policy No; 6fl80362967
Page 10 of 17 Endorsement No: 2
Natinnal Fire Insurance Co. of Hartford Effecti�e Da#e:
Insured Name: Reyes Graup, Ltd.
Capyright CNAAII Rights Reserved. Includes copyrighted rrEaterlal of Insurance 5ervices Offtce, Ine., with ifs permission.
�
�entr��t�r��' G�ner�l Li�bili�y �x��n�ion �r�do���r��nt
o the P�amect Insu�ed's volunteee workers are Insureds with respect to:
(9) bodily injury ta a ca-r�olunteer wor�er while performing duties related to the conduck of
the idamed InsurecPs business; and
(�j bodiiy injury to an employee while in the coursa af the employee's employment by the
Named Insu�ed or while performing duties related ta the conduct of khe idamed Insured's
business;
when such bodily injury arises out of a health care incident.
b. delete Subparagraphs (a), (bj, (c} and (d) of Paragraph Z.a.(1j o�VIdFiO IS AI� II�Sl1R�D.
�. The Other fnsurance condition is amen�ed to delete Paragraph b.(1) in its entirety and replace it with fhe
follawing:
Other Insurance
b. �xcess Ins�rance
(1) To the extent this insurance applies, it is excess over any other insurance, self insurar�ce or risk
transfer instrument, whether primary, excess, contingent ar an any other basis, except for insurance
purchased specifiically by the Mamed �nsu�ed ta be excess a# this coverage.
14. J�INi V�W7Ui�ES 1�AFZi�+fERSF�IP ! LlflflliE� LII��ILIiY COfwPAPl1�5
WHO IS AF� INSURED is amended ko delete its last paragraph and replace ik with the following;
No person or organization is an Insu�ed with respect ta the conduct af any current or past partnarship, jaint
venkure or limited liability company that is not shown as a Wamed Insured in the Declarations, ex�ept ihat if the
Namecf Insured was a jaint venturer, parfner, or member of a limited [iability campany and such joint venture,
partnership ar limited liability company terminated priar to or during the palicy period, such Named lnsured is
an Insured wikh respect to its interest in such joint venture, partnership or limi#ad liability campany but only to
the exkent that;
a. any offense giving rise to personal and ad�ertising injury occur'red prior to such termina#ion da#e, and the
personat and ad�ertising injury arising oui of such affense first occurred after sucl� kerminaiion date;
b, the bndily injury ar prope�ty damage first occurred affer such termination date, and
c. there is no other �alid and collectible insurance purchased specifically to insure the partnership, joint venkure
or limited liability company; anc{
If the joint venture, partnership or limited liability comparty is or was insured under a consolidated (wrap-up}
insurance pwngram, then such insurance will always be considered valid and collectible for the purpase of
paragraph e. above. But this prvvision will not serve ta exciud� bodily injury, prop�rty damage or personal
and ad�ertising injury that would otherwise be co�ered under the Contpactops Genepal �iahi[ity �xtension
�ndoesement pravision entitled W�A��UP �Xi�NS10N: OCIP, CCI�, OR CONSOLIDAi�D (WFtAP�UPy
IFJS[J�L4NC� �i�OG�4i1�S. Please see that provisian for the definition of consolidated {wrap�upy insurance
program.
1v�. �C�CAL LIA,�ILIiY — DAI9AAG� 7Q PR�A�IS�S 1 A�I�NA��� ���iNl��5 !��O�Li��Y iN T'Fi� R!IlI�Eb
INSIJ���'S CA��, CUSTODY OFi CQ�ITROL
A. Under COV�RAC��, Co�erage A—�odily Injury and Pr�per#y Damage Liability, khe paragraph entiiled
L�xclusions is amended to delete exclusion j. [3amage t� �poper�y in its entirety and replace it with the
following:
This insurance does no# apply to:
j. �amage to Property
CNA74705XX �1-15}
Page 31 of 17
National Fire Insurance Ca. of Harkfor�
Insured Name: Reyes Group, Lkd.
Copyrfght CMA All Righfs Reserved.
Policy No: 608D362967
Endorsement Na: 2
Eff�ctiv� Date
Includes copyrighted material af Insuran�e Services ONice, Inc., wiih its permisslon.
� 4
_
Cvntr�a��of�' Cen�ral Liability �xt�n�ien �nd�r����n�
Prape�ty damage to:
(9) Praperty the Plamed Insured owns, renis, or occup�es, including any costs or expenses incurred by
you, or any other person, organization or entiky, for repair, replace.menk, enhancement, restoration
or maintenance of such property fnr any reasan, including pre�ention of injury to a person or
damage to anot�er's �raperky;
(a) Premises ihe I�amed Insured sells, gi�es away or abandons, if the property damage arises ou# af
any part of those premises;
(3) P�operty loaned to the PEamed Insuped;
(4y Personal property in the care, custody or cantrol of the Insurred;
(�) That par�icular part of real �roperty an which the FJamed Insured or any contractors or
subcontractors working directly or indirectly on the Named Insuped's behalf are pertorming
operafions, if the property dannage arises out of �hose operations; or
(6� That particular part of any property that must be restored, repaired or replaced because yaur work
was incorrectly perFarmed on ik.
Paragraphs (1), (3) and (4) of this exclusion do nof apply ta property damage (other than damage by
fire} to premises rented to khe Named Insured or ternporarily occu�ied by the Flamed Insured with the
permission of the owner, nar to the contents of premises fentecE to the �lameol lrssured for a period of 7
ar fewer cansecutive days. A separate limit of insurance applies to Damage To Premises Rented To
Yau as described in �.IMII7'S OF IPlSURANCE.
Paragraph (a) of this exclusion does nat apply if the �remises are your wnrk.
Paragraphs (3), (4), (�) and (6) of this exclusion do not apply to liability assumed under a sidetrack
agreement.
Paragraph (�j of this exclusion does not apply to p�ope�y damage inciuded in the products�
cnmpl�ted aperaiians hazard.
Paragraphs (3} and (4) of this exclusian do not appfy to prope�ty damage to:
i. toals, ar equipment the IVamed Insured borraws fram others, nar
ii. other personal property of others in the hdamed Insur�d's care, custody or contral while being used
in the Wamed Insured's operations away from atty Nan�e.d Insured's premises.
How�ver, khe coverage granted by this�exception to Paragraphs (3) and (4) does nat apply to:
a. prope�ty ak a jflb site awaiting or during such pro�erty's installation, fabrication, or erectian;
b. property that is mobile equipment leasec� by an Insured;
c. property that is an auto, aircraft or watercraft;
d. property in transit; or
e. any portian of prope�ty damage for whicl� the Insured has available other valid and collectibie
insurance, ar would ha�e such insurance but for exhaustion of its limiks, or but for applicatian of one
of its �xclusions.
A separate limit �f insurance and deductible apply to such properiy af athers. See �Il4Alia O�
IF�SURARlCE as amended below.
B. Uncier COV�FtACI�S, Co�erage A-- �ndily Injury and �roperty �amage �iabflity, the paragraph entitled
�xclusions is amencied to delete iks last paragra{�h and rsplace it with the following:
CNA74705XX (1-15)
Page 12 of 17 •
National �ire Insurance Co. of Harkford
Insured Name: Reyes Group, LtcE.
Copyright CNA All Rights Reserved.
Pfllicy No: 6080362967
Endflrsement Na: 2
Effective Date:
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
t , l '',
�on�r��t�P�' G�n�r�l Liabili�+ ����n�i�n �ndor�s�r��nt
ExclUsions c. through n, do nat apply to damage by fire to premises while rented to a f�amed lnsured or
temporarily occupied by a Named Insured with permission of the owner, nar ta damage to the cantents of
premises rented to a Named Insured for a period of 7 or fewer consecuti�e days.
A separate limit of insurance applies to this caverage as described in �I�iliS O� INStJFt�,�VC�.
C. The followEng paragraph is acided to �IIViIT'S OF Ik�SURARlCE:
Subject to 5. above, $25,000 is the mosf the Insurer will pay under Coverage A for damages arising out of
any one occurrence because of the sum of all properRy damage to borrowed #ools or equipment, and to
ather persona{ property of others in the iVamed Insured's care, custody or control, while being used in the
Flamed Insur�d's aperations away from any Named Insuped's premises. Th� Insurer's obligation to pay
such pe�peety damage does not apply until the amount of such proper#y damage exceeds $1,Oa0. The
insurer has the right but not the duty to �ay any partion of this $1,OOD in order to effect seftlement. If the
Msurer exercises thai right, the Wamed lnsured will prom�tly reimburse the Insurer far any such amaunt.
D. Paragraph 6., Damage To Premises Rented To You L.imit, af LIf�11+liS OF IRlSURANCI� is deleted and
replaced by the follawing:
6. Subject to Paragraph �. abo�e, (the �ach Qccurrence Limit), the Damage To Premises Renked fo You
l,imii is the most the Insurer wiil pay ur�der Co�erage �A for damages because af property dama�e fo
any ane pr�mises while rented to the Plamed Insueed or temporarily oecupied by t�e F�amed Insured
with the permissian af #he owner, including contents of such premises rented to the fdamed Insured for
a period of 7 or fewer consecutive days. The �amage To Premises Rented To Y�u Limit is the greater
of:
a. $500,000; or
b. The Damage To Premises Rented TQ Yau Limit shawn in the Declarations.
�. Paragraph 4.b.(1)(a)(ii) af the OtheP Insurance Condition is dele#ed and ra�laced by the following:
(iij Thak is property insurance far premises rented to the Named Insured, for premises temporarily
occupied by the Rlamed Insured with the permission af the owner; or for personal property of others in
the FVamed fnsured'S care, custody or contral,
16. LIQUOid LIA�IUTY
Under C�V��G�S, Co�erage A—�odily Injury and �roperr#y �amage �iability, #he paragraph entitled
Exclusians is amended ta delete ti�� exclusian entitled Liquor Liability.
This �IQU�R 4�IA�iLITY provision does not appiy to any person ar organization who otherwise qualifies as an
additianal insured on this Co�erage �'art.
1�. f��AICAL PAYMENTS
A. LIAAIiS O� I�SURANC� is amended to delete �aragraph 7. {the Medical Expense Limit) and replace it with
khe folloruing:
i. Subject to Paragraph �. abo�e {the Each Occurrence Limit), khe Medical �xper�se Limit is khe most the
Insurer will pay under Co�erage C—�fledical �aym�nts for all medical expenses because of bodily
injury sustained by any one p�rson. The Medical Expense Limit is the greaker of:
(1 j$15,40� unless a different amount is shown here: $N,NNN,NNN,NNIV; or
(2) the amaunt showt� in th� Decfarations for Medical Expense Limit.
�. Under CQV�FdACES, the InsuPing Agpeement of Coverage C--1VOed➢cal �ayments is amended to replace
Paragraph 1.a.(3)(bj with the fiollawing:
(bj The expenses are incurred and repnrted to the Insurer within three ye.ars of the date of the accident; and
CNA74705XX (`I-15}
Page 13 of 17
Natiana! Fire Insurance Co. of Hartfard
Insured Name: Reyes Group, Ltd.
Copyrighl CNAAII Righls Resenred.
Policy No; 6Q80362967
Endarsement No: 2
Effecti�e Date:
Includes copyrighted material of Insurance Services Office, Ine„ with lis permissian.
� 4
�
�ontr��tor�' ��n�r�l �i�bilit� �x��n�ion �nd�r��rr��n�
1�. {dDNe01lVN�� AI�C�tA��
Under COV�RA�l�S, Cove�age A—�odily Inju�y and �'pope�ty �amage �,iability, the paragraph entitled
�xclusions is amended as follows:
The exclusion entitled Air�craft, Auto op Wateperaft is amended to add the following:
This exclusion does nat apply to an aircraft noi awned by any idamed lnsured, provided that:
9. the pilot in aom�nand holds a currently effective certificate issued by the duiy constituted authority of the
llnited States of America or Canada, designating that person as a commercial or airline transpor� pilot;
�. the aircraft is rented with a trained, paid crew to the Rlamed Insured; and
3. the aircraft is nat being used to carry persons or prope�iy for a charge.
19. I�OI�-O{dlll��� I�VA�'�RCRAPT'
Under COV��G�CS, Cover�age A-- �odily Injury and Prrnperty �amage �iability, the paragraph entitled
�xclwsions is amended to delete subparagraph (2) af the exClusion entitled Aircraft, Auto orr 1Natercraft, and
replace ik with khe foliowing.
This excfusian daes nat apply to:
(2) a wa#ercraft that is not awned by any �damed Insured, pravided the watercraft is:
(a} less than 75 feet long; and
{hj nat being used to carry persons or praperty for a charge.
20. P�FiSOiVAI� Ai�D ADV���fSII�C INJU�Y —�ISC�ilfll➢IP�ATIO�' OR MUN91L1,4ilON
A. lJnder D�Fli�lilOfVS, the definition of perrsonal and adveptising injupy �s am�nded to add the following
torr:
o Discrimination or humiliation that results in injury to the f�eiings or reputatian of a natural person.
�. Under COV��AG�S, Co�erage �—€�ersoreal and Adver�tising Injw�y Liabifity, the paragraph entitled
Exclusions is amended ta:
1. delete ihe Exclusion entitled �Cnowing Violation Of �ights Of Another and replace ik with the
fallowing:
7his insurance does not apply to:
Ftnowing Violation of �ights of Another
�ersonal and ad�ertising injury caused by or at #he direction of the fnsured with the knowledge thai
the act woufd �ioiate the rights of another and would inflict personal and advertising injury. This
exclusion shall not apply ko discriminatian ar humiliatian tha# results in injury to the feelings or repukation
of a natural person, but anly if such discrimination or humiliation is not done infentEonaliy by ar at the
direction of:
(aj khe Alam�d Insueed; or
(bj any execufi�e officer, director, stocki�older, partner, member or manager (if the �lamed Insured is
a limited liability company} of t�e F�amed Insured.
2,. add the follawing exclusions:
This insurance does not apply to:
�m�loyment Related �iscrimination
C1VA74705XX {1-15} Policy No: 6�$0362967
Page 14 of 17 Endorsement Na: 2
National Fire Insurance Cv. of Hariford Effective Date:
Insured Name: Reyes Graup, L.td.
Copyright CNA All Righls Reserved. Indudes copyrighted material of Insurance Services O�ce, lnc., with Its permissian.
�
�ontrac�ors' ��n�r�l Li�bili�y ��t�n�ion �ndor�ser��nt
Discrimination or humiliation directly or indirectly r�lated to the employmenk, prospective employment,
past employment or termination of err�playment of any person hy any Insurecf.
Premises idelated �isceimination
discrimination or humiliation arising out af the sale, rental, lease ar sub-lease ar prospective sale,
rental, lease or sub-lease of a�y rovm, dwelfing or premises by or at the direction of any Insueed.
Natwithstanding the above, there is na co�erage for f'rnes or penalties levied or imposed by a go�ernmenta!
entity because of discriminakion.
The coverage pro►rided by this ���50NA� AN� A�V���'ISINC IPlJU�� �91SCRIF�IP�,4I�IOW O�
HUMI�IA7'IOR1 Pro�ision does not apply to any person ar arganization whase status as an [nsured deri�es
solely from
o Pravisian 1. ADDIiIOPlAL IWSl1RE� af this endorsement; or
• aftachment of an additional insured endorsemenk to this Coverage �art.
This A��50iV,4� AN� A�V�RiISING fWJU�Y —�ISC�iii�IlfVA�ION OR F�UT1hILIATIOW Provision does nofi
apply ta any person or organization who otherwise qualifies as an additional insured on this Coverage Part.
21. 4�€RSOldAL AND ADV�RiISINC 1NJlIFtY - CO{VTRACTUAL LIA�ILI'fY
A. Under COV�RAG�S, Correrage �—�ersonal and Adve�tising Injury �iability, the paragraph entitl�d
�xclusions is amended to delete the exclusion entit[ed Contractual �iability.
�. Salely far the purpose of the coverage pro�ided by this €'ERSOPlAL ,�RlD �DV�RTISIPiC INJURY e
COfViF�,Cil1AL LIA�ILITY provision, the follawing changes are made ta the sec#ion entitled
SUPPL�IVA�IdiARY �AYNi�N'�S — CDV��AG�S A APf� �:
1. Faragraph 2.d. is replaced by the fo[fowing:
d. The allegations in khe suit and the informatfon the lnsurer knaws a�aut the offense alleged in such
suit are such that no conflict appears to exist beiween the interests af ti�8 Insu�ed and the interests
of the indemnitee,
�. The first unnumbered �aragraph beneakh Raragraph a.f.(a�(b} is deleted and replaced by the foliowing:
50 long as the above conditions are met, attorneys fees incurred by tf�e Insurer in the defense af that
indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses
incurred by the indemnitee af the Insurer's request will be �aid as defense costs. Such payments will
not be deemed to b� damages for qersonaC and ad►rertising inJury and will not reduce the limits of
insurance.
C. This ���SOR�AL APiD ADVERTI5IPlG INJURY � CONTRACTUD,L LIABILITY Pro�ision does not apply if
Coverage �—�er�sanal and Advertising Injury �iabili�y is excluded by anokher �ndorsement attach�d to
this Co�e�age �ar�.
This �ER50NAL AFlD AD1��Ri151P�G IP1JlJRY e CO�liRACTUAL LIA�ILITY Provision does nok apply to any
perso� or organizatian who otherwise quaiifies as an additio�ral insured on this Coverage Part.
��. ��OP��iY �AM►o►GC� � �L�VAi01�5
A. Under COVERAG�S, CovePage A—�odily lnjury and Ppopeety �amage �iabi[ity, fhe paragraph entitled
�xclusiuns is amended such that the �amage to Your Product �xclusion anc� subparagraphs (3), (4) and
(6) of the 9amage ta Prope�ky ExcEusion do not apply to praperky damage that results from the use of
ele�ators.
�. Salely for the purpase of the coverage �ravided by this PRO�ERiY DAfW,aeG� — EL�V�iQFiS Pra�ision,
the Othee Insupance canditions is amended to add the following paragraph:
CNA74705XX (1-16) Policy No: 60803fi2967
Page i5 of 17 En�lorsement No: 2
Natianal Fire Insurance Co. nf Hartford Effecti�e Date:
Insured Name: Reyes Group, L#d.
Copyright GNA All Rights Reserved. Includes copyrightad roaierial of Insurance Services O�ce, 1nc., with its permission.
�
Cer��r���er�' �en���l �iability ��tt�n�io� �r�do�serrnen�
This insurar�ce is excess over any of the other insurance, whether primary, excess, contingent or on any
okher basis that is Property insurance co�ering property af others cEamaged frvm the use of elevators.
23. SUPP�C���Pli,4�Y �AYiw�N�S
The section eniitled SUP�����I��A�Y �AYi�II�N�S — COV�RAG�S A Atd� � is arrtended as follows:
A. Paragraph 7.b. is amended to delete the $250 limit shovirn far the cast of bail bonds and replace it with a
$5,OQ0, lir�ii; and
�. Paragraph 1.d. is amended to delete fhe limit of $25� shown for daily loss of earnings and rep{ace it with a
$1,n00. limi#.
�4. UNfAl��NYIONAL ��,',ILUR� i0 DISCLOS� HAZARDS
If the Plamed Insu�ed unintentinnally fails to disclose all existing hazarcfs at the inception date of khe �'amed
Insured's Carrerag� �art, the Insurer will not deny coverage under this Cor►e�age �a�t because of such failure.
25. ►f!lAIV�R OF SU�ROC14TlOfd � �L�RlI(ET
Under COPE�IYIONS, ifi�e candiiian entitied iransfier Of Rights Of Fteco�ery Against Others To Us is amended
to add the followEng;
The Insurer waives any righk of recovery the Insurer may have against any person or organization because of
payments the Insurer makes for injury ar damage arising out of:
, 1. the Namec[ Insured`s ongoing operaiions; or
2. your work included in the products�completed aperatians hazard.
Hor�vever, this wai�er appliss only when the I�amer! Insur�ed has agreed in writing ka waive such rights of
recavery in a writken contract or written agreement, and only if such contract or agreement:
1. is in effect or becomes effecti�e during the term of this Cnverage Part; and
2. was execu#ed prior to the bodily injury, property damage ar pe�sonal and adve�tising injury giving rise
ta khe claim.
2�. WRl��oUP �Xi�NS[Of�: OCI�, CCI�, 0� C.�NS��I�Ai�� (W�AP-UP} I�[SU�Af�C� P�OG�.iwS
Note: The following provisian does not appEy to any public constructian project in the state of Oklahoma, nor to
any canstruction project in #he stat� of Alaska, thaf is not permitted ta be insured under a consolidated (wpap�
upj 'rnsupance ppog�am by applicab[e state statute or regulation.
If the endorsement �XCLLlSIOW — COWSiRIICiIOfV W�F��UP is aftached to this po[icy, or another
exclusionary endarsement pertaining te Owner Controlled lnsuranc� Programs {O.C.I.P.) or Cantractar
Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply:
A. The following wording is added to the abo�e-referenced endorsement:
With respect to a consolidated (wrapnupj insurance program projeck in which the Named Insured is or
was invoived, this exclusion daes not apply to thase sums khe Narr�ed Insured become legally obliga#ed to
pay as damages because of:
1. �ociily injury, propepty damage, or personal o� ad�er�tising injury that occurs during the R�amed
Insured's angaing operations at the project, er during such operations of anyon� acting on the Named
Insured's behalf; nor
2. �odily injury flr property damage included with+n the products�completed operations hazard that
arises ouk of khose portions of the project that are not pesidential steucturres.
�. Condition 4. Other Ensu�ance is amended to add the following subparagraph 4.b.(1)(c):
CNA7�47Q5XX (1-15) Policy No: 6Q80362967
Page 16 of 97 Endorserr�ent No: 2
National Fire lnsurance Ca. of hlartford � Effectiv� Date:
Insured Name: Reyes Group, Ltd.
Copyright CNA All Rights Reserved. Includes capyrighted material af Insurance Services Offlce, Inc., with its parmission.
4
f
��ntr���t�r�s` ��n�r��l �iability �xt�nsivn �ndop��r�en�
This insurance is excess over:
(c} Any of the okher insurance whether primary, excess, can#ingent or any athe�' basis that is insurance
available to the Named Insured as a result of the Na.med Insuped being a parkicipant in a
cansolidated (wrapnupy insu�ance pragram, but ahly as respects fhe Named Insuped's involvement
in that cansvlidat�d (wrap�up) insurance pragram.
C. D��1NIT'IDPlS is amended ta add the follawing definitions:
Consolidated {wrap-up) insuranc� program means a construction, erection er demnlitian project far
which the prime contractorlproject manager or owner af the conskructian project has secured general liability
insurance ca�ering some or al� of the contractors or subcontractars involved in the project, such as an
Owner Controlled Insurance Program {O.C.l.P.) or Contractor Controlled Insurance Program {C.C.I.P.).
�3esidential structu�� means any structure where 30°/a or more of the square foat area is used or is
intended to be used far htuman residency, including but not limited to:
1. single or multifamily housing, apartments, condominiums, fownhauses, co-operati�es or planned unit
developments; and
�. the common areas and structures appurtenant to the siructures in paragraph 1. {including pools, l�ot
tubs, detached garages, guest houses or any similar structures).
However, when there is no individuaf ownership of uni#s, residen�ial str�cture does not include military
housing, collegeluni�ersity housing or darmitories, long term care facilities, hotels or motels. �esidential
str�ucture also does nat include haspitals ar prisons.
This 16►!lRAPo4�� �X'��NSION: OCIP, CCIP, O� CONSO�I�Af�� (W�tA�-U�] INSUF�A[VC� ��OCF�AMS
Pra�isian dass not apply to any person or arganization who othervrise qualifies as an additional insured on fi�is
Co�erage �art.
All other terms and canditions of fhe Folicy remain unchanged.
This er�dorsemenk, which forms a part of and is for attachment ta the Policy issued by th� designated Insurers, takes
effect on the effecti�e cEate of said Policy at the hour stated in said Policy, unless another effeciir►e date is shown
below, and expires concurrently with said Policy.
CNA74705XX (1-15)
Page17af17
Nationaf Fire Insurance Co, of Hartford
Insured IVame: Reyes Group, Ltd.
Copyright C[VA All Rights Resenred.
Policy EVo: 6080362967
Endors�ment No: 2
Effective Date:
Includes copyrighted material of Insurance 5ervices Office, lnc., with its permission.
��� Worl�ers Compensa�iart A►nd �mployers �ia6ilit� Insurance
Palicy �ndorsement
Im.��`.��; 0�° � I' 'S[C1 - 0-'� �CI '�'�: �.itlll+r It�'F.' �1�+16i 7!}.''l�PA�j�`
We have the right #o recover our payments from anyone liable for an injury covered by this policy, We wil[ not
enforce our right against the person ar prganization named in the Schedule. This agreement applies anly to the
extent that you perform work under a written contract that requires you ta obtain this agreement from us.
7his agreement shall not operate directly or indirectly to banefit anyane not named in the Schedule.
Schedule
Any Person or Organization on whose behalf you are required to obtain this waiver of our right to recover
from unc�er a written contract or agreement.
The premium charge for the er�dorsement is reflected in the 5chedule of Operations.
A1i other terms and conditions of #he palicy remain unchanged.
7his endorsement, which forms a part of and is fior attachment to the policy issued by the designated Insurers,
takes effect an the Palicy Effective Date of said palicy at the hour stated in said policy, unless another
effective date Ithe Endorsement Effective Datej is shawn i�elow, and �xpires concurrently with said policy
unless another expiration date is shown below.
Form No: WC 00 03 7 3�04-19841
Endorsement Effective Date: �ndorsement Expiration Date:
Endorsement No; 3; Page: 1 of 1
Underwriting Company: American Casualty Company of fteading, Pennsylvania, 159 N F'�anklin St.
Chicago, IL 6p6P6
_....__,. ,_. -- --. .. —..--- ---�--_ __,.. __. --- -
Copyright 1983 Na#ional Cauncil on Compensatian Insurance.
Policy No: WC 6 80362970
Policy Effectiva Aate:
Policy Page: 39 of 62
�TA1�T�ARID GEllTERAL �OI�ITI��lTS
OF THE C01�1STRUCTI�1� CDI�TTRACT
crrYOF FaxTwoR-rH
5TANDARDCDNSTRUCTION SPECFF1CATi0N DOCL�+IENTS
ftcvision: 8�1
STANDARD GENERAL COND�TrDNS OF THE
CONSTRUCTION C�NTRACT
TABLE OF C0111TEI�TS
Page
Art�cle 1-- Defini�iozis and Terminology .......................................................................................................... I
1.01 Defirted Terms ............................................................................................................................... l
1.02 Terminalo�y ..................................................................................................................................6
Artic le 2— Prelirtiinary Matters ......................... .... ............................................................................ ................ 7
2.fl1 Gop'res of Dacunaents ..................................................�.................................................................7
2.02 Commencennent of Contract Trme; Notice to Proceed ............................................................... 7
2,03 Siarting the Work .......................................................................................................................... �
2.04 Before Starting Canstruction .........� .............................................................................................. 8
2.�5 Preeonstructinn Conference ...................................................................................................�...... 8
2.06 Public Meet�g ............................................................................................................................. 8
2.�7 Initial Acceptance of Schedules ............................�............................................,.......................... 8
Article 3-- Contract Documents: Intent, Amenc�ing, Reuse ............................................................................5
3.01 Intent .............................................................................................................................................. 3
3.02 Reference Standards ......................................................................................................................9
3.03 Reporting and Resoh�ing D�screpancies .......................................................................................9
3.04 Amend�g and Supplementing ContractDocuments .................................................................10
3.05 Reuse ofI7acu�nents ...................................................................................................................10
3.06 Electronie Data ............................................................................................................................ lI
Article 4— Availability of Lands; Subsurface and 1'hysical Condrtions; Hazardous Environmental
Conditions; Reference Points .......................................................�..�................................................11
�L.O1 Availability of Lands ..................................................................................................�...............11
4.02 Subsurface and Physical Conditions ..................................................................,................,......12
4.03 Differing Subsurface or Physical Condrtions ......................................................�.......,............,.12
4.04 Underground Faeilities ...............................................................................................................13
4.05 Referenee Points ......................................................................................................................... l�
4.Qb Hazardous En�ironrnental Condrtion at Site .............................................................................. 14
Article5— Bonds and Insurance .....................................................................................................................16
S.O1 Licensed Sureties and Insurers ...................................................................................................16
5.02 Pert'armance, �'ayment, and Maintenance Bands .......................................................................16
5.03 Cert�cates of Insurance .............................................................................................................16
5.04 Contractor's Insurance ....................�.....................,........................�............................................ l8
5.05 Acceptance ofBonds and Insurance; Option to Regl�ce� ..........................................................19
Article 6— Contractor's Responsbilities ........................................................................................................ I9
6.01 Supervision and Superintendence ...............................................................................................19
CiTY OF FORT VJORTH
STASVDARDCONSTRUCTCON SPSCIFICATION DOCUMENTS
Revision: B/2�2�21
6.a�
6.03
6.04
6.05
6.a6
6.07
b.08
6.09
6.10
6.11
6.12
G.I3
6.14
6.15
6.16
6.I7
b.18
6. I9
6.20
6.21
6.22
6.23
6.24
Labor; ViJorking Hours ................................................................................................................20
Serviaes, Materials, and Equipment ...........................................................................................20
ProjectSchedule ..........................................................................................................................21
Substitutesand "Or-Equais" .......................................................................................................21
Concernirig Subcontractors, �uppGers, and Others .................................................................... 24
�Nage Ra.tes .................................................................................................................................. 25
PatentFees and Royal�ies ...........................................................................................................25
Permi�s and Utilities ....................................................................................................................27
Lawsand Regulations .................................................................................................................27
Taxes...........................................................................................................................................28
Useof 5ite and Other Areas .......................................................................................................28
RecardDocuments ...................................................................................................................... 24
Safetyand Protection ..................................................................................................................29
SafetyRepresenta.tive ..................................................................................................................30
HazardCommunication Programs .............................................................................................30
Enn.ergencies and/ar Rect�cation ...............................................................................................30
S�bmitta ]s . .. .... .. . .. .. . ... . ....... ... ..... . .. .. . .. . .. ... .. ..... .... .... .... ..... . . .. . .. ... ... ... .. .. . .. . .... .... ..... .. ... ... ..... ..... .. 31
Gontinuingthe Vl�ork ...................................................................................................................32
Cantractor°s General Warrantyand Guarantee ..........................................................................32
Indeminification.........................................................................................................................33
Delsgation of Prafessional D�sign Services ..............................................................................34
Rightto Audit ..............................................................................................................................34
Nondiscrimination... ....... ....... ................................. ................................... ........ ........ ........... ....... 35
Article7- Other VVork atthe Site ...................................................................................................................35
7.D1 Rela.ted Work at Site ........................................................................... ....................................35
7.02 Cc�ord'mation ................................................................................................................................36
Article8- City's Responsibiliti�s ................................................................................................................... 36
8.a1 Communicationus ta Contractor ...................................................................................................36
8.02 Fur�isi� Data ................................................................................................................................36
8.03 Pay W�en Due ............................................................................................................................ 36
8.04 Lands and Easements; Reports and Tests ..................................................................................36
5.05 Change Orders ............................................................................................................................. 36
8.06 Inspections, Tests, and Approvals ..............................................................................................36
8.07 Lir�nitations on City's ReSponsibilities .......................................................................................37
8.Q8 Undisclosed Hazardous Enr�iron�nental Condition .................................................................... 37
8.09 Compliance with Safety Program ...............................................................................................37
Article 9- City's Observation Status Duriuzg Construction ........................................................................... 37
9.d1 City's Project Manager ............................................................................................................37
9.02 Visits to Site ................................................................................................................................37
9.03 Authorized Var�ations in Work .................................................................................................. 38
9.04 Rejecting Defective Work ..........................................................................................................38
9.45 Determinatians for WarkPerformed ..........................................................................................38
9.06 Decisions on Requ'rrements of Contract Documents and Acceptabilrty of Work .....................38
CiTY OF FORT WORTH
Si'ANDARDCflNSTROCTIQN SPECIFICATION DQCUMENTS
Revision: 82�f1(12l
Article 10 - Changes i� the Work; C�aims; E�tra Work ................................................................................38
10.�1 Autharized Changes in the Work ...............................................................................................38
10.02 Unauthorized Changes in the Work .................................. .....................................................39
14.D3 ExecUtion of Change Orders .......................................................................................................39
10.04 Extra Wark ..................................................................................................................................39
10.05 Notificatian to Surety ..................................................................................................................39
1U.Q6 Contract Claims Process .............................................................................................................40
Articte 11 - Cost of the Work; Allawances; Unit Price Work; Plans Quantity Measurement ......................41
11.01 Cast of the Work ......................................................................................................................... 41
I].02 Allowances ...................................................................................................:..............................43
11.03 Unit Price War1� ..........................................................................................................................44
11.04 Plans Quantity M�asurement .................................................,......................................,...,.,.......45
Articla 12 - Ch.ange of Contract Price; Change af Contract Tinne ................................................................. 4G
12,01 Change of Cont�actPrice ............................................................................................................46
12.42 Chan� of ContractTime ............................................................................................................47
I2.03 D�lay�s ..........................................................................................................................................47
Article 13 - Tests and Inspectians; Correction, Removal nr Acceptance of Defective Work ...................... 48
13.01 Notice of Defects .................�.................................................................,....................................48
13.Q2 Access ta Work ................................................�..........................................................................48
13.03 Tests and Inspections ....................................................................:................................�............4$
13.a4 Uncovering Work ...............................�...,....................................................................................4�9
13.05 City May 5top the Work .....................................................................................�...�..............,...,49
13.06 Correction or R�maval of Defecfive Work ................................................................................50
13.07 Correction Period.......� ................................................................................................................50
I3.0$ Aeceptance ofDefective Wor1c ...................................................................................................51
13.09 City May CorrectDefeetive Work .............................................................................................51
Article 14 -Payments ta Contracior and Completion ....................................................................................52
14.01 Schedule ofValues .................................................................................................�,...................52
14.02 Progress Payments ......................................................................................................................52
14.03 Contractor's Warranty af Title ...................................................................................................54
14.04 Partial Utilizafiion ........................................................................................................................55
1�.OS �'inal [nspectian ........................................................................................................................... SS
14.06 Fina.l Acceptance .........................................................................................................................55
14,07 Final Paytnent ..............................................................................................................................56
14.08 Final Comp�etion Delayed andPartialRetainage Release ........................................................56
14.Q9 Waiver of Claims ........................................................................................................................ 57
Article 15 - SuSpension af Work and Termination ........................................................................................57
15.01 CiCy May Suspend Work..... ........................................................................................................57
15.02 City May Terminata for CaUse ...................................................................................................58
15.03 City May Terminate For Convenience .......................................................................................60
Article16 -Dispute Resolutian .................................................�..............................................,.....................bl
16.41 Methods and Procedures ............................�................................................................................61
CITY OF FORT WORTH
STAI+IDARDCONSTRUCTFON SP6CIFIC.ATION D�C[1ME3VT5
Revision: 8/?3/2021
Artiele17 — Mi�cel�aneous ..............................................................................................................................62
17.01 Giving Notice .............................................................................................................................. b2
17.02 Cornputation af Times ................................................................................................................62
17.03 Cumulative Rernedies .................................................................................................................b2
17.04 Survival of ObGgations ............................................................................................................... 63
17.05 Headmgs ......................................................................................................................................63
CITYOF FDRT WQRTH
STANDAKDCQNSTRUCTIdN SPECIFICATI4N �OCUMEN"I'S
Revision: 8R31D�1
oo�zoo-�
GENERAL ODN�iTION 5
Page ] of 63
ARTICL� 1— DEFINITIONS AND TERMXNOLOGY
1.01 Defined Terr�zs
A. Wher�v�rused �n these General Conditions ar in other Contract Doeuments, the terms listed belovv
have the meanings indicat�d which are app�icable to both the singular and plural thereof, and
words denoting �ander shall include the masculine, faminine and neuter. Said terms are generaily
capitalized or �vritten in italics, but not always. When used in a cont�xt cansistent with the
definition of a listed-de£'i�ned term, the term shall have a meaning as defined below vwheihar
capiialized or itaucized or otherwise. In additian to ter�ns speci�cally defined, terms with initial
capital letters in the Contract Documents in.ciude references to identif'zed articles and paragraphs,
and the titles of other documents or farrns.
1. Addenda--Written or graphic instruments issued prior to tha opening of Bids which elarify,
correct, or change the Bic�ding Requirements or the propos�d Contract Docuxnents.
2. Agree�ni—The written instrument which is evidence of the agreement between City and
Contractor covering th� Work.
3. Applicatio� for Payment—The form acce�rtable to City which is to be used by Contractor
during the course of the Wark in requesting progress or f�al payments and which is to be
aceompanied by such supporting documenta.tion as is required by the Contract Documents.
4. Asbestos—Any material that contains more t�.an one percent asbestas ar�d is friable or is
r�leasing asbestos fbers into the air above current action levels established by tl�e United States
Occupaticmal Safety and Health Ad�ninistration,
5. Awar�d — Authorization by the Ciry Council for the City ta enter into an Agreement.
6. Bad The offer ar proposal of a Bidder submitted an the prescribecl form settizag forth the
prices for the Work to be performad.
7. Brdder—The individual or entity who submits a Bid directly to City,
$. Bidding Documents The Bidding Requirements and the proposed Con�ract Documents
(ir�cluding all Addenda}.
9. BiddingRequirements—The advert�sement or Invitation to Bid, Ins�tructions to Bidders, Bid
security of acceptab�e farzn, if any, and the Bid Form vaith any su��lements.
10. Busaness Day — A business day is defined as a day that the Ciry conducts norrnal busiriess,
generally Monda.y through Friday, except for federal or state holidays observed by the City.
I 1. CalendarDay --A day cansisting of 24 hours measured from midnight to the ne� midnight.
ciTx a� eoxT wa�r� r
STANDARDCONSTRUCT[ON SPEGIFICATION I30CUMENTS
I2e�isian; 823J1(1Rl
0072D0-1
GENERAL CDNDITION 5
Page 2 of 63
12. Change Order A document, which is prepared and appro�ed by the City, whieh is signed
by Cantractor and City and autharizes an additian, deletian, or revision in the Work or an
adjustinent in the Contract Price or the Contract Time, issued on or after �he Effective Dal�
of t�e Agreement.
13. City— The C�y of Fort VVorth, Texas, a home-rule rt�unicipal cocparation, authorized and
chartered under the Texas State �tatutes, acting by its governing bociy t.�raugh its City
Manager, his designee, or agents authorized under his behal�, each of which is required by
Charter to perform spec�"ic duties with responsibility for final enforcement of the contracts
involving the City af Fort Worth is by Charter �es#ed in tlze City Manager and i� the entity
with whom Coniractor has enter�d into the Agreement and for whom the Work is to b�
per%rmed.
14. City Atto�ney — The officially appointed City Attorney af the City of Fart Warth, Texas, or
his duly authorized representative.
1S. City Councal - The duly eZected and qualified �overning body of the City of Fort Wort�,
Texas.
16. Gity 1Vfanage� — The afficially appointed and autharized City Manager of the City of Fort
Worth, Texas, ar I�is duly authorized re�resentative.
17. Cont�act Ciai�-A demand or assertion by City or Contractor seeking an adjustment of
Contract Price or Contract Time, or botk�, ar other relief rwith respect to the terms of the
Contract. A demand far money ar ser�+icEs by a third pariy is not a Contract CIaim.
18. Cont�act—The entire and �tegated written document between the City and Con.tractor
concerni�g the Wc�rk. The Contract contairas the Agreement and all Contract Documents and
supersedes prior negot�ations, representations, or agreements, wheti�er written or oral.
19. Cont�uct Docun�ents—`I`nase items so designated in the A�eement All items listed ir� the
Agreennent are Contract Documents. Approved Submittals, ather Cantractar submittals, and
the reports and drawings of subsurface and physical conditions are not Contract Documents.
20. Contract P�ice The nnvneys payable by City to Contrac�or for completion of the Work �
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}.
21. Contract Time The number of days or the dates stated in the Agreement to: (� achieve
Milestones, i� any and (ii) complete the Work sa that it is ready %r Fi�al Acceptance.
22. Contractor The individwal or entity with whorn City has entered into the Agreement.
23. Cost of t�ie Worl� See Paragraph 11.�1 of these General Conditions for definitian.
CTTY OF FORT WORTfI
STANDARDCONSTRUCTI4N SPECIFICATION DOC[J1VfENT5
[tevision: 8231�021
oarzao-i
GENERALCONDITI0�1 S
Page 3 nf 63
24. Damage Claims — A demand for xnaney or services arising fronn the Project or S�e fronn a
third party, City or Contractor exclusive of a Contract Claizn.
25. Day or day — A day, unless otherwise defined, shaU. mean a Calendar Day.
26. Dit�ector of Aviaiion — The officially appainted Director of the Avia�ion Department ai the
City of Fort Worth, Texas, or his duIy appointed representative, assistant, or agents.
27. Director of Farks crnd Conzmunity Services — Th� officially appomted Director r,f the Parks
and Community Services Department of the Cily of Fort Worth, Texas, or his duly appointed
representa,tive, assistan.t, ar agents.
28. Director of Plannang and Develop»aent — The official[y appointed Dixector of the Planning
and Development D�partmeni of the City of Fort Worth, Ter�as, or his duIy appointed
representative, assistant, or agents.
29. Dir�ector� af Transportation Public Wopks — The officially appointed Director of the
Transportation Public Works Deparimeni of t�e City of Fort Worth, Texas, or his duly
appointed representative, assistant, or agents.
30. Di�ector of Wate� Depat�tment — The officially appointed Directar of the Watar Depattment
of the City of Fort Worth, Te�tas, or his duly appointed representative, assistant, or agents.
31. Drawangs—That part of the Con:tract Dacuments ptepared or approved by Engineer which
graphically shows the scape, extent, and character of the Work to be performed by Contractor.
Subtnittal� are not Drawings as so def�ned.
32. Effective Date of the Agr�eement—The date indicat�d in the Agreezr�ent on which it becomes
effective, but if na such datB is indicat�d, i� means the date on wtuch the Agraement is signed
and delivered by ihe last of the two parties ta sign and deIi�er.
33. Engineer---The Iicensed professional engineer ar engineering firm registered in the State oi
Texas performing prafessional services for the City.
34. Extra Wo�k — Addrtional work made necessary by changes or al�erations of the Contract
Docurnents ar af quan�ities or for other reasons for wl�ich no prices are provided �n the Cantract
Documents. Extra wari� shall be part of the Work.
35. Field Orde�--A vcrritten arder issued by City wH'rch requires changes in the Work but which
does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer.
�ieId Orders are paid from Field t�rder A�owances incorporated into the Contract by funded
work type at t�e time of award.
3fi, Final Aceeptance — The wrilten notice given by the City to the Contractcfr that the Work
specified in the Contract Dacuments has been completed to the sat�sfaction of the City.
CITYOF FORT WORTH
STANDAI2DCONSTRIICTION SAECIFICATION DpC[JM�NTS
Revision: 8Q3/�f?21
U07200-1
GENERALCAN�iTION 5
Page 4 of 63
37. Final Inspection — Inspection carried out by the City to v�rify that the Contractor has
compleied the Work, and each and every part or appurtenance thereof, ful�y, entire�y, and in
conformance with the Contract Documents.
3S. General Requirements--Sections of Division 1 of the Con�ract Documents.
39. Hazardous Environmentul Gondition The presence at �e Srte of Asbestas, PCBs,
Petroleutn., Hazard�us Vdaste, RadioactNe Material, or other materials in s�ach q�aanti�ias or
circumstances that may present a substant�al danger to persons or property exQosed thereto.
40. Haza�daus Waste Hazardaus waste is defined as any so�id waste listed as hazardous or
possesses one or mare ha7ardous characteristics as defined 'm the federal waste regulations,
as amended from time to tim�.
41. Laws anc� Regulatiorrs Any and afl applicable laws, rules, regulations, ordinances, eades,
and orders of any and all goverrviaental bodies, agencies, authvrities, and courts having
jurisdiction.
42. Liens—Charges, security interest�, or encumbrances upon Project funds, real praperty, or
personal property.
�43. Major Item — An Item ot' wnrk included in the Contract Documents that has a tota� cost equal
to or greater than 5% of the oeiginal Contract Price or $25,000 whichever is less.
44. Milestone A principal eve�t specif�ied in the Contract Documents rel�ting to an ir�termediate
Contract Time prior to Final �cceptance of the Work.
45. Natice of Awar�d—The written notice by Ciry to the Succ�ssfuI Bidder stat�g that upon
timely campliance by tl�e Successfiil Bidder with the condi.tions precedent Gsted therein, City
will sign and deliver the Agreement.
46. Notice to Proceed—A written notice given by City to Contractar f�ing the date on which the
Contract Time vvill commence to run and on which Contractor shali start to perform the Work
specified in Contract Doeuments.
47. PCBs—Polychlorinated biphenyls.
48. Petroleum—Petroleum, in�chxding crude oiI or any� fraction thereof which is liquid at standard
conditiozas of temperaiure and pressure (60 degrees �'ahrenheit and 14.7 pounds per square
inch absolute), such as oi� petroleum, fuel oi� oil sludge, oil refuse, gasoline, kerosene, and
ail mixed with other non-Hazardous Waste and crude oils.
49. Plans — See definition of Drawirigs.
ETI'YOF FORT WORTH
STANDARDCONSTRUCTIQN SPECIF'TCATION DOCUMENTS
Reviseon: 823�'ZQ21
ao�aoo-�
G�NERAL CAN�ITIDN S
Page 5 af 63
50. Project Schedule A schedule, prepared and rnaintained by Contractor, in accordance with
the GeneraI ReQuiremcnts, descrbing the sequence and d�ration oi the acti�iti�s comprising
the Contractor's plar� to accaznplish the Work within the Coniract Titne.
51, Project—The Work to be performed under the Contract Docurnents.
52. ProjectManager—The auihorized representative of the City who wil[ be assigned to the
Site.
53. Public Meeting — An announced meeting conducted by tha City to facititate public
participation and to assist tk�e pnblic in gai�ing an informed view of ihe Project�
S4. Radinactive Material—Source, special nuclear, ar byprodu�t material as defined by the
Atomic Energy Act of 1954 (42 USC Section 2011 et seq,} as amended from time to time.
55. Regular Wo�king Hor.srrs — Haurs beginning at 7:00 a.m, and ending at 6:00 p.m., Manday
thru �`riday (excluding legal holidays).
5b. 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
poriion af the Wor� wi� be judged. �
57. Schedule of Subrrritt�ds—A schedule, prepared and icnaintained by Contractor, of required
submittals and the tim� requ�ements to suppart scheduled performance of re�ated construction
activitie s.
58. Schedule of Value�A schedule, prepar�d and ma�ntained by Contractor, allacating portians
of the Coniract Price to various partions af the Work and used as the basis For reviewing
Contra�tor's Applications for Payment.
59. Site—Lands ar areas indicated in the Contract Documer�s as being furnisked by City upon
which the V1Tork is to ba perform.ed, including rigY�ts-af-way, permits, and easements far access
thereto, and such other lands furnished by City which are designat�d for �he use of Contractor.
60. Specificatians That pa� of the C�ntract Documents con�isting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and certain
administrati�e requirements attd procedural matters appGcab�e t.�ereto. Specifications znay be
specifiically made a part of the Contract Documents by attachment or, if not attached, may b�
incorporated by reFerence as in�dicated in the Table of Cantents (Division 00 Oa 00) of each
Project.
61. Subcantractor An individual or entity hav'vag a clirect eon�ract with Contractor ar with any
oth�r Subcontractor far the per%rmance of a part of the Work at the Site.
CITY OF FORT WORTH
STANDAItDC011�STRUCTION SPECIFICAT[aN DOCUMENTS
Revision: &2iC�]
Q072UD-1
G�NERALCONOITION 5
Page 6 of 63
62. Submittals AlI c�rawings, diagrams, illustrations, schedules, and o�er data or inforrzaatian
which are speeifically prepared or assemblad by or far Contractor and submitted by Contractor
to illustrate sorne portion of the Work.
63. Sul�stantial Completaon — The stage in the pcogress of the Project when the Work is
sufficiently complete in accordance with the Cont�act Documents �o� Final Inspection.
64. Successful Badder—The Bidder submitting the lawest and most responsive Bid to whom City
makes an Award.
65. S�periratenc�ent— The representative af the Contractor who is available at all tunes and able
to receive instructions fram the City and to act for the Contraeiar.
66. Supplementary Conditions—That part oF the Con�raet Docurnents which amends or
supplements these General Conditions.
67. Supplier� A manufacturer, fabri�ator, supplier, d�str�butor, mater�alman, ar vendor having a
direct contract with Contractot or with any Subcontractor to fuenish materials or equipnnent
to be mcorporated in the Work by Contractor ar Subcont�actar.
68. Undergf-ound Facilities—All underground p�pelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunna�s, or other such facilities or attachments, and any encasemer�
containing such facilities, �ncluding but not limited to, thase that canvey electri�ity, gases,
steam, liquid petroleum products, telephone or other comnnunicatians, cable t�levision,
water, wastewater, storrn water, other liquids ar chernicals, or traffic or ot�er cant�ol systems.
69 Unit Frice Work—See Paragraph 11.03 of these C�neral Canditions for dafinition.
70. Weekend Wor7ting Hours — Hours beginnn�g at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or legal holiday, as appraved in advance by the City,
71. Work The entire construction or tha various separately identi%able parts thereof required to
be provided und�r the Contraet Doeuments. VVork includes and is the result of perfonning ar
providing all labar, services, and documentation necessary to pracEuce such cnnstruction
including any Change Ordcr ar Field Order, and furnishing, installing, and incorpvcat�ng all
materials and equiptnezat �nto such construction, alI as rec�uired by the Contract Documents.
72. �orkangDay — A working day �s defrned as a day, not including Saturdays, Sundays, or le�al
holidays autharized by the City for contract purposes, in which weather or other conditians
not under the control of the Contractor will permit the perfarmance of th� principal unrt of
vcTork underway for a continuous period of not less than 7 hours between 7 a.rn. and 6 p.m.
lA2 Ter�mitzology
A. The words and terms discussed in Yaragraph 1.02.B through E are not defuled but, when used in
the Bidding Requiremer�ts or Contract Documents, ha�e the indicated meaning.
B. Intent af Ceptain Terrns orAdjeetives:
CI'iY QF FQRT WQRTH
STANDARDCOiVSTRUCTI4N 5PECIFICATION AOCUNIENTS
Revision: S123/�21
oa�zoo-�
G�NERALCQNDITION5
Fage 7 nF 63
�. The Contract Document� include the terms "as allowed," °`as approved," "as ordered," "as
direc��cf" or �erms a� lilce effect or import to autharize an exercise of judgnent by City. In
addit'ron, the adjectives "reasonable," "surtable," "acc�ptable," "proper," "satisfactory," or
adjectives of l�ce effect or irnpart are used to describe an action or detez7mination of City as to
the Work. It is intended that such exercise of professionai �dgment, action, ar determina�ion
will be solely to evaluate, � generaI, the Work far campliance with the information in the
Contract Documents and with the design concept af the Project as a functiozung whole as
shown or indicated in the Contract Documents (un(ess there is a specific statezxtent indicating
otherwise).
C. Defective:
1. The word "de%ctNe," when modifying the word "Work," reF�rs to Work that is
unsatisfactory�, faulty, or defieient in that it:
a. does not conf'orrry to the Contract Documents; or
b. dves not meet th� req�airements o£ any applicable inspection, referenee standard, test, or
appr�val referred to in the Contract Documents; or
c, has been damaged priar to City's written accepfance.
D. Furnish, Insiall, Perfarn� P�ovide:
1. The word "Furnish" ar the word "Install" pP �"l0 WOPC� "Perform" or the word "Provide" or
the word "Supply," or any com6ination or similar d�rective or usage thereof, shall mean
furn.ishing and incorporating in the Work inc(ud�g all necessary labor, materials, equipment,
and everything necessazy to perform the Work indicated, unIess spec�cally limited in the
cQntext us�d.
E. Unless stated otherwise in the Contract Documents, words or phrases that have a weIl known
technical or canstruction indusiry or �rade meaning are us�d in the CQntract Documents in
accordance with such recognized mean�g.
ARTICLE 2 — PRELIMINARY MATTERS
2.01
2.a�
Copies ofDocuments
City sha(1 firrnish to Cantraetor one {1) original executed copy and ona (1) electronic copy af the
Contract Documents, and four {4) additionai copies of the Dravrrings. Additianal capies will be
furnished upon request at the cast of reproduction.
Comntencementof ContractTi�rae; Notice to Proceed
The Con�ract Time will commence to run on th� day indicated in the Notice to Proceed. A Notice to
Proceed may be gNen no earlier than 14 days after tlze Effective Date of the Agreerneni, unless agreed
to by both parties in writing.
�ITY OF FORT WOI2TTi
STANDARDC�NSTRUCTlON SPECIFtCAT10N DOCiINIENTS
Revision: &23�LOR1
aa�zoo-�
GENERAL CON�ITIOIV S
Page 8 o€b3
2.03 Sta�ting the Work
Contractor shall start to perform the Wark an the date when the Contract Time commences to run,
No Wark shall be done at tiie Site prior to the date on which the Contract Time commenc�s to run.
2.04 Befo�e StartingConstruction
Baseline Schedules: �ubmit in accardance with the Contraet Documents, and prior to starting the
Work.
2.05 Precansiruction Conference
Before any Work at the Siie is started, the Contractor shall attend a Preconstruction Conference as
specified in the ContractDocum�nts.
2.Q6 P�ablic Meeting
Contractor may not mobilize arry equipment, mat�rials or resources to the Srte prior to Contractor
attendir�g the Public Meeting as scheduled by the City,
2.07 Initial Aceeptance of Schedules
No progress payment shaIl be made to Contractor until acceptable schedules are submitted to City in
accordance witl�the Schedule Specification as provided in the Contract Documents.
ARTICLE 3— CONTRACT D4CUMENTS: INTENT, AMENDING, REUSE
3.01 Intent
A. The Contract Documents are complementary; what is required by one is as hir�ding as if required
by a1L
B, It is the intent of the Contract Dacuments to descrbe a f�ctionally complete project (or part
thereo�} to be constructed in accordance with the Contract Documents. Any �abor, documentation,
serviees, materia�s, or eqwpment that reasanably rriay be inferred from �e Contract Documents
or from prevailing custom ar trade usage as being requiured to produce the indicated result will be
provided whether or not speci�cally called for, at no additional cost ta City.
C. CIar�cations and 'mterpr�tations af the Contract Documents sha�l be issued by City.
D. The Specif'�cations may vary in form, format and style. Some Specification sectians n�ay be wriiten
in varying d�grees of streamlined or declarative style and some scctions may be relatively
narrati�ve by comparison. Omission o� such words and phrases as "the Contractor shall," "in
conforrr�i�y Wltii�" °`a8 Si14WCL," OC "�S speCifed" aC� iriten#ional in streamlined sections.
Omitted words and p�urases shall be supplied by inference. Similar types of provisions m�ay appear
in various parts of a section or articles vvithin a part depaneiing on the format of the
C1TX OF FORT WOIt`1'H
STANDARDCONSTRUCTIDN SPECIFICATION DOCUMENTS
ltevision: $23/IfYll
oo�zoo-�
CENERALGON�ITION S
Fage 9 af G3
section. Th� Contractor s�.a�l not take ad�vantage of any variation of form, format or style in
making Cantract Clainas.
E. The crass referencing of speci%cation sections undar th� subparagraph heading "Relat�d
Sections include but ar� not necessarily limited to°' and elsewhete within each Speci�icatian
section is pro�id�d as an aid and convenience to the Gontractar. The Contractor shall not rely on
the cross referencing pravided and shall be responsible to coardinatc the entire Work under the
Con�ract Dacutnents and pro�ida a complete Project whether or not the cross referencing is
provided in each section or whather ar not the cross referencing is comptete.
3.02 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
I. Reference to standards, specifications, manuals, or codes of any teehnical society, organization,
ar associatian, or to Laws or Regulations, wl�ether such reference be specific or by impIication,
shall �nnean the standard, spec�ication, manual, code, or Laws or Regula#ions in affect at the
tiz�ae of apening of Bids (or on the EfFactive Date af the A�eement if thera were no Bids),
except as rnay be otherwise specificaIly stated in the Contract Documants.
2, No provision of any such standard, specification, manual, or eode, or any instruction of a
Supplier, shall be effectrve to change the duties or responsibilities of City, Con�ractor, or any
of their subcontractQrs, consul�ants, agents, or empfoyees, from those set foz�th in the Contract
Docurzaents. No such provision or instruction shall be effective to assign to City, or any of its
of�cers, directors, members, partnexs, employees, agents, consultant,s, or subcontractors, any
duty or authority to superv�ise or direct the perFormance of the Work or any duty or author�y
to undertake respansi6ilrty inconsistent with the pravisions of the Contract Documents.
3.03 Reporting and ResodvingDascrepancfes
A. RepoNtingDi,rcrepancies:
Contr�actor'sReview ofContractDocasments BeforeSt�arting Work: Before undertaking each
part af the Work, Contractar shall carefully stud� and campare the Contract Documents and
check and ver'rfy pertinent £'igures therein against all applicable field measurements and
conditions. Gantractor shall promptly report in writing to City any conflict, error, arnbig�ity,
or d�screpancy which Contractar discovers, or has actual knowl�dge of, and shall obtain a
written interpretation or clarification from City before proceeding witki any Work affecbed
thereby.
2. C`ontractor's Review af C'aratract Documeni� DuNing Perfoynzance of Wark: If, duting tne
performance of the Wark, Contractar discnvers a.ny conflict, ereor, arnbiguity, ar discrepancy
within the Contract DocUments, or between tk�e Contract Documents and (a) any applicable
Law or Regulation ,(b) any standard, specification, manual, ar code, ar (cj any instruction of
a�y Supplier, then Contractor shall promptly repart it to C�y in writing. Contractor shall not
proceed with the Work affected thereby (except in an emergency as raquired by Paragraph
CITY OF FORT W4RTH
STANDARDCONSTRUCTION SPECIFICATION DOCifMENT5
Itevision: 8?.3l�D2]
aorzoa-�
GENERAL CON�ITION S
Page 10 of 63
b.l7,A} until an arnendment or supplement to the Cantract Documents has been issued by
one of the methods indicated ir� Paragraph 3.04.
3. Contractor shrall not be liab�e to City for failure to report any conflict, error, ambiguity, or
discrepancy in the Contract Documants unless Con�ractor had actuaj knowledge thereof.
B. Resolving Discrepancies:
I. Except as tnay be atherwise specifically stated it� the Contract Dacuments, the pro�isions of
the Con�ract Documents shall iake precedence in resal�ing any conflici, errar, ambiguity, or
discrepancy between the provisions of the Contract Documents and the provisions of any
standard, specifzcation, manual, or the instruc�ion of any Supplier (whether or not specifically
incorporated by reference ici the Contract Documenfis).
2. Tn case of discrcpancies, figured dimer�sions shall go�ern aver scaled dimensions, P�ar� shall
govern over Specifications, Supplexnentary Cnnditions shall govern over General Conditions
and Specifications, and quantiiies shown on the Plans shall govern over those shown in the
praposal.
3.04 Anzena'ing �and Supplementing ContractDocuments
A. Tf�e Cont�act Dacuments may be amended ta provide for additions, deletions, and re�isians in
the Work or to moc��y the terms and conditions thereof by a Change Order.
S. The requitements of the Contract Dacuments may be supplemented, and minor variations and
deviations i� the Wartc not involving a change in Contract Pcice or Cantract Time, may be
autl�orized, by one or more of the following ways:
1. A Fi�ld Order;
2. City's re�iew of a Submittal (subject to the pro�isions of Paragraph 6, iS.C); or
3. City's written interpretation ar clarification.
3.05 Reacse of Doct.�ments
A. Coniractar and any Subcontractor ar�upplier shall nnt:
I, have or acquire any #itte to or ownership rights in any of the Drawings, Spec�cations, ar
other docurnents (or copies of ae�y thereo� prepareci by or bearing the seal of Engineer,
including electrnnic media editions; or
2, reuse any such Drawings, �pecifications, atlaec documents, or copies thereof an extensions of
the Fro3ect or any other pro�ect without written cozasent of City and specif'ic weitten verification
or adaptation by Engineer.
CITY OF FORT WDRTH
STANDARDCONSTRUCTION SPECIFICATION DOCU3vIENTS
Revisian: 823(Zl}21
00�2oo-i
GENERAL COI�DfTION 5
Fage l l of 63
B. The prohibitions of this Paragraph 3.a5 will sur�ive final pa.ymen.t, ar termination of the
Contract. Nothing herein sHall precl�ade Contractor from retain�g copies of the Contract
Documents fQr recard purposes.
3.06 Electt�onic Data
A. Unless otherWvis� stated in the Suppl�mentary Candrtio�s, the data furnished by City or Engineer
to Contractor, or by Contractar to City or Engineer, fihat may be reI�ed upon are 1'united ta the
�rinted copies included in the Contract Documents (also known as harcl copies) and other
Spec�cations referenced and located on the City's on�line electronic docwnent management arrd
cflllabaration system srte. Files in eZectronic m�dia farmat of text, data, graphics, or other types
are furnished only fot the canvenience of the receiving party. Any cor�clusion or informatian
abtained or derived from such �lectronic i�es will be atthe user's sole risk. Tfthere is a di�crepancy
between the elec�ranic files and the hard copies, the hard capies ga�ern.
B. When transferriung documen�s in electronic m�dia format, the transferring party makes no
representations as to long term compatibility, usability, or readability of dacuments re5ulting from
the use of sof�ware application packages, aperating systerns, or cnmputer hardwara differing fronra
t}�ose us�d by the data.'s creator.
ARTICLE 4— AVAILABZLITY OF LANDS; SUBSURFACE AND PHYSICAL CONDZTIUNS;
HAZARDOiTS ENVIR4NMENTAL CONDXTfONS; REFERENCE POINTS
4.41 Avail�a�iility af Lanc�s
A. City shall furnish the Si�e. City shall notify Contractar of any encutnbrances ar res�rictions nat of
general application but specifically related to use of the Site with which Contractar must camply
in performing the Wark. City will obtain in a timely manner and pay far eas�ments for permanent
structures or permanent changes in e�cistuag facilities.
I. The C�ty has obtained ar anticipates acquisi�ion af and/or access ta right-of way, and/ar
easenaents. Any outstand'ang right-of-way and/or easements are anticipated to be acquired iri
accordance with the schedule set farth in the Supplementary Condi�io�ns. The Praject Schedule
submitted by ihe Contxactor in accordance with the Contract Documents must consider any
outstand'mg right-of way, and/or �asements.
2. Th� City has or anticipaies removing and/or relocating utilities, and obstructians to the Site.
Any outstanding removal ot relacation of utilities ot abstructians is anticipated in accordance
with the schedule setforth irx the Supplementary Conditions. The Praject Schedule submitted
by the Coniractor in accordance w�h the Cflntract Documents must consider any outstanding
utiI�tias or a6stiructions to be removed, adjusted, and/or relocated by others.
B, Upon r�asonable written request, City shall furnish Con�ractor with a current statement of record
legal tit�e and legal descriptian of the �ands upon which the Work is to be performed.
CTI'Y QF FORT WOItTf3
STANI}ARDCOIV3TRUCT[ON SPECIFICATION DOCUMENTS
Revision: 82'j/262,(
0072DO-]
CEN�RALCpNaITipNS
Page ! 2 of 63
C. Contracior shall pravide for all additional lands and access thereto that may be r�quired for
constxuctia� facilities or staragc of materials and eyuipment.
4.02 Subsurface and Playsical Conditions
A. Reports andD�cntiings: The Supplementar}� Conditions identify:
1. those repo�ts known to City of explorations and tests oi subsurface eonditions at or
contiguous to the Site; and
2, those drawutgs known to City af physical conditions relating to ez�istmg su�Face or
subsurface structures at the Site (excepi Undergraund Fac�ities).
B. Limited Relaance by Contractor ota Technical Data �.utho�ized: Cont�'actar rnay rely upon the
accuracy of the "technical data" contauned in such reparts and drawmgs, but such reports and
drawings are not Contract Documents. Such "technical data" is identified 'm the Supplementary
Conditions. Contractor xnay not rnake any Contract Claim against City, ar any of their officers,
directors, mambers, partners, empIoyees, agents, eonsultants, or subcontractors with respect to:
1. the campleteness of such reports and cUrawi�gs for Contractor's purposes, �in�cluding, but not
limited to, any aspects of the means, methods, techniques, sequences, and procedures of
construction to be e�nployed by Con�ractor, and safety precautions and programs incident
�hereto; or
2. o�er data, interpretations, opinions, and ivaformation contained in such reports or shown ar
indicated in such draw�gs; or
3, any Coniractor interpreta#ion of or canclusion drawn from any "tech�nacal data" or any such
other data, interpretations, opinions, or infarmatian.
�4.Q3 Diffe�angSubsr�rface or Physical Gonditiaras
A. Natace: If Contractor believes tbat any subsurface or phys�cal condrtion that is uncovered ar
revealed ei�her:
1. is of sueh a nature as ta esta.blish that any °`techr�ical da.ta" on which Contractor is entitled to
re�r as provided in Paragraph 4.QZ is materially inaccurate; or
2. i� of s�ch a nature as to r�quire a change in the Cantract Documents; or
3. differs materia�ly from ihat shown or indicated in the CantractDacuments; or
�, is of an unusual nat-�are, and differs materially from conditions ordinarily encounter�d and
generally recognized as inherent in work of th� character pro�ided for � the Contract
Documents;
CLTY OF FORT WORTH
STANI]AAI?CONSTRUCTIpN SPECIFICATION DOCUMENTS
Revision: 82�21
oo�zoo-i
GENERAL CONDIT IDN S
Page 13 of 63
then Con.tractor shall, promptly after becoming aware thereoi and before further disturbing the
subs�.irface or ph�sical conditior�s or performing any Work in connectian therewith (except in an
emergency as requir�ed by Paragraph 6.17.A), notify City in. writing about such candition.
B. Possible PYice and TimeAdjustments
Contractor shall not be entitled to any adjusixnent in the Contract Price or Contract Time i�:
I. Contractar kt�evsr of the ex�stence of such condiiions at the tinne Contractor made a final
commitment to City with arespect to Contract Price and Contract Time by tI�e submission o� a
Bid or becom�g bouri.d Under a negotiated contract; ar
2. the ea�iste�ee of such condrtion cauld reasonably nave bean d�scavered or revealed as a resuIt
of the examination of th� Contract Docurnents or the Si�e; or
3. Contractor failed ta give the written notice as rec�uired by Paragraph 4.03.A.
4.04 Unde�g�^ou�tdFacilities
A. Sho�vn or Indacated.• The information and data shown or indicated in the Contract Document�
wrth respectta existing Underground Facilities at or contiguous to the Site is basad on informatiQn
and data furn�shed to City or Engineer by t�e owners of such Underground Facilities,
incltading Ciry, or by others. Unless it is otherwis� expressly provided in the Supplementary
Canditions:
1. City and Engineer shali not be responsib�e for the accuracy or completeness of any such
information or data provided by others; and
2. �he cosf of all of the foIlow�g wiU be i�cluded in the Contract Price, and Contractor shall
k�ave full responsibility for:
a. reviewing and checking all such information and data;
b. locating all Underground F'acilities shown or indicated in the Contract DocUments;
c. eoordination and adjustment of the Work v�+ith the owners of such Underground
Facilities, iz�cluding Ciry, d�ring con�truction; and
d. the safety and proteetion of all such Undergraund Facilities and repairing any darnage
thereto resul�ing from the Work.
B. NotShow�a o�Indicated.'
1. If an Underground Facility which conflicts with the V4lork is uncovered or revealed at or
contiguous to the Site which was not shown or indicated, or not shawn or indicated with
reasonable accuracy in the Contract Documents, Contractar sha�, proznptly after becoming
aware thereof and befare further disturbing conditions affected thereby or performing any
CITX OF F�RT WORTH
STANDARDCON5TRi1CTI0N SPECIFICATlON DOCUNEENTS
Revision; BIz3/1pQ.l
UD 72 00 -1
GENERALCONtiITION 5
Pa�e 14 of 63
Work in connection therewikk� (except in an emergency as required by Paragraph b.17.A),
identify the owner of such Underground Faci�ity and give notice to that nwner and to Cily.
City will review the discovered Underground Facility and determine the extent, if any, to
w�ich a change may be required in th� Cantract Docuznents to reflect and documer�t the
cansequences of the existence ar location of tlze Undergroun.d FaciIi�y. Contractor shall be
responsible far tY�e safety and protection of such discovered Undergrround Facility.
2. If City concludes that a change �n the Contract Documents is required, a Change Order rnay
be issued ta refleci and docunnen� such consequences.
3. Verif'zcation af existing utilities, structures, and service lines shall include not'�f"ication of all
utility companies a minimum of 48 hours irj advance of construction including exp�oratory
excavation if necessary.
4A5 Reference Poants
A. City shall �ro�ide engineering surveys to establish reference points far constxuctian, whieh in
City's judgrnent are necessaryto enable Contractor to proceed with the Work. City will provide
construction stakes or other customary nnefhod of rnarking to establish line and grades far roadvvay
and utility construction, centerlin�s anc� benchmarks for bridgework. Contractor shall proteot and
preserve the established reference points and property manumen�s, and shall make no cbanges or
relocations. Contraator shaIl report to City whenever any reference point or property monument is
lost or destroyed or requires relocation because of neces5ary changes in grades ar locations. The
City shall be respansible for the replacerr�ent ar relocation of referezace pomts or property
monuments not carelessly or wiliiuIly destroyed by the Contractor. The Contractor shall notify
Ciry ira advance and with sufficient tinne to avoid delays.
B. Whenever, in the opinion of the City, any reference point or monument k�as been carelessly or
willfully destroyed, d�sturbed, or removed by the Contractor or any of his e�nployees, the full cast
for replacing such po�nts plus 25°/a will be charged againsi the Contractor, and the full amount w il�
be deducted frorn payment due the Cantractor.
4.Q6 �lazara'aus Envfronmental Candition atSite
A. Reports ax�d D�awirtgs: The Supplemernary Conditions identify those r�ports and drawings knawn
tv City relating �a Hazardous Environmental Condi�ions that have bee� identified at the Site.
B. Lirnited Reliance by Cont�actor on Technical Data Au�ho�ized: Contractor may rely upon the
accuracy of the "technical data" eontained in such reports and drawings, but �ueh reparts and
drawings are not Contract Documents. Such "technical data" is :identified in the Supplementary
Conditions. Contractor may not make any Contract Claim again�st City, or any of their off'icers,
directors, members, partners, employees, agents, cansulta.nts, or subcontractors with respect to:
1., the completeness of such reports and drawings far Contractor's purpos�s, including, but not
l'united to, any aspect� of the means, methods, techniyues, sequences and proced�res of
CITY OF FORT WQRTH
STANDARDCONSTRUCTION SPECEFICATION i)DCUMENTS
Revision: 8�231d�L1
aa�zoa-i
G�NERAL CAN�ITION S
Page l S of 63
constructian ta be ernplayed by Cantractar and safety precautions and prQgrams �cident
thereto; or
2. other data, interpret�tions, apinions and informatton contai�ed in such reparts or sho�n or
indicated in such drawings; ar
3. any Contractor interpretatian of or canciusion drawn from any "technical data" or any sueh
other data, interpretations, opinions or infoririation.
C. Contractor shall not be responsible for any Hazardous Environnnental Condition uncovered or
revealed at the Site which was not sY�own or indicated in Drawings or Specifications or ide�tified
in the ContractDocuments to be within tke scope of the Wark. Contractor shall be responsible %t
a Hazardous Envu�onrnental Condrtion created with any mat�rials brought to the Site by
Contractor, Subcantractors, Suppliers, or anyone aise for whom Contractor is respnnsible.
D. Ii Canteactor eneounters a Hazardaus En�ironmental Condition ar if Contractor or anyone for
whorr� Contractor is responsible creates a Hazardaus Environmental Condition, Contractor shall
imr�n.ediately: (i) secure ar otherwise �solate such condition; (i�� stop all Work inr connection with
' such cond'rtion and in an.y area af�ected the�eby (e�cept m an emergency as required by Paragraph
6.17.A}; and (ui) notify City (and promptly thereafter confirrri such notice in writing}. Ciry may
consider the necessity to retain a qua.lified expert to �vaIuate such condition or take corrective
action, if any.
E, Contractor shaIl not be required to resutne Work in connection with such condition or in any
affectedarea untii afterCity has obtamed any required permits ralated thereta and delivered written
notice to Contractor: (i) spec�ying that such condition and any affected area is ar has been
rendered suitable for tI�e resumption of Work; or {u) specifymg any special conditions under which
such Work may be res�uned.
F. If after receipt of such written notice Contractor does not agiree to resume such Work based on a
reasonable belief it is unsafe, ar does not agree ta resume such Work under such special conditions,
then City may order the portion of th� Work that is in ths area affected by such eandi�ion to be
deleted frorn the Wor�. City rnay have suc�i deleted portion of the War� performed by City's awn
forces or others.
G. To the fullest extent permitted by Lavt�s and Regulataons, Cvnt�aetnr s�all indemn� and ltold
harfnless City, from ancl againsi all claims, casts, lasses, and damages (ancluding but not linaited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or a�bitration or other daspute �esa�ution costs% arising aut af or relating to ct Hazardo�s
Enviranmental Caradition cNeaied by Contractorar by anyonefarwhanaContractor is respoYrsible.
Nathang in this Paragra�h 4.Ob.G shall obligate Cont�actor to indemn� any individual or entity
fYom and against the consequences of that individual's ar entity's own neglige�nce.
H. The pro�isions of Paragraphs 4.02, 4.03, and 4.04 do nat apply to a Hazardous Environmental
Condition uncovered or revealed at the SiYe.
CITY OF FORT WdRTH
STANDARDCONST$U�TION SPEGF[CATION DDCLIIvfE[VT$
12ev�sion: 823/2021
oa�zoo-i
GEN�F2AL CQNDITIOIV 5
Page lG oi63
ARTICLE 5 —BONDS AND INSURANCE
5.01 Lacgnsed Sureties and Insa�rers
All bonds and insurance required by #he Contract Documents to be purchased and maintained by
Gontractor shalj be obtained from surety or it�surance companies that are ciuly licensad or authorized
in the State of Texas to issue bands or insurance policies for the Wnits and co�erages so required.
Sueh surety and �surance campanies shall also meet such additional requirements and qualifications
as may be provided in the Supplementa.ry Conditions.
5.02 Perfornaance, Paymeni, and 1lMairatenance Bonds
A. Coniractar shall furnish performance and payment bonds, in accordance with Texas Goverrun.ent
Code Chapter 2253 or successor stat�te, each in an arno�t equal to the Contract Price as
security for the fai�hful perfarmanee and �aaymeni of all of Contractor's obligations under the
Contract Documents.
B. Contractor shal� furnish mainte�:ance bonds in an am.ount equal to the Contract Price as security
to protect the City agai�st any defects in any portion of the Work descr�ed � 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 m the form prescrbed by the Contract Documents except as pxovided otherwise
by Laws or Regulations, and shall be executed by such sureties as are named in the list of
"Campanies Hold�ng Cert�"icates of Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuiring Compa�es" as published in Circul�r 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by
an agent or attorney-an�-fact mt�st ba acconnpanied by a sealed and dated power of attorney which
shaA show that it i� effecti�ve on �he date the agent or attorney-in-fact signed each bond.
D. If the surety on any bond furnished by Co�tractor is declared banlnrupt ar becomes insolvent or rts
r�ght to do business is terminated in the State of Texas or it ceases to mee# the rrequirements of
Pacagraph5.02.C, Contractor shal� promptly notify City and shall, witi�n 30 days afterthe everrt
givirig rise to such notification, provide another bond and surety, both of which shall comply with
tl�e requirements af Paragraphs S.O1 and 5.02.C.
5.03 Certifacates of Insurrance
Cantractar shall deliver to City, with copies to each additiona! insured and �ass payee identified � the
Supplementary Conditions, c�rtificates of insurance (other evxdence of insurance rec�uesteci by City or
any otlier additional insured) in at least the m�imum amo�ant as specified in the Supplementary
Corzdi�ions which Contractor 'rs required to purchase and maintain.
The cer�ificate of insurance shall document the Ciry, and au identified entities named in the
Supplementary Conditions as "Additional Insured" on al1 Iiabi�Ly policies.
CTI'YOF FpRT WOR'1'H
STANDARBCONSTRUCTION SPECIFlCATION DOCIJMEN'I'S
Aevision: 81?312�Q1
oanoQ-�
GENERALCON�ITION 5
Paga 17 of b3
2. The Contractar's general liabi�ity insurance shall include a, `�er project" or "per location",
endorsement, which shall be identified in the eerti�icate of insurance pravided to the C�y.
3. The certi�cate shall be signed by an agent autharized to bind coverage on behalf ofthe insured,
be corr►plete in i�s ent�ety, and show complete insurance carrier na�nes as (ist�d in the current
A.M. Best Property & Casualty Guide
4, Tne insurers for all polici�s must be licensed andfor appraved to do business in tY�e Sta.te of
Te�s. Except for work�rs' compensation, all �surers must har�e a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financi�l
strength and solvency ta the satisfaction o� Risk Management. If the rating is belaw that
required, written approval of City is requu�ed.
5. All applicable policies shall include a Waiver af Subrogation (Rights of Recovery) in favor
of the Ciiy, In addition, the Contractor agrees to wai�e a!1 rights of subrogation against the
Engineer (if applicable}, and each additional insured identiiiea �n the Supplementary
CptidrtlOriS
6. �'aiIure of the City to demand such certiFcates ar other e�idence of full compiiance with the
insurance requirements or failure af the City to identify a defciency from evidence that �s
provided shaIl not be construed as a waiver of Contractor's abligation ta maintain such lines
of insurance coverage.
7, If inszuranee polici�s are not written for specified co�erage limits, an Umbrella or Excess
Liabiliry insurance for any diff�rences is required. Exce�s Li�abiIity shall folIow fQrm of the
primary coverage.
S. Unless otherwise stated, all required insurance shall be written on the "o�cuz�rence basis". If
coverage is uziderwritten on a c�aims-mad� basis, the retroactive date shall be coincident with
ar priar to the date of the effective date of the agreement and the certificate af insurance sh.all
state that tha cnverage is claims-made and the retroactive date. The insurance coverage shall
be �ainta.ined %r the duration of the Contract and for three (3) years fo�lawing Final
Aeceptance pravided u�der the Contcact Documents or for the warranty period, whichever is
longer. An annual certificate af insurance submitted to the City shall evidence such
insurance coverag�.
9. Polieies shall hav� no exclusions by endorserzaents, which, neither nullify or amend, the
requ�red lines of coverage, nor decrease fhe Wnits of said coverage unless such endorsements
are approvad in writing by the City. In the event a Contract has been bid or execute�l and the
exclusions are determi�ed to be unacceptable ar the City desires additional ic�surance coverage,
and the City desires the contractarlengineer io obtain such co�erage, the contractpric� shall
be adjusted by the cost of the premi�am for such addrtional cov�rage plus 14%.
10. Any se�=insured retention (SIR}, in e�cess vf $25,OOQ.00, affeeting required insurance
coverage shall be approved by the City ir� regards to asset value and stockhoIders' equity. In
c�r�r o� roxT wox�
STANDARDCON3TRUCTTON SPECIF[CAT30N DOCiJMENTS
Revision: 823/ZQ2l
DO7200-1
GENERAL CANpITION 5
Page 1$of63
lieu of traditional �nsurance, alternative coverage mai�n�tained througY� insurance poals or risk
reten#ion groups, must also be appro�ed by City.
11. Any deductble in exc�ss of $S,OQ0.00, for any poliey that does not provide coverage on a
frrst-dollar basis, ta�.ust be acceptable to and approved by the City.
12. City, at its sole discretian, reserves the right to review the insurance requirements and ta
make reasonable adjustments to insurance coverage's and their limits when deemed necessary
and prudent by the City based upon changes in �tatutary lavv, court decasion or the claims
history of the industry as well as af the contracting party to the City. The Ciry shall be raquired
to provide prior notice of 90 days, ar�d the insurance adjustments shall be incorporated 'mto the
Work by Ci�ange Order.
13. City s�iall b� eniit�ed, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for dele�ion or re��sion or
modiffcations of particu�ar policy terms, conditions, limita#ions, or exclusions necessary to
conform the policy and endorssments to the requirements of the Contract. Deletions, revisians,
or modifications shall r�ot be required where policy pro�isians are estab�ished by law ar
regulatia�as binding upon either party or tbe underwriter on any such palicies.
14. Ciry shall not be re�ponsible for the direct payment of insurance premium costs for
Contractar's insurance.
5.04 Contractor's.lnsurance
A. Worke�s Compensation and Employers' Laa6ality. Contractar shall purchase and rnaintain such
irisurance coverage with lirriits consistent with statutory benefits outlined in the Texas ViWorkers'
Compensation Act (Tea�as Labor Code, Gh. 406, as amended), and nninimum limits far Emp[oyers'
Lia.bility as is appropria�e for the Wark being performed and as will provide protection from claims
set forth below which may arise aut of or result from Contractor's performan�e af the Work and
Contractor's oth�r obligatians under the Contract Documents, whether it is to be per�ormed by
Cantractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of
th�m to perform any of the Work, or 6y anyone far whose acts any of thenn �ay be liable:
1, claims under workers' compensation, disability benefits, and oth�r similar employee benefit
acts;
2. claims for damages because of bod�y injury, occupational sickness or clisease, or death of
Contractor's empIoyees.
B. Cornrrzer�cial General Liahility. Co�erage sha.11 include but not be limited io covering Gability
(bodily injury or property damage) arising from: premisesloperatians, independent contractors,
productsfcompleted opetations, personaI injury, and Gability wnder an insured contract. Insurance
shall be provided on an occurrence basis, and as compcehensive as tl�e current Tnsurance Ser�ices
Office (ISO) pnlicy. This insurance shall apply as primary ;ir►surance with respect ta any ather
CI7'Y OF FORT WQRTH
STANDARDCONSTRClCTIdR 3PECIFICATION DOCUNfENT5
Revisian: WZ3/1I12I
oo7zoa-�
GENERALCANDITI�NS
Page l9 of 63
insurance or self-insurance programs affarded to the City. The Cammercial GeneraI Liability
po�icy, shall have no excl�rsions by endorsemen� that wauld al�er of nul[�'y premiseslaperations,
productslcompleted operations, contractual, personal injury, ar adve�-tising �jury, which are
norznally cQntai�ed with the policy, unless the C�.y approves such exclusions in writing.
Far construction prajects that present a substantial completed operatian exposure, the Gity may
require the contractor to maintain cornpleted operations co�erage for a minimum of no less than
ilu�ee (3) years following the completian of the praject (if ident�'ied in the Supplenaentary
Conditio�ns).
C. Automobil'e Liability. A cornmercial busu►ess auto policy shall provid� coverage on "any autd',
defined as a�tos owned, hir�d and nan-owned and provide indeix�.�aity for claims for da�ages
because badily injury or death af any person and or property dannage ar�ing out of the wark,
ma�ntenance or use oi any motor vehicle by the Contractor, any Subcontrac�ar ar Supplier, or by
anyone directly or ind�ectly employed 6y any of them to perform any of the Work, or by anyone
for whos� acts any of them may be Gable.
D. Railraad Protective Licrbility. If any af tk�e work or any warranty work is within ihe limits of
railroad right-of-way, the Contractor shall comp�r with t�e requirements identi#'�d in the
Supplernentary Conditions.
E. Notification of Policy Cancellation.• Contractor shau inrzmediately notify City upon cancellation
ar otller lass of �nsurance coverage. Coniractar shall stop wark until replacennent insurance has
been proctzred. There shall be no time credit far days not worked pursuant to this section.
5.05 Acceptance ofBondsandlnsu�rznce; Option to Re�alace
If Gity I�as any objection to the cavexage afforded by or other provisions of the bonds ar insurance
required to be purchased and mai�tained b� the Contractor in accordance with Article S on the basis
of non-conformance with the Contract Documents, the City shall so notify the Contrractar in writing
within 10 Business Days a£terreceipt of the certifieates (or other e�ridence requested). Contractar shall
provide to the City such additional infarmation in respect of insurance provided as the City may
reasonably request. If Contractor does not purchase or maintain afl af the bonds and insurance required
by the Contract Docurrients, the City skaall notify tha Contractor in wrifing o�'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 Sa�pervision andSuperi�etadence
A. Contractar shall supervise, i�spect, and direct the Work compatently and efficiently, devoting.
such attention ther�to and applying such skills and expertise as may ba necessary to perforrrt the
Wark in aceorcfance with fihe Cantract Documents. Contractar shall be solely responsible for the
means, methods, �echniques, seyuences, and procedures of construction.
CITY OF F'ORT WORTH
STANDARI7Cb11tSTRIICTION SPEC[FICATION �OCiIMENTS
Revision: 8�13/Zn1.1
oorzoo-�
GENERAL CONflITIDN S
Page 20 af 63
B. At all times during the progress of the Work, Contractor shall assign a competent, Engiish-
speal�g, Superintendent who shall not be replaced without written notice to City. The
�uperintendent will be Contractor's representa.tive at the Site and shall have authority to act on
behal� o� Contractor. All communica�ion given to or received fram the Superintendent shall be
bind�ng on Cantractor.
C. Cantractor shall notify the City 24 hours prior to moving areas during the sequence of construction.
6.02 Labo�; WarkingHours
A. Contractor shall pro�ide campetent, suitably qua.liiied personnel to perform construction as
required by �e Contraci Documents. Contractor shall at al� tunes maintain good discipline and
arder at the Site.
S. Excep� as otherwise required for the safety or pratection of persons or the Work or property at
the ,Site ar ad�acent thereto, and except as otherwise s�ated in th� Con�act Dacuments, all Wark
at the Site sha�l be performed during Regular Working Hours. Contractar will nat permit tha
per�ormance of Work beyond Regular Warki�g Hours or for Weekend Working Hou�rs without
City's vvritten consent (which will not be unreasanably vs+�ithheld). Written request (by letter ar
electronic communication} to �erfarm Work:
for beyond Regular Working Haurs request must be made by naon at least two (2) Business
Days prior
2. £or Weekend Working Hours requestmust be xnade by noon of the preceding Thursday
3. for legal holidays request must be made b� noon two Business Days prior to the legai
holiday.
b.03 Services, Materials, and Equipment
A. Unless otl7erwise specified in the Cor►tract Docucnents, Contractor shall provide and assume full
responsbility for all services, materials, eyuipment, labor, transportation, construction equipment
and machinery, tools, appliar�ces, fuel, power, light, heat, telephone, water, sanitary faeilities,
temporary �acilities, and a�l other facilities and incidentaIs necessary far the performance,
Contractor rer�uired testing, star� up, and completion of t�e Wark,
B. A�1 enaterials and equi�ment incorparated i�to the Work shall be as spec�ed or, if noi specified,
shall be of good quality and new, exeept as otherwise provided in the Contract Documents. A11
special warranties and guarantees required by the Specifications shall expressly run ta the benefit
of City. If required by City, Contractor shaIl furnish satisfactory evidence (iricluding reports of
required tests) as to the sflurce, kind, a�d quality of materials and equipment.
CITYOF FORT WORTH
STANDARI7COA15TRilCT[ON SPECIFICATION DOCIIMENTS
Revision: 823/'1621
007200-I
GEN�RAL CANdIT�ON 5
Page 21 oi63
C. AlI materi�aLs and equipment to be incorporated into the Wark shaIl be stared, applied, installed,
co�ected, erected, pratected, used, cleaned, and condit�oned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in. the Cnntract Docurnents.
D. A�1 items of standard equipment ta be incorporated into the Work sha11 be the latest model at the
time of bid, unless otherwise specif"�ed.
6.04 P�ojectschedule
A. C�ntractor shall adhere to the Project Schedule established � accordance witYt Paragraph 2.07
and the General Requirernents as i� may be adjusted from time to tirne as pravided below.
1. �ontractor 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 changin� the Cantract Time. Such adjus#ments will comply with any provisians of the
General Requirements applicable thereto.
2. Contractor sha.11 submit to City a monthly Project Schedule with a manthly pragress payment
for the duration of the Contract in accardance with the schedule spec�ication 01 32 lb.
3, Proposed adjustments m tl�e �roject �chedule that will c�►ange the Contract Time shall be
submitted in accordance wi�h the requirements of Article I2. Adjustiments in Contract Time
m.ay only be rnade by a Change Order.
6.05 Substiiutes and "Or-Equals"
A. Whenaver �n iteran of material or equipment is specifed or describecf �n the Contract Bocuments
by using the name of a proprietary itern or the name of a parhicular Supplier, the specification or
description is intended to establish the type, Functian, appearanc�, and quality required. Unless the
specification or description cantains or is follawed by words reading that nQ L'lse, equival�nt, ar
"ar-equal" a0m or no substitutian is permitted, other items of material or equipment of oth�r
Suppliers may be subnnitted to City for review undar the c�curz�stances described below.
l. "Or-Equal"Z%ms: If in City's sole discretion an item ofmaterial or equiprnent proposed by
Cantractor is func�tionalIy equal to that named and sufficientty� similar so that no change in.
related Work wiU be required, it may be cansidered by City as an "or-equal" item, in which
aase review and appro�a� of the proposed item may, in City's sale discretion, 6e accamplished
withoui compliance with some or all af tk�e requiraments for approval of propased substitute
items. For the purposes of this Paragraph 6.OS.A.1, a propased item of mateeial or equiprnent
will be considered functionally equal to an item sa named if:
a, the City dat�rmines that:
I) it is at least equal in materials of constructian, quality, durability, appearance,
strength, a�d design characteristics;
CITY OF EORT WORTH
5Tt1NDARbCONSTRI3CT[ON 5PTiCCrICAT14N DOCLIMENT3
Revision: 8CL"�2U21
00 �z ao - i
GENERALCONdITIONS
Page 22 of 63
2) �t will reliahly perform at least eqUally we�l the function and achieve the results
imposed by the design concept afthe completed Pro{ect as a functianing �whole; an�
3) i� has a pro�en record of perforixaance and availabiliry of responsive service; and
b. Contractor certifies that, if approved and ir�corporated into the Work:
I) there wi�l be no inerease in cast tn the City or iincrease in Cont�act T�ne; and
2) it wi� oonform substantialty to the detailed r�quirements of the item named in the
Cantract Documents.
2. S'ubstitute �tems:
a. if in City's sole discretion an item of materi�l or equipment proposed by Contractor does
not qualify as an "or-equaP' �em under Paragraph 6.OS.A.1, it may be submitted as a
proposed substitute item.
b. Cantractor shall suhmit sufficient inforcnation as provided bel�w �o allow City to determina
if the item of mater�al or equi�ment proposed �s essentially equivalent to that nanned and
an aeceptable substi�ute tl�erefor. Requests for review of proposed substitute items of
rnaterial or equipment will not be accepted by C"tty from anyone other t�an Cantractor.
c. Contractor sha11 make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
cornply wi�h Section 01 25 00 and:
L} shall certify thatthe praposed substi�ute itern will:
a) perfarm adequately the functions and achieve the resuIts called for by the general
design;
b) be similar iu� substance to that spec�ied;
c) be suited to the same use as that specif'ied; and
2) will state:
a) tha e�te�t, if any, to rnrhich the use of the proposed substitute item will prejudice
Contractor's achie�ement of final completion on time;
b) whether use of the propased substitute item in the Work will require a change in
any af the Contract Docurnents (or in the prov�sians of any other direct contraet
with Gity for other wark on the Project) to adapt the design to the proposed
substi�ut� i�em;
CITY OF FQRT WORTH
5TANDARDCQNSTRUCTION SPECIFICATiON DOEUMBNTS
Revision: 8�13fL021
00�2oo-t
GENERAL CON�ITION S
Page 23.of 63
c) whether incorporation or use of tlze praposed substitute item in connection with
the Work is subjeet #o payment of any license fee or royalty; and
3) wi� identify:
a) all variations of the propnsed substitute item from that specified;
b) available engineering, saIes, maintenance, repair, and replacement services; and
4) shall contain an itemized estimate of aIl casts or credits that wi� result directly or
indirectly from use oi such substitute item, iu�cluding eosts af redesign and Damage
Clairr�s of other contractors affected by any resulting change,
B. Substit�ute CorastructionMethods orPNocedures: If a spec�c rr�eans, method, technique, sequence,
or pracedure of constructian is express�y required by t1�e Contract Dacuments, Contractor may
furnish or utilize a substitute means, methad, technique, sequence, or procedure of construction
appro�ed by City. Con�ractor shal[ submit sufficient information to allaw City, in C�ty's sole
discretion, to determine that the substitute proposed is equival�n� to that expressly called far by
ihe Contract Documents. Contractor shall make waritten appiieation to City for review in the same
manner as those provided in Paragraph S.OS.A.2.
C. Cary's Evaluratfan: Ciiy wi� be allowed a reasonahZe time within which to evaluate each
proposal or subrriittal rnade pursuant to Paragraphs b.45.A and 6.OS.B. City may require Contractar
to fiunish addrtianal data abaut the proposed substitute. City wiU be the sole judge ofacceptabiIity,
No "or-equaP' or substitute wi� be ordered, installed or utilizad until City°s rewiew is camplete,
which wil� be evidenced by a Change Order in the cas� of a suhstrtute and an accepted Submittal
for an "ar-equal." City will advise Cantractor iza writing of its dete�xnination.
D. Special Gua�antee.• City may require Cantractor to fiu-r�ish at Contractor's e�ens� �. special
per%rmanc� guarantee, warranty, ot otk�er surety with respect to any substitute. Contractor shall
in.detnnify and hold ha�less City and any�ne directlyor indirectly employed hy themfro�t and
against any and all cdarrns, damage,s, losses a�rd expenses (including attorraeys feesJ arisang out af
the use of substiiuted materials or equiprnent.
E. City's CostReinmbursement: Gity r�i1i recard Ciry's costs � e�aluating a substitute proposed ax
submitted by Contractor pursuant �o Paragraphs 6.05.A.2 and 6.OS.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reifnburse Ci�y• for evaluating each such proposed substrtute. Cnntractor may also be required to
reunburse City for the charges for making changes i� the Contract Documents (or in �he provisions
of any ather di�ect contr�ct with City) resultirig fram the acceptance of each proposed su6stitute.
F. Co�at�actor's Expense: Contractor shall pro�ide all data m support of any proposed substitute or
"or-equal" ai Contractor's expense.
CITY 4F FOR'I' WORTH
STANDARDCONSTRUCT[O1� SPECIFICATION DOCUMElVT5
Revision: B�13J2021
D0720D-1
GENERAL CANDITION S
Page 24 of 63
G. Ciry Substitute Reinabursement:Costs (savings or charges} attribuia.ble to acceptance of a substitute
shall be incorporat�d to t�e Contract by Change Order.
H. Tinze �ete�sr'ons: Na additionai time will be granted fior substitutions.
6.06 Concerning Subcontrtrctors, ,S'upplie�s, r�nd Others
A. Contractor shall perform with his own oeganization, work af a value not less tl�an 35% of the
value embraced on the Contract, uniess otl�erwise approved by tk�e City.
B. Contractor shall not employ any Subcontractor, Suppl�er, or oiher individual or entity, whether
initially or as a replacement, against whom City may have reasonable objection. Cantractor shall
not be required to employ any Subcontractor, Supplier, or other individua� or entiry to furnish ar
perform any of the Wark against whom Cont�actor has eeasonable abjection (e�cluding thase
acceptable to City as indicated in Paragraph 6.06.C).
C. The C�y rnay frorn time to time reyuire the use of cerkaiek Subcantractors, Suppiiers, or other
individuals or entities an the pro3�ct, and will pravide such require�nents in the Supplementary
Coz�di�ions.
D. Mino�ity Business Ente�prise Compliance: It is City policy to ensure the full and equitab�e
participation by Minority Business Enterpri�es {MBE) in the pracurement of goods and services
an a contractual has�s. If the Contract Doeuments provide fQr a MBE goal, Contractor is reyuire d
to cornply with the �tent of the City's MBE Ordinance (as amended) by the folIawing:
1. Contractor sk�all, upan request by City, pro�ide camplete and accurate information regarding
ac�ua� work performed by a MBE on the Contract and payment therefor.
2. Contractor will noi make addit�ons, deletions, oar substitutions of accepted MBE without
written consent of the City. Any unjustifed change or deletion shall be a mater�al breach of
Contract and may result in debarment in accordance with the procedures ou#lined �#he
Ordinance.
3. Contractor shal� upon requestby C�ty, allow anaudit andlor examination of any boaks, records,
or files in the possession of the Cont�acfor that will substantiate the actual work perfarmeci by
an MBE. Material anisrepresentation of any nature will be grounds for termir�ation oi the
Contract in accordance withParagraph 15.02.A. A�ny sucl� misrepresentatxon may be grounds
far disqualification of Contcactor to bid on future coniracts witil the City for a period of
not less than fihree years.
E. Contractor shall be fully respansible to City for all acts and omissions of the Subcontractors,
Suppliers, and ather indNiduals or entiti�s performin.g or fiarnishing any of the Work just as
Contractor is respansible for Contractor's ov�+n acts and omissions. Nothirig in the Contract
Documents :
CTI"Y OF FORT WORTH
STANDARDCOIVSTRUCi'ION 5PCCIFICATION DOCUMEIV"I'S
12ev i s i o�: 8I.2.'�C121
00720D-f
GENERAL CONDIT ION S
Page 25 of 63
1. sha�l create for the benefn of any such Su�aeontractor, SuppIier, or other u�dividual or entity
any eontractual relatronship between City and any such Subcontractor, Supplier or other
individuaI or entity; nor
2. shall create any obligatian on the part of City #o pay or ta see to the payment of any moneys
due any sueh Subcoanixactor, SuppIier, or other individual or entity except as rnay otherwise be
required by Laws and Re�ulations.
F. Cantractor shall be solely responsib�e far scheduGng and coordirtating the Work of Subcontractors,
Suppliers, and other individuals or entities parformirig ar furnishing any of tk�e Workunder a d�ect
or mdirect contraci with Contractor.
G. All Subcontractors, SuppIiers, and such other indNiduals or entities performing or furnishing any
af the Work shall comrnunicate with City through Confitactoz.
H. All Work performed for Contractor by a Subcontractar or Supplier will be pursuant to an
appropriate agreement be�veen Contractor and the Subcant�actor or Supplier which specifically
binds the Subconlractor or SuppIier to the applicable tarms and condition� of the Ganixact
Documents for the benefit of City.
6.07 Wage Rafes
A. Duty to pay Pr�evailing Yi�age Raies. The Contractor shall comply with ail requirernanis of
Chapter 2258, Texas Government Code (as atnended), ivacluding the payment of not less than the
rates determined by the City Cauncil of the City af Fort Worth ta be the prevai[ing wage rates in
accordance vvit� Ghapter 2258. Such prevailing wvage rates are includad in these Contract
Documents.
B. Penadty for Violation. A Contractor ar any Subcontractar who does not pay the prevailing w�age
shall, upon demand �nade by the City, pay to the City $64 far each worker employed for each
calendar day or part of the day that the vworker is paid less than the prevailing wage rates stipulated
in these contract dacuments. This penalty shaIl be retained by the City to offset its adtninistrative
costs, pursuant to TeXas Government Code 2258.023.
C. Complaints of Vaolations and Ci�y Determination af Good Cause. On receipt of information,
including a complaint b� a worker, cancerning an alleged �iolation of 2258.023, Te�as
Governmer�t Code, by a Gontractor or Subcontractor, the City shall make an initial
determination, before the 31st day after th� date the City receives the information, as to whether
good cause eazists to believe that the vio�ation occurred. The City shall notifiy in writing the
Contractor or Subcontxactor and any af%cted worker of i�s initial determination. Upon th:e City's
determinatian that th�re is goad cause to belicve ihe Contractor or Subcantractor has �iol�ted
Chapter 2258, the City sha11 retain the full amounts c�aitx�ed by the claimant or claimants as the
difference b�etween wages paid and wages due ur�der the pre�ailing r�vage rates, such amounts �eing
subtracted from suecessive progress payments pending a fmal deterznirtation of the violation.
CITYOF FOIiT' W{?RTH
5TANpAADC011T57RUCT10N SPECIFICATI4N DOCiJMENTS
Revi sion: 823/�21
UD7200-1
GENERALCQNpiTION 5
Page 26 of 63
D. Arbit�ation Required if Violatian Not Resalved. An issue reiaii�g to an alleged violation af Section
2258.023, Texas Government Code, includin�g a penalty owed tn the City or an affected worker,
shall be subm�tted to binding arbikration in accordance with the Texas General Arbitration Act
{Article 224 et sey., Revised Statutes} if �h� Contractor or Subcontaractar and any affected worker
does not resolvethe issue by agreementbefore tl�e IStI� day afterthe date�e City makes its �itial
determination pursuant ta Paragraph C ahove. If the persons required to arbitrate under this
sectian do not agree on an arbitrator before the l lth day after the date that arbitration is required,
a district court shail appoint an arbitratar an the petition of any of the persons. The City is not a
party in the aebitration. The decision and award of the arbitrator is final an.d birxding on ajl garties
and may be ertforced in any caurt of competent jurisdiction.
E. Records to be Maintained. Th� Gontractor and each Subcnntractor shall, for a period of three (3)
years fo�lawing the date af acceptanee of the wark, mamtain records that show (i� t4�e name and
acc�pation of each worker employed by the Cantractor in the construction of the Work pro�ide d
for in this Contract; a�d {n� the actual per diem wages paid to each work�r. T�e recarc�s shall be
open at al� reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, slnall pertain to this inspection.
F. Progress Payments. With each pragre�s payraen� or payroU period, whichever is less, the
Contractar shail subn�a�t an affidavit stating that the Contractar has camplied with the requirements
of Chapter 2258, Texas Gavernment Co�e.
G. Posting of � Wage Rates. The Contractor shall past preva�ing w age rates in a conspicuous place at
al� times.
H. Subcontraetar Cotnpliance. T'h� Cont�actor shall iinclude in its subcontracts andlor shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
6.08 Patent Fees and Royalties
A. Con#ractor shall pay all Gcense fees and roya�ties and assurne all costs incident to the use in the
performance of the 1Nork or the incorporatian in the Work of any in�en.tion, desigm, process,
praduct, or device which is the subject of patent rights or copyrights helc� by others. If a particular
inventian, desi�n, process, product, or de�ice is specified ici the Contract Documents for use in the
performance oi�he Work and iF, to the actual knowledge af City, its Use i� subject to patent rights
nr copyrights calling for the payment of any licens� fee or royalty� to oihers, the existence of such
rights shali be clisc�osed by City � t�e Contract Documents. Failure of the City ta disclose such
ir�orm.ation does not relie�e the Contractor from its abligations fo gay %r the use of said fees or
royalties to others.
B. Ta rhe fullest extent perrraitted by Laws and Regulations, Contf-acta� shall indemn� and hold
harmless City, from and againstall clairns, costs, dasses, and darnc�ges {including butnot lamated
to all fees arad chc�rges of er�gineer�s, architects, attorneys, and other prafessaonals ar�d ali court
o� arbitration or other dispute �-esalution costs) arisang out of or �elatir�g to any i�fr�ingement of
pateni rights o�- copyrights incic%nt to the use in the pe�faYmcance of tlze VYork or r�esultingfrom
CITY OF FDT2"f WORTH
STANDARDCONSTAUCTION SPECIRICATI6N UOCiIMENTS
Rerision: 8�"�Il(iLl
007200-I
GENERAL CANpITIQN 5
Pagc 27 of 53
the incorpoYation in the Work of rany inventiora, design, process, procluct, o� devace noispec�ed
in the Contract Doctsments.
6.09 Permiis ana' Utiliiie�
A. Cont�actor obtarned permits and licenses. Contractar shall obtain and pay for al� construction
permits and licenses except those pravid�d for in the Supplementary Condrtions ar Contract
Dacuments. Ciry shall assist Cont,ractor, when necessary, in obtaining suc� per�nits and licenses.
Contractor shall pay alI governrnental charges and inspection fees necessary �or the prosecutian of
the Work wFuch are appIicable ai tlze time af opening of Bids, or, if there are no Bids, on ih�
Effecti�e Dat� oF the Agreement, except for permits pro�id�d by the Gity as specified in 6,09.B.
City shaI� pay alI charges ofutility owners for cannections for providing permanent service ta the
Work.
B. City abtainedpeYmitsandlicenses. Ciry will obtain andpay %rall permits and Iicenses aspror�ided
far in the Supplement,�.ry Cond'Rions or Contract Documents. It wi�l be the Contractor's
res�aonsibility to carry aut the provi�ions of the pertnit. If the Contractor initiates chartges to the
Contract and the City approves tlte changes, the Contractor is respons�ble for obtaining clearances
and coordinating with the appropriate reguiatory agency. The City will not reimburse the
Contractor for any cost associated with these requirements of any City �.cquired permit. The
foliowing are permit5 the City will obtain �'requirad;
Z. TexasDepartmentofTransportatian Permits
2. U.S. Army Corps of Engineers Permits
3, Texas Commission on Enviroru�rAental Quality Permits
4. Railroad Corapany Yermits
C. �utstanding permits and licenses. The eity anticipates acquisition oi andlor access ta permits
and licenses. Any outstandir�g permits and licenses are anticipated to be acquired in accoedance
with the schedule set forth in the Supplementary Condit�ons. The Project Schedule submittea by
the Contractor in accardance with �he Contract Documents must consider any outstanciing permits
and license�.
6,10 La�s and Regulatians
A. Contractor shall give aIl notxces required by and shall conrtply with a�l Laws and Regulations
applicabie to the perfflrn�ance o� the Work. Except where otherwise expressly required by
applicable Laws and ReguIations, the Ci�y shall not �e responsib�e for monitorir�g Contractor's
compliance with any Laws or Regulations.
B. If �ontractor p�rforms any Work knowing or havirig raason to know that rt�s contrary to Laws or
Regulations, Contractor shall bear all claitns, costs, losses, and damages {mclud�ng b�t nat limited
to a1� �ees and charges of engineers, architects, attorneys, and other professionals and alI
CITY OF FQRT WORTH
STANL3A[ZDCpNSTRUCTION SPeCIFiCATION D�CiIM8IVT5
Revision: 8l23/2�'Zl
oarzoo-i
GENERALCANpITION 5
Page 2.8 of 63
court or arbitration or other d�spute resolution costs} ar�sing out oi or relating to such Work.
However, it shall not be Cont�actor's responsbility to make certa.in that the 5pecif'ications and
Drawings are in accordance witk�. Laws at�d Regulations, hu� this shall not re�ieve Contractor o£
Contraetor's obligations und�r Paragraph 3.02.
C. Changes in Laws or Regulations not known at the time of opening af Bids ha.ving an effect on
the cost ar time of performance of the Work may be the subject of an adjustment in Gontract Price
or Contrxct Tiu�ne.
G.11 Taxes
A. On a contract awarded by the City, an arganization which qualifies for exemptian pursuant to
Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Cont�acior may purchase,
rent or leasc all materials, supplies and equipment used or consunaed in the performance of this
contract by issuing to his supp�ier an exemption certificate in lieu of the tax, said exemption
certificate ta comply with State Comp�roller's Ruling .007. Any such exennption ce�tif'icate i�sued
ta the Contractor in lieu of the iax s�all be subject ta and sha�i camply with the pro�is�on of State
Co�nptrolier's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code,
Subchap�er H.
B. Texas Taxpermits and irtformatian m�ay be obtained frorra:
l. Comptroller of Pub�ic Accounts
Sales TaxDivision
Capitol Station
Austin, T�C 787i 1; or
2. http•l/www window.state.t�c.us/ta�o/�axfarms193-forms.htrnl
6. T2 Use af Site and Other� Areas
A. Lin�aitation ora �se af Site and OtherAreas:
1. Contractor shaIl confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and ot,�er areas per�mitted by Laws and Regulations, and
shall not unreasonably encurnber the Site and other areas with construc�ian equipment ar ather
materials or equipment. Contractor shall assuriae �ull respans�ility for any damage to any such
la.nd or area, ar to the owner or occupant thereof, or of any adjacent land or areas resulting
from the perfornnance of the Work.
2. At any ti�ne when, in the judgment of the City, the Contractar has obstructed or cIosed or is
carrying on operations in a portion of a street, right-of �v►aay, or easement greater than i�
necsssary for proper execution af the Work, the City znay require the Contractnr to fmi�h the
section on wnich operations are in progress b�fore work is cammenc�d on any add�tinnal
area of the Site.
CI'j'YOFFORT W�RTH
STANDARDCONSTRUCTION SPECIFICATI�N DQCYIMENT5
Revision: &�L�121
0072d0-1
GEIVERALCOiJQITION S
Page 29 of 63
3. Should any Damage C1aim be made by any such owner or accupant because of the performance
af the Work, Contractar shall promptly attempt to resolve the Damage Cla.im.
4. Purs�cant ta Paragraph b.21, Conlractor shall dndem�z fya�zd hodd hr�r►nless City, fro�n and
agai�st all clairns, costs, Iosses, and damages arisang aut of or relating ta arry claim or aetion,
legal ar equitahle, brought by any such owner or occupant against Crty.
B. Remaval vf Deb�is During Per-farmance of the T�ark: During the progress of the Wark
Contractor shall keep the Site and nther areas free frarn accumulations of waste m�aterials, rubbish,
and oth�r debri�. Removal and d�sposal of such waste materials, rubbish, and other d�bris shall
conform to applicable Laws and Regulations.
C. Site Maintenanee Cleaning: 24 hours a�ter u�ritten notice �s given to the Contractor that the
clean-up on tha job site i� proceeding in a manz�er unsatisfactary to the City, if the Contractar fails
to correct the unsatisfactory pracedure, the Ciry may take such direct action as the City deems
appropriate ta correet the clean-up deficiencies ci�ed ta the Contractor in the written notice
{by le��r or electronie communication), and the cost� of such direct actian, plus 25 % of such
costs, shall be deducted from tk�e monies due or to become due to the Contractor.
D. Fanal Sa% Cleaning.• Frior to Final Ac�eptance of the Work Con�ractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the co�npletion
o� tne Work Contractor shall rernove froxn the Site alI tools, appliances, construction �quipment
and machinery, and surplus rnaterials and �hall restore to original condi�ion or better aD property
disturbed by the Work.
E. Loading Structures: Contractar shall not load nor permit any part af any structure to be Ioaded
in any nnanner that will endanger the st�ucture, n.or shall Contractor subject any part of the Work
or adjaeent property to stresses or pressures that will endanger it.
6.13 Reco�d Doct�tnents
A. Contractor shall maintain in a safe place at the Srte or in a place designated by tha Cantractor and
approved by the Ci�y, ane (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and wr�itten interpre�atinns and cl�rifications in good order and az�notated to
shaw chang�s made during construction. These record documents together with all approv�d
Sarr�ples and a counterpart of a1[ accepted Submittals will be avai�eble to City for reference. Upan
completion of the Wark, thes� recard documents, any operation and ma�ntenance manuals, and
Submittals will be d�Ii�vared to City priar to Final Inspection. Contractor shall include accura�;
locations for buried and 'un6edded items.
6.14 Safety crnd Protection
A. Contractor shaIl be solely responsible for initiating, maintaining and supez-vising all safety
precautions and programs in connection witn the Wark. Such responsibility does not reGeve
Subcontractors af their responsbility for the safety� of persons or property iri the performance of
their work, nar far camplia.nce with applicab% safery Laws and Regulations. Contractor shall
CITY OF FORT WORT�1
STANDARDCONSTRLiCTION SPECIFICATIQN DOCi]IvIEN'TS
Revision: 8123r1l121
ao �z ao - i
GENERAL CAIVDITION S
Page 30 af 63
take all necessary precautions for the safefiy af, and shall pro�id� the necessary pratection to
prevent damage, injury or �ass to;
1. all persons on the Site or who may be affected by the Worlc;
2. all the Work and materials and eyuipment to be incorporated tl�erein, whether in storage on
or off the Si�e; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, wallcs,
pavemer�ts, roadways, structures, utilities, ar�d Underground Facilities not designateci for
removal, relocation, or replacement m the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relat�g to the safety of
persons ar praperty, or to the protection of persans or property from damage, �jury, nr loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
nat�y owners of adjacent property and of Underground �acilities and other utility owners when
prasecution of the Work tnay affec# them, and shall cooperate with them in ihe protection,
remo�a�, relocation, and repl�cement of their properry.
C. Contractor shall comply wiitl� the applicable requirements of City's safety pro�rams, if any.
D. Contractor shall infarm City of #he specifc requirements o� Contractvar"s safety program, if any,
with which City's emplayeas and representatives must comply wlule at the �ite.
E. All damage, injury, or Ioss to any property referred to in Faragraph 6.14.A.2 or 6.14.A.3 caused,
direct�y or indireetIy, in whole or in part, by Contractor, any Subcontrac�ar, Supplier, or any other
mdividual or entity directly or indirectly e�nployed by any of them to perform any af the Work,
or anyone for whose acts any of thern may be liable, shall be remedied by Contractor.
F. Contractor's duties and responsbilities for safety and for protection of the Work shall contiriue
until such time as aIl the Work is completed and City has accepted the Work.
6.15 Safefy Representcrtave
Conttactor shall infortn City � writing of Contractor's designated safety representative at the Site.
6.16 Hazard Communication P�ag�ams
C�ntractor shall be respansi�le far coordinating any exchan.ge of materi�l safety data sheets or other
hazard communicatian infornnation required to be made avai[able to or exchanged between ar among
empIoyers irn accordance �with Laws or Regulat�ons.
fi.17 Erne�ge�acies and/or Rect f catio�a
A. In emergencies affecting the safety or protection of persans or the Work or property at the S�te ar
adjacent thereto, Contractor i� obligated to aet to prevent thureatened damage, injury, or loss.
Contractoc shall give Ci�y prornpt written notice if' Contraetor bel�e�es tl�at any significant
CITY OP FORT WOR'1'H
STAIYDAI2DCONSTRUCTIOiV SPECIFICATION DOCUMENTS
Revision: 803r�21
04 72 00 -1
GENERALCQN�ITION S
Page 3 l of 63
changes in the Work ar variataons from ihe ContractDocuments have 6een causedthereby or are
required as a resuIt thereaf. IfCity dstermines that a change in the ContractDocuments is required
because ofthe action taken by Contractor in respon.se to such an emergency, a Change Order may
be issued.
B. �hould the Contractor fail ta respond to a request from the C�ily to rectify any discrepancies,
amissions, or correction necessary to conform vvith the requi�ements of the Cantract Dacurnents,
the City shal[ give the Contractor written notiee that such work or changes are to be performed.
The written natice shall d�rect att�ntion to the discrepant condition and request the Contractor ta
take remedial action to correct the condition. In the event the Contractor does not take positive
steps to fuIfill this written reyuest, or does not show just cause for not takin� the proper action,
within 24 hours, the City may ta�Ce such remed�al action with City farces or by contract. The City
shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any
futtds clue ar become due tha Contractor an the Project.
6.18 Submittals
A. Con�ractor shal� subrnit required Submittals to City fdr review and acceptance � acco'rda�ce
with the accepted Schedule of Submittals {as required by Paragraph 2.0�, Each submittal will be
identified as City may require.
1. Submit numbec of copies specif'ied in tke General Requirements.
2. Datashawn on the Submitta.ls will be connplete with respect�o quantities, dimensions, spec�ed
performance and design cri�eria, materials, and similar data to show City the services,
nnaterials, and equipment Contractor proposes to pro�ide and to enable City to review the
information for the limited purposes requ�red by Paragraph 6.18.C.
3. Submittals submitted as herein provided by Contractor and reviewed by C�ty for
conformance with the etesign cancept shall be executed in canforzx�iry with the Contract
Dacuzrxents unl�ss othetwise required by City.
�4. '1Nhen Submittals are submitted for the purpose o� showirzg the installation in greater detail,
their review shall nat exause Cantractor from requirezn�ents shown on the Drawin.gs and
Specifications.
5. For-Information-4nly �u6mittals upon which the City is not expected to conduct review or
take responsive action may be so identified in tne Contract Documents.
b. Submit requir�d ne.�mber of Sarnples specified in the Specifications.
7. Clearly identify each Sarrtple as to material, Supplier, pertirient data such as catalog numbers,
the use for which intended and oth�r data as City nnay requ�re to enable City to review the
submittal �or the Iimited purposes required by �aragraph 6.18.C.
CITY OF FORT WORTH
ST11N]aARDC4N5TRUC'fION SPECIFICATIQN DOCL3MENT5
Revisian: &23lL7L1
oa �z ao - i
C,ENERAL CANQITION 5
Page 32 of G3
B. Where a Submittal �s required by the Contract Doc�ments 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. Cfty's Review:
L City wili provide timely rer�iew of requir�d SubKnittais in accordance with the Sehedule of
Submittals acceptable to City. C�ty's revzew and acce}atance will !�e only to c�etermine if the
items covered by the submittals wil�, after i�stallation or incorporation in the Work, conform
to the information given irm the ContxactDocuments and be compatible with the design con.cept
of the corr�pleted Projeet as a functioning whole as ffidicated by the Contract Dacuments.
2. City's re�iew and acceptanee will not extend to tneans, methods, techniques, seyuences, ar
procedures of construction {except where a particular mean�, method, technique, sequence,
or procedure of construction is specifically and expressty called for by the Con�act
Documents) or to safety prrecautions or programs inc�dent thereta The review and acceptance
af a separat� item as such will not indicate approval of the assembly in �hich the item
functions.
3. City's review and acceptance shall not relieve Cantractor from respansibility for any
varia�ion from the requirements of the Contract Docunr�ents unless Contractor has cornplied
with the rec�uiretnents of Section O1 33 00 and City has given written acceptance of each
such �ariatian by specific written no#ation thereof incorporated in vr accampanying the
Submitta�. City's re�iew and acceptance shall not relieve Contractor from respansibilily for
eomplying with the requirements of th� Contract Docunr�ents.
6.19 Cantinuingthe Work
Except as otherwise provided, Contractor shall carry on the WQrk and ;�dhere to the Project Schedule
during all disputes or di�agreements with Cfiy. Na Wark sk�all be delayed or postponed pending
resolu�ion of any disputes or disagreements, except as City and Contractor may other�wise agree in
writi�ng.
6.2Q Cont�actor�'s Gerieral Warr�rniy a�d Guar�antee
A. Contractor warrants a�d guarantees to City that a11 Work will be in accordance with the Contract
Doeuments and wil1 not be defecti�e. City and its officers, directors, members, partners,
emplayees, agents, consultants, and subcontractnrs shall be entitled to rely on representaiion of
Contractar's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects o� ciamage caused by:
i. abuse, modifcation, or improper mair�tenance or operatian by persons other than Cantractor,
Subc�ntractors, Suppliers, ar any other �dividual ar entity for whom Contractor is
respaasible; or
CITY OF FQRT WOiZTH
9TATiDARDCAAISTRUGTI4H SPECIF'lCATEOH DOC[fMENTS
Revision: 8/Li2fiZ1
oonoo-�
G�NERALCONDITIQN S
Page 33 of 53
2. normal wear and teac under normal usage.
C. Cantractor's obligation to perform and com.plete the Work in accoxdance wrth the Contract
Docurrients shall 6e absolute. None of the follawirtg will cansti�ute an accaptance of Work that is
not in accordance with the Contract Docurrients o:r a release of Contractor's obligation to perfarrn
the Work in accordance with the Contract Documents;
1. observations by Caty;
2. reconnmendation or payment by City af any progress or fmal payment;
3. the issuance of a certitxcate nf Fina� Acceptance by City or any payment related tliereto by
C�y;
4. use or occupancy of the Work or any part thereaf by City;
5. any review and accepta.nce of a Submittal by Ci�y;
6. any inspection, test, or approval by oiners; or
7. any correction of defecti�e Wark by City.
D. The Contractor shall remedy any defects or damages in the Work and pay far any damage to
other work or property resulting therefrom vvhich shall appear within a period of two (2) years
from the date of Final Acceptance afthe Work unless a longer period is spe�cified and s�all furni�h
a good and suf'ficient maintenance bond, cornplying with. the requirements of Article
5.02.B. The City will gi�ve notice ofobser�+ed defects with reasonable promptness.
6.21 Inde mn�ficatio n
A. Coixtrac�or covenants aad agrees to indemnify, hold harmless and defend, at its awn
expense,tl�e City, its a�cers, servants and employees, fronn and against any and all clai�
arising out a� or alleged to a�ri�se out oi', t�ie work and services to be perfarnned by the
Confrtc#or, its officers, agents, ernployee�, subcoutractors, licenses or invifees under th�s
Contract. TH�S TNiIF,MNTFiC'.ATI��T PRnVT�I[lN Tfi SPFC'IFif'Ai T Y INTFNDFD Tn
�PF.RATF ANT} RF EFFI;C'.TTVF FV['N TF iT_ TS ALT,F(TF.1) nR PROVF.N THAT Ai.�
OR S(IMF. [)FTAF DAMACF RF�N[rS�GHT WFRF f errcF ��pr, nR �
P.AR_�'. RY ANY ACT_ �MT��7n�v nu rr�r�7 T��N F(lF THF C'�TY, This indemnity
provision is intended ta inclade, without lim�itation, indemniLy far costs, expenses and legal
Fees incunred by the City in defending against such claims and causes of act�ons.
B. Contractorco�enantsanda�rees toindeRnnifyand hold harmless,atits nwnexpense,theCity,
its officers, servants and employees, irom and agains # any and alI loss, damage or destructFon
ofproperty oithe City, arising outo� or all�ged to aris� out o� the work and services ta b�
perforcned by the Contractor, its officers, agents, employee�, su6contractors, licensees or
invitees under this Contract. THZ� iNiITMNiFI'C'ATTON PRnV��T(1N ��
CTI'Y QF FORT WORTI-�
BTANDARDCONSTRUCTI4N SPECIFICATION DOCUjvIENTS
Revision; 8i13�2{�1
na7aoo-�
GE NERP,L CAND I T I01� S
Page 34 of 63
� �I - � - - � � _ 1 1 1 ' _ ti :_ Il � \ ! i - � 31_ _ ►I / _ 1� _ � If�,
- - - - - I 1_ �'_ ► � I \ � : � ► � U_ _ 1 i _ 1_ � �l � - ' - - � � rJl-
�/ �- - 1 ► �/r_ 4 ! ' 1 ' �_ : � �� 1 1/---- 1 \ 1_•
►
► ► �
6.22 Delegaiian of Pt�ofessianal Design Ser�ices
A. Contractar will noi be required to provide prafessional desigzi services unless such services a�
specifically required by the Contract Docunnents %r a portion of the Work or unless such services
are required to carry out Contractar's responsibilities for construction means, methads, techniques,
seguences and procedures.
B. If professional desigr� services or certif�cations 6y a desigr� professional related to systems,
materials or equipment are spec�'ically requirec� of Con�ractor by the Contract Documents, City
will specify all performance and design criteria that such services musi satisfy. Contractor shall
cause such services or certifications to 6e provided by a properly licens�d professianal, whose
signature and seal sha11 appear on all drawi�gs, calculations, spec�f'�cations, certifications, and
Submittals prepared by such professi�naL Submittals related to the Work designed nr certif'ied by
such professional, if prepared by o�hers, shall bear such pro%ssional's written appro�al vwhen
suhmitted to City.
C. City shall be entitled ta rely upan the adequacy, accuracy and cornple�eness of the services,
certif'ications or appro�val� performed by such design prafessionals, provided City has specified
to Contractot performance and design eriieria that such services rnust satisfy.
D, Pursuantto this Paragraph 6.22, City's review and acceptance of design calculations and design
drawings will be only for the �iimited purpose of checking %r conformance wit4� performance and
design cri�eria given and the design concep� expressed in the Contract Documen#s. City's review
and ace�ptance of Submittals {except desiign calculations and design drawings) will be only for
the purpose stated in Paragraph 6.18.C.
6.23 Right to Audit
A, The Contractor agree� that the City shall, until the expiration of three {3} years after fmal
pa�ment under this Contract, have access to and the right io examine and photocopy any directly
pertinent books, doc�ments, papers, and records of the Contractor involving transac�ions relat�g
to this Cantract. Cnniractor agrees t.�at the City shall have access during Regular Workmg Hours
to alI necessary Contractor faailrties and shall be provid�ed adequate and appropriate work space
in order to conduct audrts in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable ad�ance notice of intended audits.
B. Contractor further agrees to include in all rts su6contracts hereunder a provision to the effect that
the subcontractor agrees that the Ciry shall, until the expiration of three {3} years after final
payment under this Contrac�, �ave access to and the right to ex�mirie and pha#000py any directly
pertinent bvoks, documents, papers, and records of such Subcontractor, involving transactions to
the subcontraet, and further, that City shall have access during Reg�alar Working Haurs to all
CTI'YOFFORT WOI2TIi
S7'ANDARDCQN6TRIICTION SPECIFICATION DQCiIMENT'S
Revision: 8123/�D21
oo�zoo-�
GENERALCONpf710N5
Page 35 nf fi3
Subcontractor facilities, and shall be provided adequate and appropriate wark space in order to
conduct audiis in compliance with the provisions of this Para�apl�. The City shall give
Subcontractor reasonable advance notice of intended audits.
C. Contractor and Subcon�ractor a�r�� to photocopy such docvments as may b� requested by the City.
Th� City agees to reimbursc Contractar �or the cost of the copies as fallows a# the rate publisl�ed
in the Texas Adm�strative Code in. effect as of the tune copying is performed.
6.24 Nondiscrartzination
A. The City is responsible for aperating Public Transportation Programs and implernenting tra�asit-
related projects, which are funded in part wi�h Federal �'mancial assi�tance awarded by the U.S.
Department of Transportation and the Federal Transik Administration (FTA), wit.�out
discriminatiuig against any person in the Unit�d State� on. the basis ofrace,calor, or nat�onal origin.
B. Title YI, Civil Rights Ac� of 196� as anzended.
tha Act and the Regulations as fuc�her defined
receiving Federal assistance.
Contractor shall comp�y with the requitements of
�n the Supplementary Conditions for any project
ARTZCLE 7— OTHER WORK AT THE SITE
7.Q1 Related WoYk atSite
A. City may perform othher work re�ated to the Proje�t at the Site with Ciry's ecnployees, or other
City contraetors, or through other direct cont�acts therefor, or have ather workperforrned by utility
owners. If such other work is not not�d in the Contract Documents, then writtcn notice thereof
will be given to Contractor prior to starting any such aiher wark; and
B. Contractar shail afFord each other cor�t�ractor who is a party to sueh a direct cantract, each utility
owner, and Cily, if City is performing oiher work with City's emplo�ees or other City contractors,
proper and �afe access to the Srte, provide a reasonable opportunity for the iratroduction attd storage
of n�aterials and equipment and the execution of such other work, and properly eoordinate the
Work with iheirs. Conteactor shall da all cutting, fming, and patching of the Wark that nnay be
required to properly eonnect or otl�erwise �nake its several parts come together and properly
integrate with such other work. Contractor shall not endanger any work of �tk�ers by cutting,
excavating, or otherwise altering such work; pro�ided, however, that Contractor ma.y cut or alter
others' wark with the written consent of City and the other5 whosa work will be affected.
C. If the proper execution ar cesults of any part of Cantraetor's Work depends upon vwork performed
by others under this Articla 7, Contractar shall inspect such otb.er work and promptiy report to
City i� writing an.y delays, defects, or deficiencies in such other work t�rat render it unavai�able
or unsuitable for the proper execution and results af Contxactor's Work. Contractor's failure to so
report will constitute an acceptance of such other work as fit and proper for integration w�ith
Contractar's Woek except for ]atent defects in the work provided by athers.
crry o� �oRT wort�
STANDARDCONSTRiiCTION SPECIF]£A7TON DOCLJMEN'�S
Revision: 8<23C�021
ao �z oo - i
GENERAL CaNflITION 5
Page 3G nf G3
7.02 Coordination
A. If City intends to contract w�h others for the perfortnance oi other work on the Praject at the
Site, the followir�g w�ll be set forth in Supplementary Canditions:
1. the individual or entity whn will have authorrty ancf responsibility for caordination of the
actrvitie5 among the various contractors will be identi�ed;
2, the specific maLters to be cov�red by sueh authoriky and respons�bivty will be itemized; and
3. the extent of such authariry and responsibilities will be provided.
B. Ur�ess otherwise provided in the Supplernentary Canditions, City shall have authority for such
coordination.
ARTICLE 8 — CITY'S RESPONS�B�LITIES
8.01 Corr�raunications to Contracto�
Except as otherwise provided in th� Suppler�entary Condrtions, Ciry shall issue alI communications
ta Contractor.
$.02 Furnish Data
Ci�ty shall timely furnish the data required under the Contract Documents.
8.�3 Pay When Due
Ciry shall make payments to Contractor in accordance with Ar�icle 14.
8.04 Lands and Easemenis; Reports and Tests
City's duties with respect to providing lands and easements and providing engineering surveys to
establish reference paints are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's
identifyung and makuxg avai�able to Gontractor copies of reports of e�plorations and tests of subsurface
conditions and drawings af physi�al canditions relating to existiung surface or subsurface structures at
or eontiguous to tlle Site that hawe been utilized by City in preparing the Contract Docunnents.
8.05 Change Orders
City shall execute Change Orders in accordance with Paragraph 10.03.
$.Q6 I�aspections, Tests, and Approvals
City's restaansibility with respect to eertain inspectiorxs, tests, and approvals is �et forth in Paragraph
13.03.
ciTY o� ro�m woR�
STANDARDCbNSTRiTCT14N 5P&CIFICATI4Pf DOCUMENTS
Revisian: 8�13l�121
007200-1
GENERAL OON� ITION 5
Page 37 of 63
8.07 Li�nitations on City's Responsibilities
A. The City shall not supervise, direct, ar have control or authority over, nor be responsible far,
Contractor's means, methods, techniques, sequenees, or procedures of canstruction, ar tY�e safety
precautions and pragrarn.s incident thereto, or for any iailure of Contractor to comply with Laws
and Regulations applicable to the performanee of the Work. City will not be responsible for
Contractor's failure to perform the Work in �.�cordance with the Contract Documents.
B. City will notify tha Contractar of applicable safety plans pursuant to Paragraph 6.1�.
5.08 Undiselosed Haza�dous Environmental Condition
Ci�y's respansibility with respectto an undisclosed Hazardous Environmental Condi�ian is set farth
in P aragraph 4.06.
8.09 Compliance with Saf�ty Prograna
While at the Site, City's employees and representatives shall comply with the spec�c applieal�le
requirements of Contractor's safety programs of which City has been informed pursuant to
Paragraph 5.14.
ARTICLE 9— CITY'S QBSERVATION STATUS DURING CONSTRUCTION
9.01 City's Proj eet Manager
City will pro�ide one or more Project Manager(s} during the canstruction period, The duties and
responsibil'rties and the limitatians of authariEy of City's Projcct Manager during construction are set
forth in the Contraet Docucx�.ents. The Ciry's Pro�ect Manager far this Contract is identif'ied in the
Supplementary C.onditions.
9. 02 Vis its to Site
A. City's Project 1t�Ianager wi� make visits io th.e Site at interval� appropriate to the various stages
of construction as City deems necessary in order to obs�rrre the progress that has been made and
the quality of tk�e various aspects of Contractor's executed Work. Based on inf`orn�ation
obtained during such visits and observatians, Ci�y's Pra3ect Manager will determine, in general, if
the Work is proceeding in accordance with the Cant�ract Dacuments. City's Project Manager will
not be required to make exhaustive ar continuous inspections on ihe Site to check the quality or
quantity of the Work. City's Froject Manager's efforts wil� be directed taward providing City a
greater degree of canfdence that the completed Work will conform general�y to the Coni�act
Documents.
B. City's Project Manager's visits and abservations are subject #o all the limita�ions on authority and
responsibility in the Contract Docume�ts including those set forth in Paragraph
$.07.
C1TY OF FORT WORTH
STANDARDC�N5TRUCTIdh' SPECIFICATCON DOCiJMENTB
[2evision; 82'i2021
oo�aoo-i
GENERALCOND1T10N5
Page 36 ofb3
9.03 Authori�ed Variations in Wo�-k
City's Project Manager may authoriz� rninor �ariations in the Work ftom the requiremer►ts of tl�e
Contract Documents which do not involve an ad,justment in the Contract Price ar the Conf�act Tnne
and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These rrkay be accom�lished by a Field Order and will be
birzding an City and also on Contractor, who shall perforn� t}�e Work invo�ved promptly.
9.04 Rej ect�fng Defectzve Work
City will have authoriry to reject Work which Cily's Pro�ect Manager believes to be defective, or wi�l
not produce a completed Project t�at coriforms to the Contract Documants or that will prejudice the
integrity af the desigi concept of the completed Project as a functioning whole as uxdicated �y the
Contract Docurnents. Ciry will have authority to car�duct special �nspection or testing of the Wark as
provided in Article 13, wi�ether ar not the Wark is fabricated, instalted, or comp�eted.
9.05 Dete�minations foY Wor�k Perfor�ned
Contractor will determine the actual quantities and classifcations of Work performed. City's Projee�
Manager will re�iew with Contractor the preliminary determinations on such xnatters before rendering
a written recommendation. C�'s written deeision will be fuaal (except as mod�ied to reflect changed
factual eanditions or more accuraie data).
9.06 Decisions an Reqa�irements of Cont�actDocuments arra'Acceptabality 4f Work
A. City will be the initial interpreter of the requirements of the Contraci Documents and judge of the
acceptability a�t4ze Workthereunder.
B. Ciry will render a written decision on any issue referred.
C. City's written dscision on the issue re%rredwill be fin�al and bindin� on the Coz�tractnr, subject
to the provisians of Paragraph 10.06.
ARTICLE 10 — CHANGES IN THE WORK; CLA�MS; EXTRA WORK
10.01 Authorazed Changes in the Work
A. Without invaiidating the Contract and without notice to any surety, City may, at any tir�ne ar from
time to time, order Eactra Wark. Upnn notice of such Extra Work, Cont�ac�or s4�all promptly
proceed wi�h the Wark involved which will be perfarmed under the appl�cable conditions of the
Contract Docurnents {except as otherwise specifically provided}. Extra Work shall be
rnemar�alized by a Change Order which �may or may not precede an order of Extra work.
B. Far mmor changes of Work not r�quiring ch�a.nges to Con�ract Time or Con�ract Price, a Field
Order may be issued by the City.
CITY OF FORT WOItTi3
STANDARDCOWSTTtUCTION 3PECIFICATION DOCUMENTS
Revisian: 8123�021
OD7200-1
GENERALCAN�ITIONS
Page 39 of 63
10.02 Unauthorazed Changes in �he Work
Contractar sha11 not be entitled to an increase in the Cantract Price ar an extension of the Contract
Tinne with respect to any work performed that is not required by tl�e Cantract Documents as amended,
znodified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as
provided in �'aragraph 6.17.
10.03 F,acecu.taon of Change Or�ders
A. Ciity and Contractar shall execuie appropriate Cl�ange Orders covering:
1. changes in the Work which ara: (i) ordered by Ciry pursuant to Paragraph 10A1.A, (i�� require d
beca�se of acceptance of defective Wark under Faragraph 13.08 or Crty's correction of
defective Work under Paragraph 13.�9, or (iu) agreed to by the parties;
2. changes in the Cont�ract Price or Con�ract Tinne which are agreed to by the parties, including
any undisputed suxn or amouni oi tgne for Work actualIy perforzned.
10.04 Extra Work
A. Should a difference arisa as to what does or does not cor�titute Extra Work, or as to the payment
thereaf, aad the City insists upon its perfarmance, the Cantrractor shall proceed with the work after
making written request for wri�tten orders and shall keep accurate accaunt of the actual reasonable
cost therevf. Contract Ctaims regarding Eactra Wark shall be made pursuant to Paragraph lO.Qb,
S, The Contractor shall furnish the City such installation records of alI deviations from the original
Coniract Dpcuments as may ba necessary to enable the City to prepare for permanent record a
carrected set of plans shovving the actual installation.
C. The coznpensatian agreed upon far Extra Work whether or not initiated by a Change Order shalI
be a fuU, complet� and finaI payment for all costs Cantractor incurs as a result ar re�ating to t�e
change ar Eactra Wark, whether said casts are lcnown, unknown, foreseen or unforeseen at that
time, including witkaout limrtation, any costs for delay, ��ended overheaa, ripple or irr�pact cos�,
ar any other efFect on changed or unchanged work as a result of the change or Extra Work.
lO.QS Not fication to Surety
If the provisiQns of any bond require notice to be given to a surety of any change affecting the genexaI
scnpe o1F the Work or the pro�isions of the Cont�act Documents (incfudi�g, but not limited to,
Contract Prica ar Conteact Time), the giving af any such noiice will be Contractor's re�ponsibility.
The amourit of each applicable bond wi� be adjusted by the Contractar to reflect the ef�ect of any
sueh change.
C1TY OF FQRT WORTH
STANDARbCONS.TRUCTION SPECIFICATION pOCiIMENTS
Aevision: A%23�2�1
00720Q-1
GENERAL CANdIT{ON 5
Page 40 of 63
10.06 Gvntf-act Claims Process
A. City's Decision Required: All Contract Claims, except those wai�ed pursuant to Paragraph
14.09, shall be r�ferred to tkze City for decision. A decision by City shall be required as a condition
precedent to any exercise by Contractor af any rights or remedies he may otherwise have under
the Contract Documents or by Laws and Regula�ians in respect of such Contaract Cf�ims.
B. Natice:
1. Written notice statmg the general nature of each Contract Clainn shall be delivered by the
Contractox ta C�.y no later ihan 15 days after t�e start of the event gNi�c�g ri�e thereto. The
responsbillilyy to substant�.te a Gontract C1aim shall rest with the pariy makicag the Contract
Clairn.
2. Notice Qf the amount or extent of the Con.tract Clann, with supporting da�a. shall be delivered
to the City on or before A�S days from the start of the even� giving rise thereto (unless the City
allows add�ionaI tame fflr Contractor to submit additional ar more accurate data in suppor� of
such Contract Claim).
3. A Contract Claim for an adjustment in Contz�act Price shall be prepared in accordar�ce �i�h
the �rovisions of Paragraph 12.01.
4. A Cont�act Claim for an adjus#rnent in Contract Time shall be pcepared in accordance with
the provisions of Paragraph 12A2.
5. Each Contract CIaim si�all be accompanied by Contractor's r�vritten statemeat that the
adjustmenfi claim�d i� the ent�re adjustment to vvhich the Contractor believes it is entitled as a
result of said event.
6. The G�ty shail subnait any response to fihe Conixactar within 30 c}ays after receipt of #he
clannant's last submrttal (unless Contract allows addstional t�irne}.
G. Caty'sAction: City wiil review each Contract Claim and, within 30 days af�er receipt of the last
submittal of the Contractor, iE any, take one of #he fo�.owing actions in vvriting:
1. deny the Corrtract Claim in whote or in part;
2. appra�e the Contract C�aim; ar
3. notify the Contractvr tl�at the City is unable to resolve the Contract Claim if, in the City's
soIe discretion, it would be inappropriat� for the City to do so. For purposes bf further
resolution of the Contract Claim, such notice shall be deemec� a der�iaL
CIT'Y OF FORT WO1tTH
STANDARUCQIVSTRUCTION SPECIFICATION 170CUMENTS
Revision: 82?�LD21
oo�zoo-i
GENERAL CAN�ITION S
Page 4l oi 63
D. City's written action under Paragraph 10.06.0 wil[ be fi�nal and binding, unless City or
Contractor invoke the dispute resalution procedure set fortl� in Article 16 within 30 days of such
actioc� or denial,
E. No Contract Claim fnr an adjustment in Can�ract Price or Contract Time will be valid if not
subrnitted in accordance with thi� Parageaph 10.06.
ARTICLE 11— COST OF THE WORK; ALLOWANCES; U1vIT PRICE WORK; PLANS
QUANTITY MEASUREMENT
11.01 Cost af the Work
A. Costs Incl�cded: The term Cost af tb.e Work means the sum o� all costs, except those excluded ir�
Paragraph 1 I.41.B, necessarily incurred anci paid by Cot�tractar in the proper per�orma.nce of tl�e
Wark. Wnen the value of any Work covered by a Change Order, the costs to be reimbursed to
Contractar will be only those a�lditianal ar increrr�en.tal eosts required because of the change in the
Work. Such casts shall not include any of the costs itemiz�d in Paragraph 11,01.B, and shall
incl�de bu� not be lirnited to the follawir�g items:
I. Payroll costs for employees in the direct ernpIoy of Contractor in th� perfarmance of the
Work unc�er schedules of job classif"rcations agreed upon by City and Cantractor. Such
employees shall include, without limrtation, superiritendents, faremen, and other personnel
ampIoyed full time on the Work. Payroll costs far employees not emplayed full time or► the
Work shall be apportianed on the 6asis af their tune spent on the Work. Payroll costs shall
include;
a. salaries with a 55% markup, or
b. salaries and wages plus the cost of iringe benefrts, which shalI inelude social seeurity
cQntribuiions, unemployment, exeise, and payroll taxes, workers' compensation, health
and retirernent benefits, bonuses, sick leave, vacatian and hoIiday pay applicable thereto.
The expenses of parforming Wark outside of Regular Worlcir�g I-Iours, Weekend
Working Hours, or legaI halidays, shall be included in the above to the extent autharized
by City.
2. Cost of a11 materials and eyuipm�nt furnished and in,corporated it� the Wark, inc�uding costs
of �ranspartatian and storage thereof, and Suppliers' �eld s�rvices required in cotu3ection
therewith.
Rentals of all consiruction equiprnent and machinery, and the parts thereaf �vhether rented
from Contractor or otners in accordance with rental agreements approved by City, and tl�e
costs of transportation, loading, unloading, assernbly, dismantling, and remaval thereof. All
such costs shall be in accordance with the terms o:f said rental agreements. The rental of any
such equipraent, machinery, ar parts shall cease when the use thereof is no longer necessary
for the Work.
�ITY OP rORT �1VQR'1'T-C
STANDARDCONSTAUCTION SPECIFICATION UUCUMENTS
Kevision: $,�3l202]
oo�rzoa-�
GENERAL CQNDfTION S
Page 42 of 63
4. Payments made by Contractor to Subeontractors far Work perFormed by Subcontractors. If
required by City, Contractar shall obtain cornpetitive bids from subcontractors acceptable to
City and Contractor and shall deliver such bids to City, who will then de�ermine, vcrhich bids,
if any, will be acceptable. If any subcontract provides �hat the Subcontractor is ta be pai� on
the basis of Cost of the Work plus a fee, the Subcontractor's Cost oi the Work and fee shal�
be deiermined 'm the same �nanner as Contractor's Cost of the Work and fee as provided in
this Paragraph 11A1.
5. Costs of speeial cansultants (ineluding but not limited to engineers, architects, testi�g
�aboratories, surveyors, attorneys, and accountants) employed for services sp�cificaily re�ated
ta the Work.
6. Supplemental costs includ�g the following:
a. The proportion of necessazy transporta.tion, travel, and subsistence �xpenses of
Contractor's employees incurred in disebarge o� dUties connected with the V4rork.
b. Cost, incjud'uag transportatian and maintenance, of all materials, supplies, equiprnent,
machinery, applianees, affice, and ternporary facilrties at tk�e Site, and hand tools not
owned by the workers, which are consumed in the performance of the Work, and cost, less
markef value, of such items used but not consurned whieh remain the property of
Contractor.
e. Sales, consumer, use, anci other similar taxes related to the Work, and for which
Contractor is �iable not covered under Paragraph 6.11, as imposed by Lavcrs and
Regulations.
d. Deposits lost for causes other than negligence of Contractox, any Subeontractor, or
anyone directily or indirectly employed by any of th�m or far whose acts any of them rnay
be liable, and roya�ty payments and fees for pet-mits and lieenses.
e. Losses and d�mages (and related axpenses) caused by damage to the Wark, not
compensat�d by insurance or otherw�se, sustained by Cantraetor iri cc�nnection with the
performance of th� Work, provided such lasses and damages have resulted from causes
other than the negligence of Contractor, any Subcontractar, or anyone directly or indirectly
employed by any of them or for whose acts any of therr� r�raay be liable. Such losses shaIl
inci�de settlernen�s made with the written consent and appro�a! of City. No such losses,
damages, and expenses shall be included in the Cnsi of the Wark for the purpose of
determining Contractor's fee.
f. The costafutilities, fuel, andsanitary Faciliti�s atthe Site.
g. Mir►or expenses such as telegrams, long distance telephone calls, te�epk�one and
comrnunication services at the Site, express and caurier services, and similar petty casb
items in conneetion with the Work.
CITYOFFORT WOATH
STANDARDCONSTRUCTION SPECIFICATION DOCLJMENTS
�tevisien: 823/DD21
00 �z oo - �
GENERALCQNdI71pN5
Page 43 of b3
h. The costs of pramiums %r al[ bonds and insurance Contractor is required l�y the Coniract
Documents to purchase and mainta�n.
B. Costs Exciuded.• The term Cast of the Vilork shall not include any of the follo�uving items:
Payrall costs and other compensation of Cantractor's of�cers, executrves, principals (of
partnersl�ips and sole proprie%rships), general mana�rs, safety managers, engineers,
architects, estimators, attorneys, audi�ars, accountants, purchasing and contracting agents,
expedi�ers, timekeepers, clerks, and other personnel employed by Contractor, whether at the
Site or in Contractor's principal or branch ofFce fax general administration of the Wark and
not speci%calIy included in thE agreed upon schedule of job classifi�ations referred to in
Paragraph 11.O1.A.1 or specificaIly covered by Paragraph 11.O1.A.4, all of which are to be
considered administrative costs cavered by the Contractor's fee.
2. E�enses of Coniractor's principal and branch offices ather than Contractor's of�c� at the
Sita.
3. Any part of Contractor's capita.l ea�penses, including interest on Coniractor's capital
employed for the Work and charges against Contractar for delinquent payments.
�. Costs due to the neg6gence af Cantractor, any �ubcontractor, or anyone directly or indirectly
er�ployed by any of them or for whose acts any of them nnay be Iia.ble, i�cluding but not
limit�d tn, the correction of defective Wark, disposal of m.aterials or equipment wrongly
supplied, and z�aalcirag good any damage to property.
5. Other overhead or general expense costs of az�y kind.
C. Cantracto�'s Fee: Wh�n all t�e Work is performed on the basis of cQst-plus, Contractor's fee
shall be datertnined as set forth in the Agree�nent. Wh�n the value of any Work covered by a
Changa Order fior an adjustment in Con�ract Price is determir�ed on the basis of Cost of the
Work, Contractor's fee shall be deiermined as set forth in Paragraph 12.41.C.
D. Dacumentation: 'Whenever the Cost of the Work far a�y purpose is to be determined pursuant ta
Paragraphs 11.O1.A and 11 A1.B, Contractor will establish and maintam records thereof in
accordance with generally accepted accaunting practices and submit m a forrn acceptabls to City
an itemized cost breakdown together with supporting data.
11.Q2 Allowances
A. Specafied Allowance: It is understood that Contractor has included in the Contract Price all
allowances so named in the Contract Documents and shall caase the Work so covered to be
perfarmed for such sums and by such persons or entities as may be acceptable to City.
B. Pre-bidAllowa�es:
1. Contractor a�ees that:
C1TY OF FORT WOR'IT�i
STANDARDCONSTRUCTI03V SPECIP[C�ITION DqCUMENTS
Ttevision: 8231�1
ao�zoa-i
GENERAL CAiJqI710N 5
Page 44 oP 63
a. the pre-bid al�owances incl�de the cast �a Contractor of materials and �quipment reguired
by the al�owances to t�e deli�ered at the Site, and all applicable tax�s; and
b. Contractor's costs �'or ur�oading and handli�g on the Site, labor, u�stallation, overhead,
profit, and other expense� cantemplated for the pre-bid allowances ha�e been incIuded in
the allawances, and no demand far addi�ianal payment on account of any of the
foregomg wili be valid.
C. CantangencyAlla�rance: Contractor agrees that a contingency allowance, if any, i� fQr the sole use
of City.
D. Priar ko final payment, an appropriat� Change Order will be issued to reflect actual amounts due
Contractor on account of Wark co�ered by allowances, and the Contract Price shall be
correspondingly adjusted.
11 A3 Unit Price Work
A. Where the Con�ract Documents provide that all or part of' the �ork is to be LTnit Price Work,
initially the Contract Price will be deemed to i�clude for all Unit Price Work an amount equal to
the sum of the unit price for each separately identified item of Unit Price Work tunes tile estimated
quantity of each item as ir�dicated in the Agre�ment.
B, The estimated quarttities of items of Unit Price Wor�c are not guaranteed and are solely %r the
pur�ose of coxnparison of Bids and deterrnining an initial Contract Prica. Determinations of the
actual quantities and classificaiions of Unit Priee Work performed by Contractor will be made by
Ciry subjeet to th� pro�isions of Paragaph 9.Q5.
C. Each unit pcice will be deemed to include an amount considered by Contractor to be adequate to
cover Contractor's or+erhead and profi� for each separately identified ite�n. Work described in the
Contract Documents, or reasonably �ferred as required for a functionally comple#e installation,
but nat identified in the listing of unit price items shall be considered incidental to unit price work
listed and the cost of �cidental work included as part of the un� priee.
D. City may make an adjustment in the Contract Pricc �n accordance with Paragraph 12.01 if:
1, t.he quant�ty of any item of Uni� Price Work performed by Contractor differs materiaily and
significantly from the estimated quantity of such item iridicated in the Agreement; and
2. thare is no carrespond�g adjustment with respect tQ any other i�em of Wor1�.
E. IncYeased o� Decr�ea,sed Quantities: The City reserves the right to order E�tra Work in
accordance with Paragraph 10.01.
1. If the changes in. quantities or the alterations c�o not signifeantly change the character of
work under the Contract Documents, the a[tered work will be paid for at the Con�ract unit
price.
CTI'Y OF FORT WORTN
STANDARDCONSTRUCTfaN SPECIFICATiON DOCIFMENTS
Revision: 82'�f1021
00 �2 oa - i
GENERALOON�ITIONS
Page 45 of 63
2. If the changes i� quantities or alterations signiixcantly change the eharacter af work, the
Contcact will be arnended by a Change 4rciex.
3. If no uni� 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 af work far any Item as altered differs materially in kind or nature from that
in the Contract or
b. a Major Item afwork varies by more than 25% fram the original Contract quantity.
5. When the quantity of work to be dane ander any Major Item of the Gontract is more than
�25°/fl of the original quantity stated in the Co�ntract, then either party to tbe Canixact may
xequest an adjustrnent to the unit price on the portion of ihe work that is aboue 125%.
6. When tha quantity of work to be da�e under any Major Item of the Contract is less than 75%
of the flriginal quantiry stated in the Contract, then either party to the Contract may request
an adjustment to the uriit price.
11.04 Plans Qua�atity Measurerr�ent
A, Plans quantities nnay or may not rapresent�he eaLact quantity of work pe�ormed or material moved,
handled, or p�aced during the execution o:F the Contract. The estimated bid quantities are
designated as final payment quanti�ie�, unless revised by the go�ernit�g Section or this Article.
B. If the quantiiy measured as outlined under "Pric� and Payment Pcocedures" vari0s by more than
25% (or as stipul�ted under "Price an� Payment Pracedures" for spec�'ic Items) from the tota.l
estimated quanti�ty for an individual Item originally shown in the Contract Docwxaents, an
adjustment �may be made to the quantity of authori�ed r�vork done for payment purposes. The party
to the Contract requesting the adjustr�aent will pro�ide field measurement� and calcuJations
sk�owing the final quantiiy for which payment will be made. Payment far revised quantity wi11 be
made at the unit price bid for that Item, except as pro�ided for in A�ticle 10.
C. When quanfiities are revised by a change in design approved by the City, by Change Order, ar to
correctanerrar, or to correctanerror on the plans, the p�ans quantity will be ir�creasedardecreased
by the amount involved in th� change, and the 25°10 variance v,�ill appIy to the new plans quantity.
D. If the total Contract quantity multiplied by the unit price bid for an i�dividual Item is Zess than
$250 and the Item is not originally a plans quantity Item, tken the Item. may be paid as a plans
quantity Item if the Crty and Coniractor agree in vvriting to fi� tk�e iuial quantity as a pla.ns quantiity.
CITY OF FORT WORTH
S7'ANDARDCDNSTRUCTION SPECIFICATION DOCLJMENTS
Revisivn: 8r231�(12l
ofl�zoo-i
GENERAL CON�ITIOFE 5
Fage 46 of fi3
E, For cal�out work or non-site specif'ic Cos�tracts, the plans quantity measurement requirements are
not app�icable.
ARTICLE 1� — CHANGE OF CONTRACT PRICE; CAANGE OF CONTRACT TTME
12.01 Change ofCont�actPrice
A. The Contract Price may anly be cllanged by a Change Order.
B. The valu� of any Work co�ered by a Change Order will be determined as fallows:
where the Work involved is covered hy uriit �rices eontained in the Contract Dacuments, by
application of such unrt prices to t�e qUantities ofthe items inv�lved (subject to the provisions
of Paragraph 1I.03); or
2. where the Wark i�volveci is not covered by unit prices contained in the Contract Docurnents,
by a muivally agreeci [ump sum or unit price (which may include an allowance for overhead
and profit not necessarily in accordance wrth Paragraph 12.OI.C.2), and shall include the cost
of any secondary nrrpacts tk�at are fareseeable at the titT�e of pricing the cast of Extra Work;.
or
3. where the �V'ork invo�ved is not covered by unrt prices contamed in the Contract Documents
and agreament to a lurnp swn or un� pr�ce is not reachedunder Paragraph 12.O1.B.2, on the
basis of the Cost of the Work {determined as pro�ided in Paragraph 11.01) plus a Contractor's
fee for a�erhead and prof�t (determ�iu�ed as provided in Paragraph 12A1.C).
C, Contt�actor's Fee: The Cantractor's additional fee for overhead and profit shall be deternvned as
follows:
1. a mutually acceptable fixed fee; ar
2. if a Fixed fae is not agreed npon, then a fee based on the foliowing perc.entages of the various
po�tians of the Cost of the Wark:
a. for cost� incurred under Paragaphs 11.O1.A.1, 11.01.A.2. and ll.Ql.A.3, the
Contractor's additiona[ fee shall be IS percent exeept for:
1) rental fees for Contractor's own equipment using stanc�ard rental rates;
2} bonds and ir�surance;
b. for costs incurred under Paragraph 11.01.A.4 and 11.O1.A.5, the Contractor's fee shall be
ftve percent (5%);
1) where one or more tiers of subcon#racts are on the basis a� Cost ai the Work plus a
fee and no %ed f�e is agreed upan, the intent of Paragrapk�s 12.O1.C.2.a and
12.Q1.C.2.b is th�.t the 5ubcontractar who actually performs the Wark, at whatever
CTTY OF FORT WOftTH
STANDAADCONSTAIfC'f10N SPECLFTCA'I'!ON DOCLIMENTS
Tie+rision: 823/2Q2!
ao �z ao - �
GENERAL OOND ITION S
Page 47 af 63
tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under
Paragraphs 11.41.A.I and 11.O1.A.2 and that any higher tier Subcontractor and
Contractor will each be paid a%e af frve percent {5%) oi the anr�ount paid to the next
lower tier Subcontractar, however in no case shall the cUmu�ative total of fees paid be
in excess of 2S%;
c. no fee shall b� payable fln the basis of costs itemi�ed under Paragraphs 11.O1.A.6, and
11.OI.B;
d. the amount of credit ta be allowed by Coatractor to City far any change which re�ul�s in
a net decrease m cost wiv be rlie amount of ihe actual net decrease in cost plus a deduction
in Contractor's fee by an amount equal to five percent (S%) of such net decrease.
12A2 Change of �ontract Time
A. The Contract Tirne may only be changed by a Change Order.
B. No extEnsian of the Contract Time vvill be allawed far Extra Work ar far claimed delay unless the
Extra Work contempla�ed or claimed delay is shown io be Qn the critical path of the Project
5chedule or Contractor can show by Critical Path Niethod analysis how the Extra Work or claimed
delay adversely affects the errtical patn.
12.03 Delays
A. Where Contractor is reasonabiy dela�ed in the pe�rformance or completian of any part of the
Wark within the Con�ract Tirr►e du� to delay beyond the control of Contractor, the Contract Trme
may be extended in an amount equal to the time last due to su�h de�ay � a Contraci Claim is made
therefor. Delays beyond the cantrol of Contractar shall incIude, but not be limited to, acts or
negZect by City, acts or neglect of utility owners or other con.tractors perForrnu�g other wark as
contemplated by Article 7, £'�res, floods, epidemics, abnormal weather conditions, or acts of God.
Such an adjustment shall be Contractor's sole and exclusive remedy far the delays described in
th�s Paragraph.
B. If Contractar is delayed, City shall nat be liable to Contractor for any clairns, costs, losses, or
damages {including but not limi�ed to all fees and charges of en�gineers, architect�, attorneys, and
other professionals and all cou�t or arbitration or other dispute resolution costs) sustarned by
Contractar on ar in conriectian with any other project ar anticipated project.
C. Contractor shall not be entitled to an adjustment in Cantract Price or Contract Time for de�ays
within the controI of Contractor. Delays attributable to and witivn the control of a Subcontz�acior
or Supplier shall be deemed to be delays within the control of Cantractar.
D. The Con�ractor sha11 receive no compensation %r delays or hindrances to the Wark, exceptwhen
direct and unavoida6le extra cost to the Contractor is caused by the failure o£ the City to �ravide
information ar material, �' any, which is to be furnished by the City. �
CITY pF FORT WORTH
STANDARDCONSTAUCTION SPEGIFCCATIdN DOCUM@NT5
Revisi on: 82'j/1D21
007200-1
GENEF2AL CANa1TI0N 5
Page 48 of 63
ARTICLE 13 — TESTS AND INSPECTiONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
1.3.01 1Votiee of Defects
Notice of all defective Work of whzch Ciky has actual icnowledge will be given to Contractor.
Defecti`+e Work �x►ay be tejected, corrected, or accepted as provided in this Article 13.
13.02 Acce.ss ta Work
Ciry, irxdependent testing laboratories, and governmental agencies with jurisdictional in#erests will
ha�e access to t�e Site and the Wark at reasonab2e times for their observatian, mspection, and testing.
Contractor shall provide them proper and sa�'e conditions for such access and advise them of
Contractor's safety procedures and programs so that they may comgly th�rewith as applicable.
13.U3 �'ests and Inspections
A. Con�ractnr shall give City tune�y notice oi readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and tesiing personnel to facilitate requ�ed
inspections or tes#s.
B. If Contract Docurnents, Laws or Re�u�ations o� a�y public body havirig jurisdiction require any
af #he VVork (or part therea�} ta be inspect�d, tested, or appra�ed, Contractor sha�l assurne full
responsbi�rty for arranging and abtaining such independent �nspections, tests, retests or approvals,
pay all costs irx �onr�ection iherewith, and furnish City the required certificates of inspection or
appro�val; excepting, however, those fees specifically identified 'm the Supplementary Conditiflns
or any Te�s Department of Licensure and Regulation (TDLR) inspectians, which shaIl be paid as
descr�bed iri the Supplementary Conditions.
C. C�n�ractor shalI be xesponsible �or arranging and obtai�ing and shall pay all costs in connection
with any mspections, tests, re-tests, or approvals requ�ed %r City's acceptance of materials or
equipment to be uicorporateci in the Work; or acceptance of naateria�s, m� designs, or eyuipment
submitted for appraval prior to Contractar's purchase thereof for incorporation in the Work.
Such inspections, tests, re-tests, or appra�als shall be per%rmed by organizations accepta.ble tv
City.
D. City may arrange for the services of an independent testing Iaboratory (`°I'esting Lab'') to
perform any i�spections ar tests ("'Tes#ing") for any part of ihe Work, as deterrnined solely by
City.
1. City vtrill coordinate such Testing to the extent possible, with Cantractor;
2. ShouZd any Testing under this Section 13.03 D result in a"fail", "did not pass" or other
similar negative resu�t, the Gontractor shall be responsble for paying for any and aII retests.
Contractor's cancelIation. without cause of City initiated Testirig shall be deemed a negative
result and require a retest.
CITYO�'FORT WQATfI
STANI?ARDCON15TRUCTION SPECIEICATIQN DOCUMENT3
Revision: 8rL?o2021
oo�2aa-i
GENERAL CONO IT ION 5
I'age 49 of 63
3. Any amour►ts owed for any retest �aizder this SectiQn 13.Q3 D shalf be paid directly to the
Testing Lab by Con�ractor. City will farward all invoices for retests to Conbractor.
4. If Contractar fails to pay th� Testing Lab, City will not issue Firial 1'ayment until the Testing
Lab is paid.
E. If any Work (or the vvork �f others) that is to be inspected, tested, or approved is covered by
Contractor without written cancurrence of City, Cor�tractor shall, if r�quested by City, uncover
such Worlc for observation.
F. Unco�vering Wark as provided in Paragraph 13.03.E shall ba at Contractor's expense.
G. Contractor shall have the right to make a Cantract Claicn regarding any retest or mvoice issued
under Section 13.03 D.
13.04 Uncovering Yi�ork
A. If any Work is co�ered contrary ta thc Coniract Documents or speciiic inst�ctions by the City, it
must, ii requested by CiLy, be Uncovered for City's observation and replaced at Contractor's
expense.
B. If City considers it necessary or ad�isable that covered Work be obser�ed by City or �nspected or
tested by others, Contractor, at City's request, shall uncover, e�pase, or otherwise cnake availabte
for observation, inspection, ar testing as City may require, that partion of the Wark in question,
furnishing all nec�ssary labor, rnaterial, and equipznent.
1, If it is found that the uncovered Work is defective, Contractor shalI pay aIl claims, costs,
lasses, and damag�s (including but not lirnited to all fees and charges of engineers, architects,
attarneys, and other professionals and all court or ather dispute resolution casts} arising out of
or relating to such uncovering, exposure, absetvation, inspection, an.d testing, and of
satisfactory replacement or reconstr�action (ir�cluding but r►ot l'nnited to all cosis of repair or
r�placement of work of othars); or City shall be entitle�l to acceptde�ective Work in accordance
with Paragraph 13.08 in which case Contractor shall sti� be responsible for all costs assaciated
with exposing, observing, and testing the defective Wark.
2. If tne uncavered Work is not found to be defectrve, Contractor shall be allawed an increase
in the Contract Price or an extension oFthe Cant�actTime, ar both, directly attrbutab�e to such
unco�ering, exposure, ahservation, inspection, #esting, replacement, and reconstruction.
13.05 City May S�op the Work
If the Work is defecti�e, or Cantractox fai�s to.supply suifcient skil�ed workers or suitable materials
or ec�uipnnent, or fails ta perform th.e Work i� suoh a way that the compieted Work will conform to
the Contract Docurnents, Czty may order Contractor to stop the Work, ar any po�tion t�ereof, until the
cau�e for such order has been eliminated; however, thzs right of Crty to stop the Work sha�l not give
rise to atty duty on the part of Ciry ta exercise this right for the benefit of Cantractor, any
cITY Ur E�ORT WOR'I'H
STANUARDCONSTRUCTION 3PECIAICATION DOCUMENTS
Revision: $23/1021
oa�zoo-i
GEIVERAL CAND I710N S
Pagc 50 of 63
Subcontractor, any Supplier, any other �ndi�+idaal or entity, or any surety for, or employee or agent of
any of thern.
13.06 Correction orRemoval of Defeciive Work
A. PromptIy aft�rreeeipt af written notice, Cont�actor shall correet all defective Worl� pursuant to
an acceptable sc�edule, whether or not fabricat�;d, insta.11ed, or completed, ar, if the Work has been
rejected b� City, remave it from the Prflject and replace � wiih Work that is not defective.
Contractor shall �ay all c�aims, costs, additianal testing, losses, and damages (including but not
limiteci to aIl fees and charges af engine�rs, arcl�ifects, attarneys, and other prof�ssionals and all
court or arbitration or other dispute res�lution costs) arising out of or relating to such correction
ar removal (including but not limited to a11 costs of repair or replacernent of work of others).
Fa�ure to rec�uire the removal of any defective WQrk shall not eonsti�ute acceptance of such Wark.
B. �Vhen correcting defective Wark under the terms of this Paragraph 13.06 ar Paragraph 13.07,
Contractor shall take no action that wauld void or otherwise impair City's speciaj warranty and
guarantee, i� any, on saiid Work.
13.U7 Correction PeYiod
A. If within Lwo (2) years after the date of Final Acceptance {or such longer period of time as may be
prescrbed by the ternns of any applicable speci�l guarantee requ�ed by the Contract Documents},
any Wark is fnunci to be defective, or if the repair of any damages to the land ar areas made
available for Contractor's use by City or permitted by Laws and Regulations as coniemplated in
Paragraph 6.10.A is found to be defective, Contractor sh.all promptly, without cost ta City and in
accordance with City's wriften instructions:
I. repair sueh defective land ar areas; or
2. correct suchdefective Work; ar
i£ the defective Work has been re�ected by City, remove it frorr� the Projec# and replace it
wi�h Work that is not defective, and
4. satisfactor�y correct or repair or remove and replace arsy darnage to other Work, to the work
of others ar other la.nd or areas resuiting therefrorn.
B. If Contractor does not prornptly comply with the terms of City's writtsn instructions, or in an
emerg�ncy where delay would cause serious risk of loss or da�nage, City ma.y have the defective
Work corrected or repaired or may have t�e rejected Work removed and repfaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, aitarneys, and other professiana�s and a11 court or other dispute resolution costs) ar�sing
out of or relating to such correction ar repair or such removal and replacement (including but not
lunited to all costs of reparc or repl�cem.e�zt of work of others} will be paid by Cont�actor.
CITYOF FORT WQRTH
STAIVDARDC�IVSTRifCTIOiV SPBC]FICATION DOCUME3V'I'S
Aevision: &232D21
0472Q0-1
GENERAL CONnI710N 5
Page 51 of 63
G In speeial circumstances wher� a particu�ar item of equipment is p�aced in continuous s�rvice
before Final Acceptance of alI the Wark, the correction period for that item may stairt to run fram
an �arlier date if so provided in the Contract Documents.
D. Where defecti�e �1Vork (a�d damage to other Wark resuIting therefrom) has been corrected ar
removed and replaced under this Paragraph 13.07, �h� correction period hereunder with respect
to such Work may be required to be extended for an additionaI period of one year aflter the end of
the initi�l carrection perioa. City shall provide 30 days written notice to Contractor should such
addi�ional warranty coverage be req�ired. Contractor may drspute this requiremeni b� filing a
Contract Claim, pursuant ta Paragraph 10.06.
E. Cantractor's obligations under this Paragraph 13.07 are in addrtian to any other obligatian or
warranty. The provisions of this Paragraph 13.47 shall not be construed as a subs�itute for, or a
waiver of, the provisians af any applicable statute af limitation or r�pose.
13.0$ Acceptance ofDefective T�'aYk
If, instead of requiring correction ar remo�al and replacement of defective Work, City prefers to
accept it, City may do sa. Contractor shall pay al� claims, costs, losses, and damages {including but
not linnited tn all fees ana charges of eng,ineers, architects, attorneys, and other professionals and aIl
caurt or other dispute resolution costs} aitributable to City's evaluation of and determination to accept
such defective Work and for the difninished value of the Work to the extent not oth�rwise paid by
Cantractor, If any such acceptance occurs prior to Final Acceptance, a Change Order wi�l be issued
incorporating the necessary revisions in the Con�act Documents with respect ta the Work, and Gity
shall be entitled to an appropriate decrease in the Contract Price, reflecting the daninished value of
Work so accepted.
13.09 CII,� MC�}J COYYBCtDGfGCtiVB WOYI�
A. If Cont�actor fai[s within �. reasonable time after written notice from Cit}� to correct defectNe
V�ork, ar to remo�� and replace re�ected Work as required by Ciry in aceordance with Paragraph
13.06.A, ar if Conlractor fails to perfarm the Work in accardance with the Contract Documents,
ar if Contractor fails �o comply �rith any other pravision of the Contract Doeurr�ents, Ciry may,
after seven ('� days written n�tice to Contractor, correct, ar remedy any such defieiency.
B. In exercising the rights and rern.edies under �his Paragraph 13.Q9, Ciry shall proceed
expeditiously. In connection witl� such corrective or remedial action, Ci�y may exclude Cor��ractor
from aIl or part of t1�e Site, take possession of all or part of the Woxk and suspend Con#ractor's
services rela.ted thereta, and 'mcorporate in the Wark aIl materials and equipment incorporated in
the Work, stored at the Site or for rvhich City has paid Contractor 6ut which are stored elsewhere.
Contractor shall allow Ci�y, City's representatives, agents, consul�ants, emp�oyees, and City's
other contractors, access to the Site to enable City to exercise th� rights and remedies under this
Paragraph.
C. All clauns, costs, losses, and damages (including but not lirnited to all �ees and charges of
engineers, architects, attorneys, and other professionals and atl court or other daspute resoluiion
CTTY QF FORT WORTH
57'A1VDAftDCDNSTRUCTIOH SPECIF]CATION DOCUMEIV'['S
Revision: B2'i�021
Ofl72D0-1
GENERAIGONDfTION 5
Page 52 of 63
cosis} uacurred or sustained by City in exercising the rights and rerr�edies under t�is Paragraph
13.09 will be charged against Contraetor, and a Change Qrder will be issued incorporating the
necessaryrevisions in the Confract Documents with respect to t4�e Work; and City shal� be entitled
to an appropriate deorease in the Cantract Price.
D. Contractor shall no#
� performance of the
Paragraph 13.09.
be allowed an e�tension of the Contract Time because of any delay in the
Wark attributable to the exercise of City's righks and remedies under this
AR,TICLE 14 — PAYMENT� TO CONTRACTOR AND COMPLETION
I4.01 Schedule af Yalues
The Schedule of Values for lunnp sum contracts esta.blished as provided in Paragraph 2.07 will serve
as the basis for progress payments anci will be incorporated into a form of Application for Paymen�.
acceptable to Ciry. Progress payinents on account oFUnit Price Wark wi� be based an the number of
ur►iis com�lefied.
14.02 P�ogr�ess Payments
A. Appdicationsf�rPayrrrents:
4.
�
1. Contractor is responsible for pra�viding all infc�rmation as required to become a venc�or oithe
City.
2, At least 20 days befare iha date established in the General Requirements for each pragress
payment, Conixactor shal[ subtnit to City for review an Application for Payment filled out and
sig�ed by Cflntractor covering the Work completed as of the date of the Application and
accompanied by such supporticag docurnentation as is required by the Contract Documents.
3. If payment �s requested on the basis of materials and equipment not mcorporated in the Work
but delivereci and suitably stored at the Site or at anoiher location agre�d to in wciting, the
Application for Payment shall also be aeeompanied by a bill of sale, invoice, or other
documentatio�n warranting t�at City has recaived the rr►aterials and equi�ment free and clear of
all Liens and e�idence that the rnaterial� and equipment are covered by appropriate insurance
ar other arrangements to proteei City's interest therein, all of which must be satisfactory to
CiLy.
Beginning with the seconci Application forPayment, each Appl�catian shall include an aiiidavit
af Contractar statir�g that previous progress payinent� received on account of the Work ha�+e
been applied on aceount to discharge Contractor's Iegititnate obligations associated with prior
Applications for Payment.
The amaunt of retainage wi#h resgect to progress paymants will he as described in
subsection C. unless otherwise stipulated in the Contract Documents.
CITY OF FOAT WQRTH
STANBARDCOiSfSTRUCTI01� SPECIFICATfON DOCUMENTS
Revision: 8r13/�7LI
ao �z oo - �
GENERALCON�ITIDNS
Page 53 offi3
B, Reviewaf�4pplieations;
1. Ciry wi1l, af�er receipt of' each AppIication for Payment, aither indicate in wrii-ing a
recotnmendation of paymeni or refiurn the Application to Contractor undicating reasons for
refusing �ayment. In the latter cas�, Contractor may make the necessary corrections anci
re�ubmif the Appl�cation.
2. City's processing of any payment requested in an Application for Payment will be based on
City's observations of the executedWork, and on City's review ofthe Application forPayment
and the accompanying data and schedules, ihat to the best of City's knawlec�ge:
a. the Work has progressed to the point indicated;
b, the quality of tI�e Work is gen�rally � accordance with the Contract Documents (subjeci
to an evalu�.tion af the Work as a functiorung whoIe prior to or upon Fu�al Aceeptance, the
results of any subsequent tests called for in the Cont�act Documents, a final determination
of quantities ar►d classifications for Work perforrr�ed und�r Paragraph 9.05, and any other
quali#icatians stated 'u� the recommandation).
3. Pracessing any such payrriant wi� nai thereby be deemed ta have represented that:
a. inspections made to checkthe quality or the quaniity of t�e Wark as it has beenperformed
have been exkaaustive, e�tended to every aspect of the Wark in progress, ar in�+olved
detailed inspections af the Work beyond th� responsbilities specifica�iy assigned to Czty
in the Contract Documents; or
b. there may not be otb.er matters or issues between the parties that might entitle Contractor
to be paid additional�y by City or entitle City ta withhold payznent ta Contractor; or
c. Contractor has complied with Laws and Regu�ations applicable to Contractor's performance
of the Work.
4. City may refuse to process the whole or any part of any payrrient because of subsequently
discovered evidance or the results of subsequent inspections or tests, and revise or revol�e
any sueh payment previously mac�e, to such extent as may be necessary to protect City from
�oss because:
a. the Work is defective or comp�eted Work has been damagad by tlie Contractor or
subcontractor� requiring carrection or replacement;
b. discrepancies in quantities contained in previous applications for payment;
c. tk�e Contract Price has been reduced by Change Orders;
d, Ci�y has been required to correct defective Wark or carr�plete Work in accardance with
P ara graph 13.04; or
CIT Y OF FpRT WdRTi-I
5TANDAAbCa1�5TRUCTION 3PECIFICATION DOCUMBNTS
Rev.ision: 8�13/�D21
oa��oo-i
GENERALCANDI7IQN S
Page 5,4 of 63
e. Ciiy has actual knowledge of the occurrence of atay of the events enarnerated iun
Paragraph 15.02.A.
C. Retainage:
1. For contracts less than $400,i�0 at the time of execution, retainage shall be ten percent
{ � 0%).
2. For contracts greater than $400,000 at the time of` executian, retainage sha�[ be f�ve percent
(5%).
D. Liquidated Damages. For each calendar day that any work s�all remain uncompleted after the
time specified in the Contract Documents, the sum per day speca�fied in the Agreernent will be
assessed against the monies due the Contractor, not as a panalty, but as darnages suffered by the
City.
E. Paymeni: Contractor will be paid pue�uant to the requirements of thus Ar�icle 14 and payment
will beconne due � accordance with the Contract Dacuments.
F. Reduction in Payment.�
1. City may r�fuse to make paynnent af the amount requested because:
a. Liens have 6een filed in connection with the Work, exceptwhere Conteactor has delivered
a specif`ic bond satisfactory to Ciry to secure the sa�isiaction and discharge of such Liens;
b. there are other items enti�l'uzg City tn a set-off against tkxe amount recornmended; or
c. City �as acteaal knowledge of the occurrence of any of the events enumerated in
Paragraphs 14.02.B.4.a tI�rough 14.02.B.4.e or Paragraph 15.02.A.
2. If City refuses to make payment of the amount requested, City will give Contraetor written
notice stating th� reasons for such actian and pay Contractor any amount r�maining after
deduction of t�ae amoWnt so withheld. City shall pay Contractor the ama�riit so withheld, or any
adjustment thereto agireed to by City and Contractor, wher� Cantractor ren�edies the reasor�
for such actian.
1�.03 Corat�aetor's Warranty af Title
Cantractor warrants ar�d guarantees t�at title io aIl Wark, nnaterials, and equipment covered by any
Application for Payment, whether incorparated in the Pro3ect or not, will pass to City no Later than the
time of payment free and clear of all Liens.
C1TY OF FORT WQI�TH
STANUARDCOAfSiRUCTION SPECIFICATI4N DOCUMENTS
Revision: 8�232021
oo�zna-i
G�NERAL OON� ITION S
Page 55 0€63
14.04 Pa�t�al Utilizataon
A. Prior to Final Acceptance of all the Wark, City rnay use ar occupy any part of the Work which
has specifically been identifed in the Contraet Documents, ar wluch City determines constitutes
a separately fvnctionir�g and usabl� part of the Work that can be used for i�s intended purpose
without significant interference with Contractor's performance ofthe remainder of the Work. City
at any tirne may natify Contractor iri writing to p�rmit City ta use or occupy any such part af the
Work which City d�termmes ta be ready for its intended use, sUbjeci to the following conditions:
i. 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 I4.OS.A.1, Cit� and
Cantractor shaD make an inspection of that part of the Work to d�termine its sta.tus of
completion. If City does not consider that part oi the Work �o be substantially complete, City
will notify Contractor in writing grving ih� reasons therefor.
3. Partial Utilization will not eonstitute Final Acceptanee by Ciry.
14.�5 Finallnspectaon
A. Upon written notice from Cantractar that the entire Work is S u b s t a n t i a l Ly Complete in
accardance with the Cnntract Documents:
1. Within 10 days, City wiU schedule a Final Inspectior� with Contractor.
2. Ciry wilI notify Contractor in writing of all paz�ticuIars in vvhich this inspection reveals that
the Work is incomplat.� ar defective ("Punch List Items"). �Qntractor shall imrr�ediately take
such measures a5 are necessary to coznplete such Work or remedy such deficiencies.
B. Na tinle charge will be made against the Contractor betvveen said date of notificatian to the Ciry
of Substantial Completian and the date of Final Inspectian.
Should the City determine that the Work is not ready for Final Inspection, Ciry will notify the
Contractor in writirtg of the reasans and Contract Time will resuzne.
2.. Shauld the City concur that Substantial Completion has been achieved with the exceptio�► of
any Punch List Items, Cantract Tune will resiune for the duration it takes �ar C�ntractor to
achieve Final Acceptance.
14.06 Final Acceptance
Upon completion by Contraetor to City's satisfactian, of any additional Work identifiad in the Final
Insp�ction, City will issue to Cantraetor a letter of Final Acceptance.
CITYOFFORT WORTH
STANDARDCONSTRUCi']4N SPEC[FICATION DqCUNIENTS
RevEsion: $r231Z021
oo�aoo-�
GENERALCDNDlTION 5
Page Sbo£63
14.07 Ftnal Payment
A. ApplicationforPayment.•
1. Upan Final Acceptanc�, and in the ap�►ion of Ciry, Contractor naay make an application for
�'inal payment follow�ng the procedure for progress payments in� accordance with the
Contract Doc�.unents.
2, The �'inal Appl�cation for Payment shall t�e accompanied (except as previously delivered) by:
a. all documentation Ga�ed for in the Contract Documents, including but not luxuted to the
evidence of insurance reqixired by Paragraph S.a3;
b. consent of the surety, if any, to final payment;
c. a I.ist of all pending ar released Darr�age Claims against City that Contractar believes are
ansettled; and
d, affidavits of payments and camplete and �egally effective releases or wa'n�ers
{satisfactory to City) af all Lien rigk�ts ar�sing out of or Liens filed in connection wrth the
Work.
B. PaymentBecornesDue:
1. After City's acceptance ot' the Application for Payment and accannpanying docuriaentation,
requested hy Contractor, less previous payments nnade and any sum City is entitled,
including but nat limited to liquidated damages, will b�came due and payable.
2. After all Damage G�.ims have been resolvad:
a. direct�+ by the Contiractor ar;
b. Contractor provides evidence that th� Damage C�a�m has been reported to Contractor's
insurance provider %r resolution.
3. Tha making of the final payinent by the City shall not relieve the ConCraetor of any
guarantees or other requiurements of the Contract Dacuxnents which specifically contmue
thereafter.
14.0$ Final Campletia�a Deiay�d and Prx�tial Retainage Release
A. I£ final completion of the Work is signif"�cantly deiayed, and if Ciky sa con�E"�rms, City may, u�on
receipt oiContractoc's finaj Applica�i�n for Payment, and witi�out terminating the Contraet, mal�
payment af the l�alance due for tl�at portion of the Work fully completed and accepted. If th�
remaining balance to be held by City for Work not ful�y eompleted ar correcied �s l�ss than the
retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in
Paragraph 5.02, the vvritten consent oi the surety to th� �ayment oi the balance due for that
CITY OF FORT WQRTH
STANDAKDC4N5TRUCTION SPECiFICATION DOC[]MEN`fS
Revision: 8�1312D21
007200-I
GENERAL CQNOITION 5
Page 57 oF 63
portian of the Work fully cornpleted and a.ccepted shall be subrnitted by Contractar ta City with
the Application far such payrrient. Such payrnent shall be made under the terms and conditions
governing final payment, except that it shall not constitute a waiver ni Cantraci Claitns.
B, Partial RetaanageRelease. For a Cantract �hat provides for a separate vegetati�e establishment
and maintenance, and iest and performance periods fol�owing the cornpletian of all ot�er
construction in tk�.e Contract DocUments far au Work �ocations, the Ciry may release a portion of
the arnour3t retained provided that alI other wark is completed as determined by the City. Before
the release, all submittaLs and final c�uantities rnust be completed and accepted for all other work.
An amount sufficient to ensure Contract compliance wi� be retained.
14.09 Waiver of Claims
The acceptance of final paynnent will constitute a release of the Ciry from all cIauns or liabilit ie s
under the Cont�act for anytk�ung done ar furr►�shed or rela.ting to the work under the Contract
Documents or any act or neglect of City rel�ated to or cannected with the Contract.
ARTICLE 15 — SUSPENSION �F WORK AND TERNiINATION
15.01 CityMay Suspend �ot�k
A. At any time an.d without cause, Giry may suspend the Work or any portion thereof 6y written
notice to Contractar and which may fix the date on which Wark will be resumed. Contractor shall
resume the Work on the date so f�ed. During temporary suspension of the 'Ivork covered by these
Contract Documents, for any reason, the City will make no extra payment for stand-by time af
construction equ�pment and/or construction crews.
B, Should the Con�ractor not be able to complete a portion of the I�roject due to causes beynnd the
control of and without the fault or ne�ligence of the Gantractor, and should it be deteimined by
mutual consent of the Contxactor and City tkaat a solutipn to allow construction to proceed is not
available within a reasanable period of tizne, Contractor rnay rec�uest an extension in Contract
Time, diurectly attributable to any such suspension.
C. If it should become necessary to suspend th� Work for an ittdefinite period, ihe Gontractor shall
store all materials in such a manner that the� will not abstruct or impede the public unnecessarily
nor becorne damaged in any way, and he shall take e�ery preca�tion to peevent damage or
deterioration of tlze wark performed; he shall provide suitable drainage abaut the work, and erect
temporary struetures where necessary.
D. Contraetor may be reimbursed for the cost of ma�ing his equipment off the jab and returning t�e
necessary equipmeant to the jab when it is determined by the Ci�ty that construction rnay be
resurnad. Such reunbursement snall be based on actual cast ta the Contractor of moving the
equipment and no prnfrt will be allowed. Reimbursement may not be allowed �f the equipment is
maved to another construction project %r the City.
CITY QF ]�ORT WDRTH
STANDARDCONSTRUCTION SPECIF[CAT10N DpCUI1�[ENTS
Revision: 8�13/1Q21
00�2oo-i
GENERAL CONplTION 5
Pags 58 of 63
15.02 Ctty May Terminate for Cause
A. The accurrence ofany one or �nore of the fo�lowing events by way of example, but not of lirnitatian,
ma.y justify termination for cause:
Contractar's persistent failure to perform the Work in accordance with the Contract Documents
(includir�g, but not limited to, failure to supply sufficient skilled workers or suitab2e rnateri�ls
or equipment, failure to adhere �o the Projeot Schedule established under Paragraph 2.07 as
adjusted fro�n time to time pursuant to Paragra�h 6.04, or failure to adhere to the City's
Business Diversi�ty Enterprise Ordin.ance #20020-12-2011established under Paragraph
6,06.D);
2. Contractar's disregard of Laws or Regulatians of any public body having jucisdictian;
3. Contractor's repeated disregard of the authority of City; or
4. Cantractor's violation irm any substantial way of any provisians of the Contract Documents;
or
S. Contractor's failure to pramptly make good any defect in materials or workmanship, nr
defecfis of any nature, the correction af which has been directerl in writing by tl�e City; or
6. Substantial 'mdication that tkze Cantractor has made an unauthorized assignrnent of the
Contract or any fimds due therefrozaa far the beneiit of any creditar or for any okher purpos�;
or
7. Substantial evidence that the Contractor has become insolvent or batal�upt, or otherwise
financially unable to carry on the Work sat�sfactorily; or
$. Cantractor comn�ences legal action in a court af competent jurisdietion against the City.
B. If one ar more af the event� ider�tified in Paragraph 15.02A. occur, City will pravi�e �ritten noiice
to Contractor and Surety to arrange a conferenee 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 notic�.
1. If the Ciity, the Contractor, and the Surety c�o not agree io allow the Contxactor to proceed to
petf'orm the co�astruction Contract, the City may, to the e�ent permitted by Laws and
Regulations, declare a Contractor default and formally terminate the Contractor's right to
comptete the Contract. Contraetor defauit shall not be declared earlier than 20 days after the
Contractar and Sur�ry have recerved notice of conference to address Contiraetor's failure to
per�'orm the Work. .
2. If Cantractor's services are termmated, Surety shall be obligated to take over and perforrn the
Work. If Surety does not commence performance thereof within 15 consecutive cal�ndar days
after date of an addit'ronal written natic� demanding Surety's performance of its
C1TY OF FORT WORTH
STANDARaCdNSTRUCTION SPECIFICATIQN DOCUMENTS
Revision: &231D�Z1
0.0720D-1
GENERALCON�ITIONS
Page 59 of 63
o�ligations, then City, without pcocess or action a� Iaw, may taka o�rer any portion of the
Work and complete it as described be�ow.
a. If City comptetes the Work, City may exclude Contractor and Surety from the si�e and
take possession of the Work, and al[ materials and equipment incorporated into the Work
stored at the Si�e ar for whick City has paid Contractar or Surety but which are stored
elsewhece, and imish the Work as City may deem expedient.
Whether City or Surety corr�pletes the Work, Contractor shall not be entitled to receive any
further payment until t�e Wark is finished. If the unpaid balance of the Contract Price exceeds
all claims, eosts, losses and darnages sustained by City arising out of or resuIti�g firom
completing tbe Woek, such excess wi1� be paid to Contractar. Zf such claims, costs, losses and
darnages exeeedsuch unpaid ba�ance, Contractor shall pay the difference ta Ciry. Such claims,
casts, losses and damages incurred by City will be incorparated in a Change �rder, provided
tk�at when ex�rcising any rights or remsdies under this Paragaph, City shall not be required to
obtain the lowest priae for the Work perfarmed.
4. Neither City, r�ar any of its respective consultants, agents, afficers, dir�eiors or employees
shall be in any way liable ar acco�antabI� to Contractar or Surety for the method i�y which the
cornpletian of t�e said Work, ar any portion tnereof, zxaay be accomplished or for the price paid
therefor.
5. Ciry, natwi�hstanding the method used in completing th� Cont�act, shall nat forfeit the right
to reco�ver damages from Cantracfior ar Surety for Contractor's failure to timely eamplete the
entiee Contract. Cantractor shall not be entitled to any claim on account of the znethod used
by City in, completing the Can.tract.
6. Maintenance of the Work shall continue to be Cantractor's and Surety's responsibilities as
provided for in the bond requirements of the Con�ract Documents or any special guarantees
provided for under the Contract Documents or any other ohligatians o�err�vise prescribed by
la�,
C. Notvvithstanaing Paragraphs 15.02.B, Contractor's services will not 6e terminated if Contractor
begms within seven days of receipt of notice af �ntent to tez�minate to correct its failur� to per%rm
and proceeds diligently to cure such failure wiihin no �more than 30 days of receipt of said no�ice.
1
D. Where Contractor's services have been �o terminated by City, the termination will not affect any
rights or remedies of City against Contractar then existing or which may thereaftee accrue. Any
retent�on or payment of moneys clue Contractor by Gity will not relea�e Contractar from liability.
E. If and to the extent that Contractor has provided a perFormance bond under the provisions of
Paragraph 5.02, the tex�mination procedures of that bond shall not supersede the provisions of this
Article.
CITY OF �ORT WQRTH
STt1NDARDCQNSTRUCTION SPECIFICATION DqCUMENTS
Revisian: SI13J2D21
007200-1
GENERALCAN�ITION S
Pzge 60 of 63
15.03 City May Terminate For Coravenience
A. City rnay, without cause and without prejudice to any other right or rennedy of City, terminate the
Contract. Any termination shall be effectedby mailmg a notice of the iermination to the Contractor
specifying the extent to which p�rformance of Work unc�er the contract is terminated, and the date
upon which such terminatian becornes effective. Receipt af the notiee shall be deemed
conclns'rve�y presum�d and establFshed when the letter is placed in the United States Posta! 5ervice
Mail by the City. FurtI�er, it shall be deemed canclusively presumed and established that such
termination is made with just cause as therein stated; and no prooi in any claim, demand or suit
shall be required of the Ciry regarding such discretionary action.
B. A�ter receipt of � notic� of termination, and except as oti�erwise directed by the Ciry, the
Contractor shall:
1. Stop work trnder the Contracton the date and to the extent specified in the notice aftermination;
2. place no futrther orders or subcontracts far materi�ls, services ar facilities except as may be
necessary for cornple�i�n of such portion of the Work under the Con�ract as is not terrni�ated;
3. tertninate all arders and subcontracts ta t�e extent that they re�ate to tlze perfarmance of the
Work terminated by notice of termination;
4. transfer trt�e to �he City and deliver in the znanner, at the times, and to the e�tent, �f any,
directed by the City:
a. the fa,bricated or unfabricated parts, Work in progress, completed Work, supplies and
other material produced as a part of, or acquired in cor�neetion wiih the performance of,
the W�rk termirnated by the notice of the termination; and
b. the compl�ted, or partially campteted plans, drawings, informatian and other property
which, if the Contract had been complefed, would have been required to be furnished to
the Ciry.
5. complete perfarmance o£ such Work as shall not have been term�ated 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 caniraot wluch is in th� possession of the
Contractor and in which the owner has or may acquire the rest.
C. At a ti�r�e nat later than 30 days after the term�natian date specified in the notice vf termination,
tl�e Contractor may submit to tl�e Gity a list, certifed as to quant�.y and quality, of any ar all items
of termination inventory not previously disposed of, exclusNe of items the dispasitian of �vhicI�
l�as been directed or authorized by City.
ciTY aF �oxr woR�rx
3TANDARUCONS7'RUCTiQN SPECiFICATIQN DQCUMENTS
Revisioo: 603/�I121
oo�2ao-i
GENERAL CONaI�IDN 5
Page 61 of 63
D. Not later than YS days thereaf�er,the City shall accept titIe to such items pro�ided, tb.at the Iist
suhmitted shall be subject to ver�ication by the City upon removal of the i�enns or, if the items are
stored, within 45 days from the date of submission of the Iist, and any r�ecessary adjiastments to
correct the list as subrnitted, sh.all be made prior to final settlement.
E. Not later than 60 days after the notice of termination, the Contractor shall submi� his termination
claim to the City in the form and wi�h the certi�icatian prescr�bed by the City. Unless an extension
is made in writing within such 60 day period by the Contractor, and granted by tk�e City, any and
all such claims shall b� conclusiwely deemed waived.
�'. In such cas�, Con�ractor shaU be paid for (without duplication af any rtems):
1. carnpleted and acceptab�e Work executed in accardance with the Contract Dacuments prior
to the e£fective date of termination, mcluding fair and reasonable sums for overk�ead and prof� on
such Work;
�2� expanses s�stained prior to the efFect'rve date of termmation iu� performing services and
furnishing Iabor, rr�aterials, or eyuipment as requited by the Cantract Documents in connectian
wi�h uncorr�pleted Wvrk, pIus fair and reasonable sums £or averhead and profrt an such expenses;
and
3. reasonable expenses directly attributable to termination.
G. In the e�ent of the failure of the Cantractor and City to agree upan the whale amount to be paid
to the Contra�tor by reason of the #ermination of th� Work, the City shall determine, an the basis
of information available to it, the amaunt, if any, due to the Contractar by reason of the termir�ation
and shall pay to the Con.tractor the amounts deterrr�ined. Contxactor shall not be paid on account
of loss o� anticipated profi�s or revenue or o#kter econamic Ioss aris�g ouC of or resulting from
such termination.
ARTICLE � 6 — DISPIITE RESOLUTIQN
16.OI Methods ctru�P�ocedures
A. Eithar City or Contractor may request mediation of any Contraet Claim submitied far a decision
under Paragraph 10.Qb before such decision becomes final and binding. The request �or mediation
shall be submitted to the othar �arty to the Contraet. Timely submission af the request shall stay
the effect of Paragraph 10.06.E.
B. Ciry and Cantractor shall participate in the mediation process � gaod faith. The prncess shalI be
comrnenced with�n {0 days of iiling of the request.
C. Ifthe Contract Clairn is not resolved by rned�ation, City's aetion �u�der Paragrapn 1p.06.0 or a
denial pursuant to Paragraphs lO.Ob.C.3 ar 10.06.D shall become frnal and binding 30 cfays after
ternnination of the mediation unless, v,rrthin that time pariod, Ciry ar Cantcactor:
CITX QF FQRT WORTH
S'fAN�ARDCOriSTRIlCTION SPECIPICAT[Oh DOCi7MENTS
Revision: $r2�l21121
oo�zoo-i
GENERAL CANRITION 5
Page 62 of 63
l. elects ir� writing ta invoke any other dispute resolution pracess provided far in the
Supplementary Conditions; or
2. agrees with the ather party to submit the Contract Claim to anather dispute r�solution
process; or
3. gives writ#en notice to the other party of the intent to submrt the Contract C�aim to a court of
competent jurisdiction.
ARTICLE 1'� -- MTSCELL,ANEOUS
17.01 GiviragNotice
A. Whenever any provision of the Contract Documents requires the giving of wri�tten notice, it will
be deexn.ed ta ha.ve been validly given �:
1. delivered in person to the iridi�+idual or io a member of the f�rr� or to an officer oi the
corporation for whom �t is intended; or
2. delivered at ar sent by registered or certi�fed mail, postage prepaid, to #he last business
address knawn to the giver of tha notice.
B. Business address changes must be pr�mptly made in writing to the other party.
C. Whenever the Cantract Docusnents speci�es giving notice by eIectranic mearns such electronic
notica shall be deemed suffci�nt upon conf'umation of recei�tby the recerving party.
17.02 Corraputation ofTrmes
When any period of time is ref�rredto in the Contract Documents by days, it will be camputed to
exclude the first and 'nnclude tk�e last day of such period. If the last day of any such period falls an a
Saturday or Sunday or on a day made a legai holiday the next Working Day shall b�come the last day
of t�e periad.
17.03 Currrulative Rernedies
The duties and obligations irnposed by these G�neral Conditions and �e r�g�ts and remedies a�ailable
laereunder to tl�e parties hereto are in addition to, and are not to be construed ini any wayas a limitation
of, any rights and remedies available ta any or all of them ve+hich are otherwise imposed or available
by Laws or Regulations, by spec�al warranty ar guaran#ee, or by other provisions of the Contaract
Documents. The prav�sions of th�s Paragraph wi11 be as effective as i£ repeated specificafly i� the
Contract DocumenYs in eonnectian with each particular duty, obGgation, right, and remedy to which
they apply.
CITY �F PORT WORTf{
STANDARDCONSTRfICT1dN SPECIFICATI01� �OCCIMENTS
Revision: 82�1
oo�zao-t
GENERAL CDNOIT ION S
Fage 63 of 63
17A4 Su�vivctl of Obiig�tions
All representations, indemnificatians, warranties, and guarantees rnade in, required by, or given in
accordance with the Contract Documen�s, as well as all continUing obGgatxons indicated in th�
Contract Documents, vviil si.�rvive final payment, completion, and acceptance of the Work or
termination or completian of the Contract or termination of the services of Cantractor.
17.45 Headirags
Article and paragraph heading� are ins�rted for convenience anly and do nat constitute par�s of these
General Candrtions.
CITY OP FpRT WOK'I'H
STA3�TDAFtDCONSTRUCTION 5PECIFICATION DOCUMENT'5
Reuision: BT23/2021
00 73 OQ
SUPPLEMEMTARY CONIJITIONS
Page 1 af 7
5ECTION 00 i3 00
SUPPLEMENTARY C�NDITIONS
T4
GENERAL C�NDITIONS
Supplernentary Conditions
These Sup.plementary Gonditions,modify and suppleznent Section QO 72 00 - General Conditions, and other
provisions of the Cantract Documents as indicated below. All provisions of the General Conditions that are
modi�ied or supplemeated remain in fuIl force and effect as so modified or supplemented. Al! provisions
of the General Conditions which are not so modifed or supplemented re�nain in full force and effect.
De�ned Terms
The ter�ns used in #hese Supplementary Conditians which are defined in the General Conditions have the
meaning assigned tn them in t�e General Conditions, unless specifically noted herein.
Mndiiications and Supplements
The following are instructaons that modify or supplerrtent speci�ic paragraphs in the General Conditions and
ather Contract Documents.
SC-3.03B.�, "Resolving Discrepancies"
Plans govern ov�r Specificatians.
5C-4.01A
Easement limits shown on the Drawing are approacimat� anc� were provided to establish a basis for bidding.
Upon receiving the final easements descriptions, CQntractor shall compare them to ti�e lines shown on the
Contract Dra�vings.
SC-4.O1A.1., "Availability af Lands"
The following is a list of knowa autstanding right-of-way, and/or easements to be acquired, if any as of
March 2022.
Outstanding Right-Of-Way, andlor Easements fo Be Acquired
PARCEL OWNER TARGET DATE
��g�R OF POSSESSION
None
The Gontractor understands and agrees that the dai�s listed above are estimates only, ara not guaranteed,
and do not bind the City.
[f Contractar considers the 6na1 easements provided to differ materially from the representations on the
Contract Drawings, Cantractar shall within five (5} Business Days and before proceeding with the Work,
notify �ity in writing associated with the differing easement line locations.
CITY OF F�RT WOI�LTH Westside QI 24-inch Water Transmission Main
STANDARI] CONSTRUCITON SPECIF1CATfON DOCUMEN'f5 City Projact No. 102689
Itevised March 9, 2020
00 73 00
SIJPPLEMENTARY CONDCi'IONS
Page 2 of 7
SC-4.O1A,2, `°Availability ofLands"
Utilifies or obstructions ta be removed, Adjusted, and/or relocated
The following is list of utilities and/or obstructions thai have not been removed, adjusted, andfor relocatee!
as of March 2022.
E�'EC'I'�D [JTILITY AND LOC.hTION TARGET DATE OF
O'WI`1ER ADJUSTMENT
None
The Gontractor understands and agrees that the dates listed above are estimates only, are not guaranteed,
and do not bind the City.
SC-4.O�A., "Subsvrface and Physical Conditians"
The following are reports of explorations and tests of subsurface cond.itions at the site of the Work:
A Geotechnical Engineering Study Report No. 131-21-180, dated Mav 2421, prepared by CMJ
Engineering, Inc., a sub-consu[tant of Teague Nal� and Perkins, Ine., a consultant of the City, providing
additional inFormation on geoteohnicaR engineering study.
A Cultural Resources Desktop Analysis (lES Project Reference: 04.080.091), datecE February 2Q21,
prepared by Integrated Environmental Solutions, LLC., a sub-consultant of Teague NaII and Per[cins, Inc., a
consultant of the City, pravid'[ng additional information on cultura� cesourees review and agency
coordination.
The following are drawings of physical conditions in or relating to existing surface and subsurface
structures (except Undergroand Facilities} which are at ar contiguous to the site of the Work:
None
5C-4A6A., �°Hazardous Envirnnmental Conditions at Site"
The fo3�owing are reports and drawings of existing hazardous environmental conditions known to fihe City:
None
SG5.03A„ "Ceriificates oi Insurance"
The entities lisied below are "additional insureds as their interest rnay appear" including their respective
officers, directors, agents and employees.
(1} Ciry
(Z) C.onsultant: 'I`eague Nall and Ferkins, Inc.
(3) Other: None
SC-5.04A., "Contractor's Insurance"
The limits of liability for the insurance required by Paragraph GC-5,04 shall provide the follow.ing
coverages for nat less than the following amounts or greater where required by laws and regalations:
5.04A. Workers' Compensation, under Paragraph GC-SA4A.
Statutory limits
Emplayer's lt�bility
CITY OF FQIZT WORTH Westside iI[ 24-Ineh Water Transmission Main
STANDAAD CONSTRUCTION SPECTF1CA77QN DOCUIVIENTS City Praject No. Ep26$4
Re�ised March 9, 2024
00 73 QO
SUPFLEMENTAAY CONDITIONS
Page 3 of 7
��uu,uuU each acciderrt�o�currence
$100,OOQ Disease - each employee
$500,000 Disease - policy limit
5C-5.045., "Contractor's Insurance"
S.OaB. Commercial General Liability, under Paragraph GC-5.44B. Contractor's. Liability Insurance
uader Paragraph GC-5.04B., which shail be on a per project basis covering the Contractor with
minimum limits of;
$I,DOQ,000 each occurrence
$2,000.000 aggregate limit
The poiicy �nust have an endorsement (Amendment — Aggregate Limits of Insurance) making tha
General Aggregate Lirnits apply sepatately to each job site.
The Gomrnercial General Liability Insurance policies shall pxovide "X", "C", and "iI" coverage's.
Verification of sach coverage must be showQ in the Rernarks Article of the Gertificate of Insurance.
SC 5.04C., "ConEractor's Insurance"
5.04C. Automobile Liability, under Paragraph GC-5:04C. Contractor's Liability Insurance uncier
Paragraph GC-5.O�C., which shall be in an amount not less t�an the fo�lowing atnounts:
{1) Automabile Liability - a commercial business policy shall pravide coWerage on "Any Auto",
defined as autos awned, hired and non-owned,
$i, oOU, a00 each accident on a combined single iimit basis. Spiit limits are acceptable if lirnits are at
1east:
$250,OOfI Badily tnjury per person
$500, 000 Bodily Injury per accident /
$100, Q00 Properry Damage
SC-5.04D., "Contractor's Insurance"
The Contractor's constructior� activities will require its employees, agents, subcontractors, eyuipment, and
material deliveries to cross railroaci properties and tracks owned and operateci by: None
The Contractar shall conduct its operations an railroad properties in such a manner as not to interfere with,
hinder, or obstruct the raiiroad cnmpany in any rnanner whatsoever in the use or operation of its/their trains
or orher property. Such operations on railroad properties may require that Contractor to execute a"Right af
Entry Agreement" with the partieular raiiroad company at carnpanies involved, and to this end the
Cantractor should satisfy itself as to the requirements of each railroad company and be prepared to execute
the right-of-entry (if any) required by a railraad company. The requiremreQts speaified herain Likewise relate
to the Contractar's use of private andlor constnieUon access roads crossing said railroad company's
properiies.
Thc Contractual Liahility coverage required by Paragraph 5.04D of the General Conditions shall provide
coverag� far not less than the following amounts, issued by companies satisfactory to the City and to the
Railroad Company for a tern� that continues fvr so lor�g as the Contraotar's operations and �vork cross,
occupy, or touch railroad property:
(1) General Aggregate: _ _
(2) Each Oecurrence:
CI1'X OF FpRT WQATFI Westside II124-Inch Water Transmission Main
STANDARD CONSTRLICTION SPECICTCATION DOCUMENTS Ciry Project No. 102684
Revised March 4, 2020
00 73 00
SUPPL�MENTAAI� C�NDE'CI{7N5
Page 4 of 7
� . Required for this Coniraci
X Not required for this Contracl
With respeat to the above outlined insurance requiremants, the following shall gouern:
1, Where a single rai]road company is invalved, the Confsactar shall provide one insurarrce policy in
the name of the railroad cotnpan�. However, if more than one grade separation or at-grade
crossing is affected by the Project at entirely separate locations on the Iine or lines oF the sama
railroad comp�ny, separate co�erage may he required, each in the amount stated above.
2. Where more than one railroad company is operating on the same right-of-way or where several
railroad companies are involved and operated on their own separate rights-of way, the Cantractar
rnay be required to provide separate insurance policies in the name of each rsilroad company.
3. Tf, in addition to a grade separation or an at-grade erossing, other wark or activity is proposed on a
railroad co�npany's right-of-�vay at a location entirely separate from the grade separation or at-
grade crossing, insUrance coverage for this work must be include�i in the palicy co�ering the grade
separation.
4. If no grade separat[on is invol�ed but other work is proposed on � railroad company's right-of-
way, all such other wark nnay be covered in a single policy for tha# railroad, even though the work
may be at two or more separate locations.
No work or activities on a rai[road company's property to be perfortned by the Confractor shall ba
commenced until the Contractor has furnished the City with an original policy or policies af the insurance
fot each railroad company namad, as required above. A!1 such insurance must be approved by tha City and
each affected Railroad Company prior to the Contractor's beg�inning work.
The insurance speeified above must i�e carried until all Work to be performed on the railroad right-of-way
has been completed and the grade crossing, if any, is no Ionger used by the Contractor. In addition,
insurance must be carried during a!1 rnaintenance and/or repair work performed in the railroad right-of way.
Such insurance must name the railroad compazxy as tE�e insured, together with any tenant or Iessee of the
railroad company operating over tracks involved in the Project.
5C-6,04., "Project Schedule"
Project schedule shall be tier 3 for the project.
SC-6.0'�., �°Wage Rates"
Th� following is the prevailing r�age rate table{s) applioal�le to this project and is provided in the
AppencEixes:
2013 Prevailing YYage Rates (Heavy and Highway Construction Projects)
A copy of khe table is also available by accessing the City's website at:
httq s:Ila pqs. fortworthtexas.�ovlPro i eetResou rces/
Yau can access the file by following the directory path:
02-Car�truction Documents/SpeeificatianslDiv00 — General Conditions
CITY OP FORT WORTH Westside T1I 2¢Inch Water Transmission Main
STANDARD CONSTAUCTION SPECT�ICATION DpCUMENTS City Project No. 102689
Revised March 9, 202U
00 73 OD
SUPPLE3vIENTARY CON�iT10N5
Page 5 uf 7
5C-6.U9., "Permits and Utilities"
SC-6.09A., "iContractor abtained permits and licenses"
The following are known permits andior licenses required by the Conh'act to be acquired by the Contractor:
1. Tarrant County — Utility Permit
SG6.D9B. "City obtained permits aad licenses"
Th� following are known permits andlor licenses required by tltie Contract to be acquired by the City:
1. T�OT R.O.W. Permit
2. `I'RWD Grassing Permit
3. Barnett Gathering Crassing Agreement
4. Enlink Midstream Services Crossing Agreement
S. Energy Transfer Coinpany Crossiag Agreement
SG6.04G "Oatstanding permits and licenses"
The following is a list of known outstanding permits and/or licenses to he acquired, if any as of March
2022.
Ouistanding Permits andlor Licenses Eo Be Acquired
OWNER FERMTT OlZ LICENSE AND LOGATION
Barnett Gathering
Enlink Midstream Services
Energy 3'ransfer Company
Crossing Agreement
Crossing Agreement
Crossing Agreement
SC-6.24B., "Title V�, Civil Rights Acf ot' 19b4 as amended"
TARGET DATE
OF POSSESSIQN
May 2022
May 2022
May 2022
During the performance ofthis Cvniraat, the Contractar, for itself, its assignees and successars in interest
{�aereinafter referred to as the "Contractor") agrees as follows:
1. Compliance with Regula#ions: The Contractor shall comply with the Regnlatian relati�e to
nondiscrimination in Federally-assisted programs of the Departtt�ent of Transportation (hereinafter,
"DO'T") Title 49, Code of Faderal Regulations, Part 2I, as they may 6e amended from tirne to time,
(hereinafter referred to as the Regulations}, which are herein incorporated by reference and mad� a patt
of this contract.
2. Nandiscrimination: The Coniractor, with regard to the work performed h� it during the contract, shall
not discriminate o� the grounds of race, color, or national origin, in the seleetian and retention of
subcontractors, including procurements of materials and leases af equipment. The Contractor shall not
participata either directly or indirectly in the discrimination prohi6ited by 49 CFR, section 21.5 of the
Regnlations, including eznplayment praetices whe� the contract covers a program set forth in
Appendix B of the Regulations.
3. S.olicitaEions for Subcontractors, Including Procurements of Materials and Equipment: In all
solicitations either 6y competitive bidding or negotiation made by the coatractor for work to be
performed under a subcontract, including procurements of materials or Ieases of equipment, each
potential subcontactor or supplier sk�all be notified by the Contcactor of the Contractor's obligatians
under this contraet and the Aeguiations relative ta nondiscrimination an the graunds of race, color, or
national origin.
4. lnformation and Reports: Ti�e Contractor shaIl provide all infarmation and reports required by the
Regulations or directives issued pursuant thereto, and shall permit access to 'rts booKs, reeords,
CITY OF FOR'I' WORTE3 Westsidc II[ 2�1-Inch Water 7'ransmission Main
STANDARD C�NSTRi1CT'[Oi�f SPEC[FICATION DOCi1MENTS City PrajectNo. ID2G89
Revised IVlazch 9, 2020
00 73 00
SUPPLE[vIF�ITARY COIVDITI�NS
Pege b of 7
accounts, ather sources of information and its facilikies as may be determined by City ar the Texas
Deparhnent of Transportation to be pertinent to aseertain compliance with such Regulations, orders
and instructions. Where any information reqnir�d of a contractar is in the exel�sive possession of
another who fails or refuses to furnish this information the contractor shall sa cer�ify to tE�e City, or the
Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to
obtain the information.
S. Sanetions for Noncomplianee: In the event of �he Contractor's noncompliance with the
nondiscrimination provisions of this Cantract, City shall impose such conteact sanctions as it or the
Texas Department of Transporiat�on may determine to be appropriate, including, but not limitad to:
a, withholding of paym�nts to the Contrackor under the Contract until the Contraetor
complies, and/nr
b. cancellation, termination or suspension of the Contract, in whole or in paet.
Incorporation of Provisions: The Contractor shall include the pro�isions oiparagraphs (1) through
{6) in every subcontract, includ�ng procurements ofmateria.ls and leases af aquipment, unless exempt
by the Regulafions, or directives issued pursuant thereto. The Contractar shall tak� such actian with
respect to any su6contcact ar procurement as City or tl�e '1'exas Department of Trar�spor�ation may
direct as a means of enfarcing such provisions inclucling sanctions for non-comp[iance: Provided,
however, that, in the �vent a contractor becarnes invvlved in, or is threatened with, litigation with a
subcontrac.tar or supplier as a result of such tlirectioa, the cantractar may request City to enter into
such litigatio:n to protect the interests of City, and, in addition, the contractor may request the United
States to enter inta such litigation to protect the imerests of tE�e United States,
Additiona[ Title VI re�uirements can be found in the Appendix.
SC-7.02., "Caordination"
The individuals or entities listed below have contracts with the City far the performance of other w�rk at
the Site:
Vendor
None
oF Work
Coord'znation
SC-8.Q1, "Cammunications ta Contraetar'"
N/A
�G9.OI., "City's Project Manager'°
The City's Project Manager for this Contract is Walter Norwood, P.E., or his/her successor pursuant to
written notification from the Director af City af Fort Worth Water Department.
SC-13.03C., `�Tests and Inapect'rons"
None
5C-16.O�C.1., "Methods and Procedures"
None
C1TY OF FORT W�RTH Westside ITI 24-Inch V,+atcr Transmisston ivlain
$TANDARD CONSTRUCTION SPECIFICATIOI� DOCUMENTS City Project No, ]02689
Reuised Mazch 9, 2020
00 73 00
SUPPLEMENTARY CpNDITION5
Page 7 of 7
END OF SECTION
Revision Log
DATE NAME SIJMMARY OF CHANG�
112Z12016 F. Griffin SC-9.01., "City's Project Representati�e" wording changed to City's Projact
Manager.
319l2020 D.V. Maga�ia SC-6,07, Updated the link such that files can be accessed via the City's
websife.
CITY Q� EOR'� WORTi3 Weskside III 24-Tnch Water Transmission Main
STANDARD CONSTRUCTION SPECIFICATIdN DOCUMENlTS City Project No. 102689
Revised March 9, 2�20
oriioo-�
svMn��Y or woxx
Page l of 3
SECTION 41 110U
SUMMARY OF WORK
PART 1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Summary af Work tQ be per€ormed in accordance with th� Contrac� Documents
B. Deviations irom this City af Fort Worth 5tandard Specification
1, None.
C. ReIated Specification Sections include, but are not necessarily Iimited ta:
1. Division 0- Bidding Requir�ments, Contract Forms, and Conditions of the Contract
Z. Division 1- General Requirements
1.2 PRICE AND PAYM�NT PROCEDIIRES
A. Measurena;ent and Payment
1. Wark a�sociated with this Item is considered subaidiary to the variaus items bid.
No separate payment wil! be allawed far this Item.
1.3 REFEREI�ICES [NOT iTSED]
1.4 ADMII�II,,STRATIVE REQ[7IREM�NTS
A. Work Covered by Contract Dacum:ents
1. 'Work is to include furnishing all Ia6or, matetials, and e.quipment, and performing
all Work neaess.aty for this construction project as detailed in the Drawings and
Spec'ifications.
B. Subsidiary Wark
1. Any and all Work speclfically governed by documentary requirements for the
project, such as conditions irnposed by the Drawings or Contraci Documents in
which no specific item for bid has been provided for in the Praposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiazy it�m of Work, the cost of which shall be i�cluded in
the price bid in the 1'ropasal for �arious bid iterns.
C. Use ofPremises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping af ztaaterials and
equipment stor�d an the Site.
3. Use and occupy only p.artions of the public str�ets and alIeys, or other public places
or other rights-of-way as provid�d for in the ordinances of the City, as shown in the
Contract Documents, or as may be specifically authorized in writing by the City.
a. A reasanahle amount of tools, matarials, and equipment far construction
purpases rnay be stored in such space, but no more than is necessary ta avoid
delay in the construction operatians.
C1TY OF FORT WORTH Westside II[ 24-]nch Water Traos�nission Main
STANDAItD CONSTAUCTIQN SP�L'1P7CATION DDCUMENTS City Project No. 102fi89
Revised December 20, 2� l2
o>>ioo-a
SUMMARY OP WOAK
Page 2 oF 3
b. Excavated and waste materials shall be stored in such a way as not to interfere
with the use of spaces that may be designated to be Ieft free and unobstructed
and so as rtat to inconvenience occupants of adjacent property.
c. If the street is occup.ied by railroad tracks, the �Vork shall be carried an in such
manner as not to interfera with the operation of tY►e railroad.
1) All Worlc shall be in accordance with railroad requirements set forth in
Division 0 as well as the railroad permit.
D. Work within Easements
I. Do nat enter upnn private property for any purpose witllaut having previously
abtained permission from the owner flf such property.
2. Do not store equipment or material on private property unless and until the
specified approval ofthe property owner has been secured in writing by the
Contractor and a capy furnished io the City.
3. Unless specifically provided o#herwise, clear all rights-of-way or easetn.ents of
obstructions which must be rem4ved ta mak� passible proper prosecution of the
Work as a part of the project construction op�rations.
4. Preserve and use ever� precaution to pre�ent damage to, ali irees, shrubbery, plants,
lawns, fences, culverts, curbing, and ail other types of structu�es or in�pravements,
to ali water, sevver, and gas lines, to all conduits, overhead pole lines, or
appurtenances. thereof, including the construction of temporary fences and to all
other public or private property adjacent to the Work.
5. Notify the proper representatives of the owners or Qccupanis of the public or private
lands of interest in iands which might be afFected by fihe Work.
a. Such notice shall be made at least 48 haurs in advance of the beginning of the
Work.
b. Notices sha!! be applicable to bath puhlic and private utiiity companies and any
corparation, company, �ndividual, or other, either as owners or occupants,
whase land or in�erest in land might be affected by the Wark.
c. Be responsible fo.r all damage or injury to properky of any character res�lting
fram any act, omission, neglect, or misconduet in the manner or method or
execution of the Work, or at any time due to defective work, material, or
equipment.
6. Fence
a. Restore all fences encountered and removed during construction af the Project
to the ariginal ar a better than ariginal condition.
b. Erect temporary fencing in piace of the fencing removed whenevertY�e Work is
not in progr�ss and when the site is vacated overnight, and/or at all times to
provide site security.
a The cost for all fence work within easemenis, including removal, temporary
closures and replacement, shall be subsidiary to the various items bid in the
projeet proposal, unless a 6id iten�. is specifieally provided in theproposal.
CITY OF PORT WDRTH Westsidc III 2�3-Inch Water Transmisseon Main
5TANDA�iD CONSTR[JCTIOA! SPECIFICATION DOCUMENTS City Prnject No. 102b89
Aevised Dacember 20, 2012
01110D-3
SUI��IMARY �F WORK
Page 3 of 3
LS SUBMITTALS [NOT LTSED]
1.6 ACTION SUBNIITTALS/I1�TI'ORMATIC)NAL SUBMITTALS [NOT IISED]
I.q CLOSEOUT SiTBMTTTALS [NOT USED]
L8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 bELIVERY, STORAGE, AND HANDLING �NOT USED]
i.11 �'XELD [�ITE] CONDITZONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODiTCTS [NOT U�S�D]
PART 3 - EXECUTION [NOT USED1
END OF SECTION
Revision Log
DATE NA.ME Si.TMMARY OF CHANGE
C1TY OP PORT WORTH Westside [II 24-Inch WaterTransmission Main
STANDARD CQNSTRUCTION SYECIFTCA'PION pOCUMENTS City Project No. ]02b89
Reviscd Decemher 20, 2012
o� zs oo - i
5lIB5TITUTIpN PRQCEDU12E5
Pagc 1 of 4
SECTION O1 �5 fl0
SUBSTITUTIC�N PROCEDURES
PART 1- GENERAL
i.l SUMMARY
A. Section IncIudes:
1. The procedure for requesting the approvaj of substitution of a product that is not
equivalent to a product wiuch is specified by descriptive or performance criteria or
defned by reference to 1 or mare of the following:
�. Name of manufacturer
b. Name of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or-equals".
B. De�+iations from this City of FQrt Worth St�ndard Specification
i�► •C3�f�
C. Related Specification Sections include, b�t are nat nace.ssarily limited to:
1. Di�ision 0— Bidding Req�irements, Contract FQrms and Conditions of �he Contract
2. Division 1— General Requirements
1.2 PR�CE AND PAYMENT PROCEDURES
A. Measurement and Payment
Wark associated with this Item is considered subsidiary to the �+arious items bid.
No �eparate payment wil! be allowed for this Item.
1.3 REFERENCES [NOT U�ED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Raquest far Substitution - General
1. Within 30 days after award oF Contract (unless noted ofilierwise), the City will
consider formal requests frort� Contractor fqr substitution of products in place of
those speciiied.
2, Certain types of equipment and kinds of material are described in 5pecifications by
means of references to names of manufacturers and vendors, trarle names, ar
catalog numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing r�ther manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by� City.
3. Other types of equipment ar�d kinds of material may be acceptable substitutians
under the following eonditians:
a. Or-equals are unavailable due ta strike, discontinued produetion of products
naeeting speci�ed requirements, or other factars beyond control ofContractor;
c�r,
CITY OF FORT WORTH Westside III 24-Inch Watcr Transr�ission Main
STANDACtD CONSTRLJCT70N SFEG�ICATTON DQCUMENTS City Project No. ip2689
Revised July l, 201 I
ai 2soo-z
SUBSTITUTION PROCB!]URES
Page 2 of4
b. Contractor proposes a cast and/or tune reduction incentive to the City,
1.5 SUBMITTALS
A. See Request for Substifution Fnrm (attached)
B. Procedure for Requesting Substitutian
1. Subs�itution shalI be considered only:
a. After award of Coniract
b. Under the co�ditions stated laerein
Submit 3 capies of each written request far substitution, including:
a. Documentation
1) Camplete data substantiating compliatzce oiproposed substitution with
Contract Documents
�) Data relating to changes in cons#ructian sehedule, when a reduetion is
proposect
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer`s riame
b) Telephone number and representati�e contact name
c) Specification Sectian or Drawing reference af originally specifi.ed
praduct, includi�g discrete name or tag number assigned to originat
product in the Cnntract Documents
2) Manufacturer's literature clearly marked to show compliance o�praposed
product with Contract Documents
3) Itemized comparison af originaI and praposed product addressing product
charactaristics including, but not necessarily limited to:
a) 5ize
b) Composition or materials of construction
c) Weight
d) ElectricaI ar mechanical requirements
4) �roduct experience
a) LacaYion of past projects utilizing product
b) Name and telephane number af persons associated with refereneed
projects l�nowledgeable concerning propos�d product
c} Available field data and reports associated with proposed product
5) 5amples
a} Provide at request of City.
h) Samples became the property of the City.
c. For construction methods:
1) Detailed description of propased method
2) Illustration drawings
C. Approval or Rejection
I. Written approvai ar rejection of substitution given by the City
2. City reserves the right to require proposed prot�uct to comply with coIor aryd .pattern
of speczf ed product if necessary to secure design intent.
3. In the event the substitution is approved, the resulting cost ar�d/or time reduction
will be documented by Change Order in accordance with the GeneraI Conditions.
CTTY OF FORT WORTH Westside III 24-Inch Water'CraRsmission Main
STANDARD CONSTRUCTION SPECTFTCATION DQCUME]VTS City Praject No. 1D2689
Revised July l, 2011
412500-3
SUBST'ITUTION PROCED�RES
Page 3 of4
4. No additional contraet time wi11 be given for substitution.
5. Substitutifln will be rejected if:
a. 5ubmittal is not through the Cor�tractar with his stamp of approval
h. ReQuest is not made in accordance with this Specification Section
c. In the C.ity's opinion, acceptance will require substantial revision of the original
design
d. In the City's opinion, substitution will not perform adequately ihe functian
consistent with the design intent
1.6 ACTION SUBMITTALSILNFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBNI�TTALS [NOT LTSED]
1.8 MAINTENANCE MATERIAL SUBMITTAL� [NOT USED]
L9 QUALITY ASSURANCE �
A. In making request far substitution or in using an approved product, the Contracior
represents that the Contractor:
1. Has investigated proposed product, and has deiermined that it is adeq�ate or
suparior in aIS res�ects ta that specified, and that it will perform function far whieh
it is intended
2. Will pravicEe same guarantee far substitute itern as for product specified
3. Will eoordinate installatiQn of accepted substitution into Work, to in.clude building
modifications if necessary, making such changes as may be required for Work to he
complete in all respecis
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.1U DELXV'ERY, STORAGE, AND HANDLXNG [N�T USED�
1.11 FIELD [SiTE] CONDYTIONS [NOT U�ED]
1.1� WARRANTY [NOT USED]
PART � - PRODUCTS [NOT LTSED]
PART 3 - EXEGUTYON [NOT iISEII]
END OF SEGTION
Re�isian Lvg
� DATE NAME SiJMMARY OF CHANGE
CITY OF FDRT WORT�T Westside Ip 24-Inch Weter Traasmission Main
5TANDARD CONSTRUC'1'ION SFECIFICATI�N AQCiTMENTS City Project l+fo. [02684
Revised 7uly I, 201 l
oizsaa-a
SUBSTITUTION PROCEDiJAF.,S
Pagc 4 of 4
EXHIBIT A
REQUEST FOR SUBSTITiTTION FURM:
TO:
PR03ECT: DATE:
We her�by submit for your consideration the following product instead of tha specified item for
the above project: �
SECTION PARAGRAPH SPECIFIED ITEM
Propased Substitution: _
Reason for Substitution:
Include complete information an changes to Drawings apolor S�ecifications vvhich proposed
substitution will require for its proper installation.
Fill 'tn Blanks Selovv:
A. Will the undersigned eantractor pay for changes to tbe building design, including engineering
an� detailing costs caused by the requested substitution7
B. �Jhat e ect does substttution ave on ot er trades?
C.. Differences between prapa5ec� sUbstitutian and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specifie items arc:
Equal Better (explain on attachment)
The undersigned states that the function, app�arance artd quality are equivalent or superior to the
specified itern.
5ubmitted By; For Use by City
Signature Recommended Recomrriended
as noted
Firm
Date
Telephone
Not recommended Received late
By
Date
Rcmarks
For Use by City:
Approved
Ciry
Rejected
Date
CITY OP FORT WORTH
STANDARD COIQSTRUCT[�N SPECCFICATTON DDCUNI�NTS
Revised July 1, 2Q1 l
Westside III 2q-Inch Water Transmissinn Main
City Projeat Nn. 102689
01 31 19 - 1
PRECUNSTRUCTION MEETiNG
Page 1 of 3
SECTION 0131 19
PRECONSTRUCTION MEETING
PART1-GENERAL
1.1 SUMMARY
A. Section Tncludes:
l. Provisians for the preconstruciion meeting to b� held prior to the start of Work to
clarify construction contraci administratian procedures
B. D�viations from this City ofFort Worth Standard Specification
l. None.
C. Related Sptcification Sections include, but are not necessarily limited to:
1. Division D— Bidding Requirements, Contract �'ortns and Conditions of the Gontract
2. Division 1— General Requirements
1.� PRICE AND PAYMENT PROCEDURES
A. Measurernent and Payment
Work associated with this Item is considered subsidiary to the various items bid.
No separate payment wi31 be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRAT�'VE REQUIREMENTS
A. Coordinatian
1. Attend preconstruction meeting.
2, Representatives of Contractor, subcontractors and suppliers attendingmeefiings
sha11 be qUalified and au�arized to act on behalf of the entity each represents.
3. Meeting administered by City rnay� be tape recorded.
a. If recorded, tapes wiil be used to prepare minutes and retained by City for
future reference.
�. Preconstruction Meeting.
�. A preconstruction meefiing will be h�ld within 14 days after the execution of the
Agreement and be#'are Work is started.
a. The meeting rvill be schedulad and administered by the City.
2. The Project Representative will preside at the meeting, prepar� th� notes of the
meeting and distribute copies of same to all participants who so request by fuIIy
completing the atkendance farm to be circulated at the beginnrng of the rneeting.
3. Attendance shall include:
a. Project Rapresentative
b. Contractor's project manager
c. Cantz'actor's superintendent
d. Any subcontractor or supplier representatives whart� the Contractor may desire
to invite or the City may request
CITY OF FORT WORTH Westside ItI 24-Inch Water Transmissinn Main
STANDARD CONSTTtUCTION SPECIFICA7'iON DOCUMENT5 City Project 1Vo. LD2689
Idevised August 17, 2D I2 '
ac 3� �g-z
PFiECdN5TRUCTION MEETINC`i
Page 2 of 3
e. Other City representativas
f. Qthers as appropriate
4. Construction Schedule
�. Prepare baselin� constructian schedule in accordanca wiih Section O1 32 16 and
provide at Preconstructian Meeting.
b. City will notify Contractor of any schedule changes upon Notice of
Preconstruction Meeting.
5, Pr�lzminary Agenda may include:
a. Introdu.ction of Prolect Personnel
b. General Description ofProject
c. 5tatus of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor's v�ark plan and schedule
e. Conteact Time
f. Notice to Froceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. �ield Orders
k. Disposai Site Letter for Waste Material
1. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Con�anience
p. Documentatian of Pre-Construction Conditions
q. Weekend Wark Notification
r. Legal Holidays
s, Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City's z'epresentati�e for opetations of exisiing water
systems
v. Storm Water Pollution Prevention Plan
w. Coardination with other Contractors
x, Early Warning System
y, Contractor EvaIuation
z. Special CondiYians applicable to the project
aa. Darnages Claims
bb. Submittal Procedures
cc. Substitution Frocedures
dd, Correspondence Routing
ee. Recora Drawings
ff, Temporary constructian facilities
gg. M/WBE or MBE/SSE procedures
hh. FinalAcc�ptanc�
ii. Final Fayment
jj. Questions or Comments
CITY OF FORT WdRTH Westside III 24-Inch Water Transmission Main
STANQARD CO1�I3TRUC'T10N SPECIFICATIpN ROCUM�NTS City Project No. 1026$St
Revised August l7, 2012
Q131 i9-3
PRECON5TRUCTIdN IVIEETING
Page 3 of 3
I.5 SLTBMITTALS [NOT USED]
1.6 ACTION SUBNIITTALS/�NFORMATIONAL SUBM�TTALS �NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT i1SED]
1.8 MAINTENANCE MATERIAL SUBIVIITTALS [NOT USED]
1.9 QUALITY ASSURANCE [N�T USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
i.11 ��ELD [SITE] CONDFI'IONS [NOT USED]
1.1� WARRANTY [NOT USED]
PART �. - PRODiTCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Rer+ision Lag
DA"I`� NAME SUMMARY OF CHANGE
C1TY OF FORT WORTH Westside II124-Inch Water Transmission Main
STANDAR➢ CONSTRUCITON SPECIFICAI`I03+f DOCUMENTS City Project Mo. E U2&89
Revised August I T, 20I2
a� 3� za- i
PRpJECT MEETING3
Page i of 3
SECTION OI 312Q
PROJECT MEETINGS
PART1- GENERAL
Ll S[1MNIARY
A. Section Includes:
1. Provisions far project meetings throughout the construction period to enable orderly
review of the progress of the Work and to provide for systematic discussion af
potential problems
B. Deviations this City of Fort Worth Standard Speeification
1. None.
C. Related Speci�catian Sections includa, but are not necessari�y liiz�.ited to:
1. Division 0— 8idding Requirements, Contract Forms and Conditions of the Contract
�. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDUR�S
A. Meas�rement and Payment
1, Wark associated with this It�rti is considered subsidiaay to the various items bid.
No separate payment will be allowed for this Item.
I.3 REFERENCES [NOT USED]
1.4 ADMIN�STRATIVE REQUIREMENTS
A. �oordination
1. Schedule, attend and administer as specified, �eriodic progress meetings, and
specia[Iy called me�tings throughout progress of the Work.
2. Representatives of Contractor, subcontra�tors and suppliers attending meetings
shall be qua7ified and autharized to act an behalf of the entity each represents.
3. Maetings administered by City. may be tape reeorded.
a. If recorded, tapes will be used to prepare minutes and retained by City far
future refer�nce.
4. Mee#ings, in addition to those specifed in this Sectian, may be held when requested
by the City, Engineer or Contractor.
B. Pre-Construction Neighborhood 1Vleeting
1. After the execution of the Agreement, but befare construction is allowed to begin,
attend 1 Public Meeting with affected residents to;
a. Pr�sent projected sche.dule, including consfruction start da�e
b. Ansvver any constructian reiated questions
2. Meeting Location
a. Loeatian of ine�ting to be determined by the City,
3. Attendees
CTTY OF PORT WOR`f[-T Westside I[I 24-fneh Water Transmission Main
STANBARD COF�iSTRUCT[ON SPECIFICATTOAi DdCUNI�NTS City Praject No. 1�2689
Reuised I�cly l, 2pl !
D1312U-2
PitpTECT MEETINGS
Page 2 of 3
a. CO11tI'aCiOi
b. Praject Representative
c. Oth�r City representatives
4. Meeting Sc�iedule
a. In general, the neighborhood meeting wili occur within the 2 weeks following
the pre-canstruction con%rence.
b. In no case will construction be allawed to begin until this meeting is held.
C. Progress Meetings
2.
�
1. Formal project coordination meetings will be held periodically. Meetings wi�l be
sche.dc�led at�d administered by Project Re�resentative.
Additional progress meetings to discuss specifie topi�s wi11 be conciucted on an as-
needed basis. Such additional meetings shall include, but not be limited to:
a. Coordinating shutdawns
b. Installation of piping and equipment
c. Coardination between other construction projects
d. Resolution of construction issues
e. Equipment approval
Tiae Praject Representative wili preside at pro.gress meetings, prepare the notes of
the meeting and distribute copies nf the same to all participants who so request by
fully campleting the attendance form to be circulated at the beginning af each
tneeting.
Attendance shall include:
a. Cantractar's project manager
b. Contractor's superintendent
c. Any subcantractor or supplier representatives whom the Contractor may desire
to invite or the Ciiy may request
d. Engineer's representatives
e. City's representatives
£ Others, as requested by the Project Representative
Freliminary Agenda may include:
a. Review of Work progres� since previous meeting
b. Field observations, prablems, canflicts
c. Iierns which impede canstruction schedu�e
d. Review of ofF site fabrication, delivery schedules
e. Review af construction interfacing and sequencing reyuirements with other
construction contracts
f. Coxrective measures and procedures to regain projected schedule
g. Ravisions to constructzon scheduIe
h. Progress, schedule, during succeeding Work period
i. Coardinati.on of schedules
j. Review submiftal schedules
k. Maintenance of quality standards
1. Pending chan�es and substitutions
m. Review proposed changes for:
1) Effect on construetion schedu3e and an completion date
2) Effect on other contracts of ti�e Project
n. Review Record Documents
o, Review monthly pay request
CI'PY OF FORT WORTH Westside III 24-Inch Water Transmission Main
5TANDARD CONSTRUCTI�N SPECIFTCA'I'IQN DDCUMEAtTS City Project ]do. 1p2689
Revised July 1, 2D11
013120-3
PAQ,lECT MEETING3
Page 3 of 3
p. R�view siatus of Requests for Information
6. Meeting Schedule
a. Progress rneetings will be held periodically as determin�d by the Project
Repres�tttative.
�) Additional meetings may be h�Id at the request of the:
a) City
b) Enginaer
c) Contractor
7. Meefiing Location
a. '['he City wi1l estab��sh a meeting Iocation.
1) To the extent practicable, meetings wilI be held at the Site.
l.s Si1BMITTALS jNOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUEMITTALS [NOT USED]
l.i CLOSEOUT SUBMITTALS [NOT US�D]
1.$ MAINTENANCE MATERIAL SUBMITTALS jNOT USEDj
1.9 QUALITY ASSURANCE [NOT USED]
110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 T�IELD [SITE] CONDITXONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRUDCTCTS [NOT USED]
PART 3 - EXECUTION �1VOT USED]
END Q�' SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CTTY OF FORT WDRTH Westside 1I124-Inch Watcr Transmission Main
STANDAItD CONSTItUCTION SPECIFICATION DOCUMENTS Ciry ProjecE No. 102689
Revised duly l, 20l l
nt3xib-i
CONSTRUCT►ONPROGRESS SCHEDUL�
1'age L af ! D
SECTION 0132 16
CONSTRUCTION SCHEDULE
PART1-GENERAL
1.1 SUNIlHIARY
A. Sectian Inc3udes:
1. General requirements for the preparation, submittal, updating, status reporking and
manageznent af the Construction Progress Schedule
2. Specific requirements are presented in the City of Fort Worth Schedule Guidance
Document
B. Deuiations frarn this City of Fort Worth Standard Sp�cification
1. None.
C. Rejated Specification S�ctions include, but are not necess�ily limited to:
1. Division 0— Bidding Requirements, Contract For�s and Conditions of the Contract
2. Division 1-- General Requirements
D. Purpose
The City of �'art Worth (City) is co.mmitted to c�eii�ering quality., cost-efFective
infrastructure to iis citizens i�n a timely manner. A key tool io achieve this purpose is a
properly structuz'ed schedule with accurate updates. This supgorts effective monitoring
of progress and is i�putto critical decision making by the projeet managerthroughout
the life of the project. Data fram t�e updated project schedule is u�ilized in status
reporting to various i0�vels of the City organiza#ion and the citizenry.
This Document completn.ents the City's Standard Agreement to guide the construction
cQntractor (Contractor) in preparing and submitting aceeptable scheduIes for use by the
City in proj ect cielivery. The expectation is the performance of the work follows the
accepted sch�dule and adhere to the cantractual timeline.
The Contractor will designate a qualified reprssentative (Pro�ect 5cheduler} responsible
far developing and updating the schedule and preparing status reporting as required by
the City.
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement at�dPay�nent
1. Wark associated with this [tem is considered subsidiary to the various itemsbid.
No separate payment will be ailawad for this Item.
2. Non-compliance �t+ith this speciiication is grounds for City to withhald payment of
the Contractor's invaices untii Contractor achieves said compliance.
1.3 RFFEF�NC�S
A. Project Sclaedules
CITY OF FpRT WORT H Westside [II 24-Inch Water Transmission Main
STANDARD CbNSTRUCTION SPECIF[CATION DOCUMENTS City Prajeee No. 102589
Revised August 13, 2021
O13216-2
CONSTRUCTION PROGRESS SCHEDULB
Page 2 of 10
Each project is represented by City's master project schedule that encarnpasses the
entire scope of activities envisioned by the City to properly deliver the work. When the
City cantracts with a Con�ractor to perform constructian of the Work, the Contractor
will de�elop and maintain a schedu�e for their scope of work in alignment v�+ith the
City's standard sc�edule requirements as defined herein. The data and information of
each such schedule will be Ieveraged and hecome intagral in the mastcr project
schedttle as deemed appropriate by the Gity's Project Control Sgecialist and approved
by the City's ProjectManager.
Master Projeet Schedule
The 2naste.r project scheduIe is a holistic representation of th� scheduled activities
and milestones for the total proj�ct and be Critical Path Method (CPM) based. The
City's Project Manager is accountable for aversight of the d�velopment and
maintaining a master project schedule for each project. When the City contracts for
the deszgn and/or canstruetion ofthe project, the master project schedulewill
incorporat� elements of the Design and Construction schedules as deenned
appropriate by the City's Project Control Specialist. The assigned City Praject
Control Specialist creates and maintains the master project sehedule in P6 (City's
scheduling so$ware).
2. Construction Schedule
The Contractor is responsible for developing and maintaining a schedule for the
scope af the Contractor's contractual requirements. The Contractor wiIl issuean
initial schedule %r review and acceptance by the City's Aroject Control Specialist
and the City's. Project Manager as a baseline schedule for Contractor's scope of
work. Contractor rt�i11 issue current, accurate updates af thei.r schedule (Progress
Schedule} to tha City at the e nc� of each month throughout tne life of their work.
B. 5chedule Tiers
The City has a portfolio of projeets that vary widely in size, complexity and content
requiring diff'erent scheduling to effectively dcliver each project. The City uses a
"tiered" approach to align the proper schedule with the criteria for each project. The
City's Project Manager det�rrnines the appropriate schedule tier%r eacla proj�et, and
includes that designatian and the associafed requirements in the Contractar's scope af
work. The following is a summary of the "kiers".
1. Tier x: Sma115ize and Short Duration Project (design, notrequired)
The City develops and maintains a Master Froject Schedule for the project. No
schedule submittal is required from Contractor. City's Projeet Cantrol Specialist
acquires any necessary schedule status data or informatian through cEiscussions with
the respective party on an as-needed basis.
2. Tier 2: Small Size and Short to Medium Duratiot� Project
The City develops and maintains a Master Project Schedule for t�e project. The
Contractor identi�ies "start" and "finish" milestone dates on key elements of their
work as agreed with the City's Project Manager at the l�ickaff of their wark effort.
The Contractor issues ta the City, updates to the "start" and "finish" dates for such
milestanes at the end of each month throughnut �he life of their work on the project.
3. Tier 3: Medium and Laxge Size and/or Camplex Projects Regardless of Duration
CITY QF FORT WORT H WestsicFe I[I 24-Inch WaCer Transmission Main
5TANDARD CONSTRZICTIOAI SPEC�ICA770IV DOCUMEIVTS City Project No. 102689
Rev ised Augus# 13, 2p2 [
61 32 jb - 3
CDir[STRUCTION PROGRESS 3CfiEDULE
Page 3 of 10
T4�e City deveiops and maintairis a Master Project Schedule far the pro�ect. The
Contractar d��elops a Baseline Schedule and maintains the schedule of their
respective scope of worK on the project at a level of detail (generally Leve13) and in
alignment with the WBS structure in Section 1.4.H as agre�d by the Project
Manager. The Contractor issues to the City, updates of their respeetive schedule
(Progress 5chedule} at the end of each month throughout the life of their work on the
project.
C. Schedule Types
Project de3ivery for the City utilizes two types of schedules as noted helow. The City
develops and maintains a Master Project Schedule as a"baseline" schedule and issue
monthiy updates to the City Project Manager (en� af each month) as a"progress"
schedul.e.. The Contractor prepares and submits each schedule type to fulfilltheir
eontractual requirements,
1. Baseline Schedule
Tf�e Contractor d�velops and submits to the City, an initial schedule for their scope
of work in alignment with this specification. Once reviewed and accepted by the
City, it becomes the `Baseline" schedule and is the basis against which a11 progress
is measured. Th� baseline schedule wi11 be updated when there is a change or
additian to the scope of work impacting the duration of the wark, and only after
receipt of a duly authorized change order issued by the City. In the event progress is
significantly behind schedule, the City's Project Manager may authorize an upda�e
to the baseline schedule to facilitate a more practicai evaluation af progress. An
exa.mple of a Baseline 5chedule is provided in Specification U 1 32 l6. l
Construction Project Schedule Basejia�eE�mple.
2. ProgressSchedule
The Contractor updates their schedule at the end of each monih to represent ti�C
pragress achieved in the wark which includes any impact from authorized changes
in the work. T�e updated sc�aedule rnust accurate�y reflect the current status of the
work at tha# point in ti�ne and is referred ta as the "Progress Sc�edule". The City's
Project Manager and Frojeci Cantrol Special'rst reviews and accepts each progtess
schedule. In the event a prngres�s schedule is deemed not acceptable, the
unacceptable issues are identified by tYae City within S warlcing days and the
Contractor must provide an acceptable pragress scheciule within 5 working days
after receipt of non-acceptance notificatian. Anexample of a Progress Schedule is
provideci in Specification O1 32 16.2 Canstruction Project Schedule Progress
E�mp1e.
D. City Standard Sch�dule requirements
The follQwing is an over�iew of the methodo.logy iar dsveloping and maintaining a
schedule for delivery of a project.
CITY OF FQKT WORT H Wastside III 24-Inch Water Transmission Main
STANDARl7 COATS`fIiUCSION SPECIFICAT[ON DOCUMENTS City Project Na. IU26$9
lZevised Augu�t l3, 2021
oi 3z i6 -a
CONSTRUCTIONPROG1iE55 SCHEDULE
Page4of10
Schedule Framework - The schedule will he based on th� de�ined scope afwork
and follow the (Critieal Path Methodology) CPM method. The Contractor's
scheduIe v�ill align with the requir�ments of this spee.ifzcation and will be eost
laaded to reflect their plan for execution. Compliance �vith cnst laading ean be
provided with traditianal cost loadiag of line items OR a projected c�st per
month for �he project when the initial schedule is submitted, updated on a
qaarterty basis is significant change is anticipated. Overall scheduleduration
will align with the contractuaI requirements for the respective scope of �vork and be
reflacied in City's Master Praject Schedule. T�e Project Number and Name ofthe
Prajec# is required on each schedule and rnust match the City's projectdata.
E. Schedule File Name
All scheauies su6mittad to the City for a proj ect will have a file name that begiaas with
the Gity's project �tumber follawed by the na3ne of the project followed by 6aseline(if
a haseIine sclaedule} or the year ancl monih {if a progress schedule}, a� shown below.
� Baseline Schedule Fzle Name
Pormat: Ciiy Pro,�ect Number Prnject Name Baseline
Example: l 01376 North ManYgomery 5treet HMAC Baseline
� Progress Schedule FileName
Format: City Project Number Project Na�t�e YYYY-MM
Exam�le: 141376 North 1Vlontgomery StreetHMAC 201$ Ol
o Project �chedule Progress Narrative FileNanrze
Format: CityProj�ctNumber_ProjectName FN YYYY-MM
Example: 1�1376 NarthMontgomeryStreetHMAC PN 20i8 OI
F. Schedute T'emglates
The Contractar wi11 utilize the relevant sections from the City's templates provided in
the City's docur�aent management system as the basis for creating their respecfiive
project schedule. Speci�ically, the Cantractor's schedule will align with the tayout of
the Construetion section. The tempIates are identified by type of project as noted
below.
• Artertals
• Aviatian
e Neighborhoad Streets
� Sidewalks {later)
� Quiet Zones (later)
� Street Lights (later)
� Intersection Tmpro�ements (later)
o Parks
o Storm water
o Stzeet Maintenance
@ Traffic
� Water
G. ScheduleCalendar
CITY OF I'qRT WORT H Westside llI 24-Inch Watar Transmission Main
STANBARD CONSTRUCTiDN SPECIFICATION DOCLTMENTS City Project No. IO2fi&4
Revised August l3, 2021
013216-5
CONSTRUCTION YROGRESS SCI3EDULE
i�age 5 of 10
The City's standard calendar for schedule development p�rposes is based on a 5-day
workweek and accounts for the City's eight standard holidays (New Years, Martin
Luther King, Memorial, Independence, Labar, Thanksgiving, day after Thanksgiving,
Christmas). The Contractor will establish a scheciule calendar as part oitha schedule
development process and pro�ide to the Prflject Control Specialist as part o�Yhebasis
for their se�iedule. Variations between the City's calenciar and tlne Contractor's
calendar tx�us.t be resolved prior to the City's acceptance of their Baselineproject
schedule.
H. WB� & Milestone Standards far 5chedule Development
Th� scope of work to be accomplished by the Contractor is represented ixi the schedUl�
in t�e form flf a Work Breakdown Structure (WBS). The V�IBS is the basis forthe
development of the sched�.�le activities and shail be irr►bedded and depicted in the
schedule.
The following is a sumrnary of the s�andards to be followed in prepar�ng and
maintaining a schedule for projectdelivery.
1. Contractor is required to utiGze the City's WBS structure and respective
project type template for "Construction" as shawn irt Section 1.4.Hbelaw.
Additional activities may be added to Levels 1- 4 to accommodate theneeds
of the organization �xecuting the wark. Specificaily tlZe Contractor �vill add
activities under W�S �XXX.8�.83 "Construction Execution" that
delineates the activities associated with the variaus components of thework.
2. Gontractor is required to adhere to the City's Standard Milestones as shown
in Section 1.4.I below. Contractor will include additional milestones
representing intermediaie deliverables as required to accurately reflect their
scope ofwork.
I. Schedule Activities
Aetivities are the discrete elements of work that malce up the schedule. They �►n+il1 be
organized under the umbrelZa of the VJBS. Acti�ity descriptians should adequately
describe the activity, and iin some cases the extent of the activity. AIl activities are
logically tied with a predecessor and a successar. The only exception to this rule is far
"project start" arsd "project finish"milestones.
Tl�e aciivity d�ration is based on the physical atnount of' work to be performed for the
stat�d activity, with a maximum duratian af 20 working days OR a cantinuous activity
in one location. If the work for any one activity exceeds 20 days, break that activity
down incrementally to achieve this duration constraint. Any excep#ian to this.requires
r�view and acceptance by the City's ProjeGt ContirolSpecia.list.
J. Change Orders
When a Change �rder is issued by the City, the impact is incorporated intothe
previously accepted baseline schedule as an update, to clearly show impact to the
project timeline. The Contractor submits this updated haseline schedule to the City for
CITY OF FORT WORT H Weslside III 24-Inch Water Transmission Main
STANDARD CC>NSIRUC7'I03�T SPECI�'ICATION DOCUMENTS City Project Nv. ID2GS9
lievised Au�ust 13, 202I
O1321b-6
CONSTRUCTIbNPROGRE55 SCHEDCf�,E
Page 6 of ]0
review and aceeptance as described in Section 1.5 below. Updated baseline schedules
adhere ta the following:
1. Time extensions assaciated wit.�z approved contract modificatians are Iimited to th�
actual amount of time the praject acti�ities are anticipated to be delayed, unles�
otherwise approved by thePrtigram Manag�r.
2. The re-baselined schedule is submitted by the Contractor wititin ten workduys after
the date of receipt af the approved ChangeOrder.
3. The changes in logic or durations approv�d hy the City are used to analyze the impact
of the change and is ineZuded in the Change Qrder, The coding for a new activity(s)
added to the schedu�e for the Change Order incl�des the Change Order number in the
Act�vity ID. Use as tnany activities as needed to accurately show th� work of the
Change Order. Revisions to the baseline schedul� are nnt effective until acceptedby
rhe city.
K. City's Wark Hreakdown Structure
WBS Code WBS Nanne
XXXXX� Project Name
XXXXXX.30 Design
�XXXXX.3 D.10
XXXXXX.30.20
XXXXXX.30.30
XXXXXX.30.40
XXXXXX.30.50
XXXXXX.3 0, 60
Design Contractar Agreement
Concepival Design{30%)
Preliminary Design (6a%)
Final Design
Environmental
Permits
XXXXX�C.30.60.10 Fermits - Identi�cation
XXXXXX.3�,6U.20 Permzts - Review/Approve
XXXXXX.�O ROW & Easements
XXXXXX.40.10 I�OW Negatiations
XXXXXX.40.20 Condemnation
XX7�XXX.7U Utility R@loeation
XXXXXX.'70.10 Utility Relocation Co-ordination
XIXXXXX.SO Construction
xx�xxso.si
XXXX�X.80.83
XXXXXX.80.85
XXXXXX.80.86
XXXXXX.90
XXXXXX.90.10
XXXXXX.94.40
ConStruetion Contraet Glose-aut
Design Contract Clasure
I.. City's 5tandard Milestones
The following milestone aetivities (i.e., important events on a project that mark critic.al
potnts in time} are of particular interest to the City and must be refiected in the praject
schedule for alI phases of work.
Bid and Award
Cflnstruction Execution
Inspectian
Landscaping
CloseouE
CITY aF FOI2T WORT H Westside I�T 24-Inch Water Transmission Main
STANDARD CONSTRUCTION SPECIFICATIdN DOCUMENTS City Project No. 102689
Revised August 13, 202!
Ol 32 16 - 7
CONS'TRUCTION PRQGRESS 5CI3EDULE
Page 7 oF 10
Activitv ID Acti�itv Name
Design
3020 Award DesignAgreement
30�0 IssueNotice to Proceed - Design Engineer
3100 Design Kick-off Meeting
3120 5ubmit Conce�tual Plans to Utilities, ROW, Trai�c, Farks, Starm Water,
Water & Sewer
31 SO 1'eer Review Meeting/Design Review meeting (technical}
3160 Canduet Design Public Meeting #i (requirad)
3170 Conceptuaj DasignComplete
3220 Submit Preliminary Plans and Specifications to Utilides, ROW, Trafiic,
�arks, Storm Water, Water & Sewer
3250 Conduct Design Public Meeting #2{required}
3260 Preliminary Design Complete
3310 Submit Final Design to iltilities, ROW, Tr�c, Parks, Sto�n Water,
Water & Sewer
3330 Conduct Design Public Meeting #3 (ifrequiredj
33C0 Final Design Complete
ROW & Easements
4D00 Right of Way SfiarC
4230 Right of Way Complete
Utility Relocation
7000 Utilities Start
7120 Utilities Cleared/Conaplete
Construc�ion
Bid and Award
81 l 0 Start Advertisement
8150 Conduct Bid Opening
8240 Award Construction Contract
Construction Exeeution
8330 Conduct Construction Public Meetir►� #4 Pre-Construction
8350 Canstruction Start
8370 Substantial Completion
8540 Construction Camplet�on
9130 Notice of Completion/Green Sheat
9150 Construction Gontract Clased
9420 Design Contract Clased
1.�4 SUBNIIZ�ALS
A. Schedule Submittal & Review
The Ci .ty's Project 1�Ianager is responsible for reviews and acceptance of the Contractor's
schedule. The City's Project Control Specia3ist is responsible for ensuring alignmentof
the Contractor's baseline and progress schedulas with the Master Project Schedule as
support to the City's Project Manager. The City reviews and accepts ot rejects the
schedule within ten warkdays of Contractor'ssubmittal.
CI'I'Y OF FORT WORT H Westside III24-Inch Water TransmissionMain
STANDARD CQNSTRUCTIQN SPECIFICAT`CON DOCUMEIVT3 City Project I�fo, iQ26B4
Re�ised August 13, 2021
O13216-8
CONSTRUCTIONPROGRESS 5CTiEDULE
Page 8 of 10
1. SchedulePorrr�at
The Cantractor wi11 s�bmit each schedule in two electronic fortrzs, one in nati�e fiZe
format (.xer, .xrra�, .fnpx} and the second in a pdf format, in the City's document
management system in the location de�icated f�r this purpose and identified by th�
Project Mana.ger. In the e�ent the C:ontractor da�s not use Prima�ara P6 arMS
Project for scheduling purposes, the schedule information rnust be submitted in .xls or
.xlsx format in compliance with the sample layout (See Specification O 1 3216.I
Construction Project Schedule Saseline Example}; including activi#y pred�cessors,
successars and total float.
2. Initial & Baseline Schedule
The Contractor wilJ develap their schedttle for their scope oi work and subnlit their
initial schedule in electronic form (in the file formats noted above), in the Csty's
document management system in the location dedicated far this purpose nt least S
workix�g du,ys prior to Pre Constructlott Meeting.
The City's Project Manager and Projeet Control Specialis# reviewthis initial schedule
to determine alignment rvitf� the City's Master Project Schedule, including formaf &
WBS structuxe. Following the �zty's review, feedback is pro�ided to the Contractor
for their use in finalizingtheir initial schedule and issuing (within fave work�Xays)their
Baseline ScheduIe for fnal review and acceptance by theCity.
3. Progress 5cheduIe
The Contractor will update and issue their project schedule (Progress Senedule) 6y the
last day of e�ach mont�i throughout the li% of their work on the project. The Progress
Schedu�e is submztted in electronic fortn as noted above, in ihe City's document
management syst�zn in the Iocation dedicated for this purpos�.
The City's Project Control team r�views each Progress Schedule for data and
information that snpport the assessment of the update ta the schedule, In the e�ent
data ar information is missing or incomplete, the �roject Controls �pecialist
communicates �ireckly with the Contractor's scheduler for providing same. The
Contractar re-submits the. corracted Progress Schedule withan 5 workdays, following
the submittal process noted above. T'he City's Project Manager and PrajectControl
Specialist te�iew the Contractor's progress schadule for acceptance and to monitor
performance andprogress.
The following list of items are required to ensure proper status int'ormation is
contained in the Progress Schedule.
o Baseline Start date
� Baseline Finish Date
� °10 Complete
e Float
o Activity Logic (clependencies)
o Critical Path
� Activities added or deleted
� Expected SaseIine Finish date
� Variance to the Base2ine Finish Date
CTI'Y OF TORT WORT H Westside IQ 24-Inch Water Transmission Main
STAI+IDARD CON3TRUCT[DN SPEC[FTCA1TpN DOCUMENTS Ciiy Project �fo. 102689
Revised August l3, 2021
013216-9
CONSTRUCTTONPROGRESS SCHEDi7LE
Page 9 of I D
B. Month�y Construction Status Report
T1ne Contractor submits a written s#atus report (referred to as a progress narrati�e) at the
monthly progress rneetin.g (if monthly meetings are held) or at the end af each monthto
accompany the Progress Schec�ule submitial, using the standarc} format provided in
Specification Ol 32 163 Construction Project Schedule Prograss Narrative. T�e contenY
of the Construction Froject Schedule Progress Narrative should be conciseand compiete
to incSude anly changes, delays, and anticipated problems.
C. Submittal Process
5chedules and Monthly Construction Status Reports ara submitted in in the City's
document managem.ent systezn in the location dedicated for this purpose.
Once tl�e project has been completed and Final Acceptance has been issued by the
City, no further progress sc�Zedules or construction status reports are required from
the Contractor.
1.
1.� ACTION SUBMITTALS/INFORMATIONAL SUBMTTTALS [NOT USED]
L6 CLOSEOUT SUBMITTALS [NOT USED�
1.'� MAINTENANCE MATERIAL SUBNIITTALS [NOT USED]
1.$ QUALITY ASSiiRANCE
A. The person preparing and revising the construction Progress 5chedule shali he
experienced in the preparation of schedules af similar complexity.
B. �che�ule and supporting documents addressed in tk�is Spec�fication shall be prepared,
updated and revised to aceurately reflect the performance of the cons.truetion.
C. Cantractor is responsible for the quality of all submittals in this section meeting the
standard of care for the construction industry for sitnilarprojects.
1.9 DELLVERY, STORAGE, AND HANDLING [NOT IISED]
1.10 FIELD [SITE] C�NDTTIONS [NOT iTSED]
111 WAR,RANTY [NOT LTSED]
1.1� ATTACHMENTS
Spec 01 32 16.1 Construction Aroject Schedule Baseline Example
Spec O1 32 16.2 Construction Project Schedu�e Progress Example
Spec OI 32 16.3 Construction Project Schedule Progress Narrative
CITY OF FORT WbK7' H Westside IlI 24-Inch Water Transmissian Main
STANDARD CONSTRUCTION SPECIFICAi'ION DOCUMENI'S Cit}r Project No. f02689
Revised August 13, 2Q21
a� sz �6 - io
COiJSTTZ[7CTIQM PROGR�SS SCHEDULE
Page 10 of ]0
PART � - PRODUCTS [NOT Y7SED]
PART 3 - EXECYITION [NOT USED]
END OF ,SECTiON
CITY OF FORT WORT H Westside III 24-Incli Water Transmission Main
STANDARD CON3TRiiCTTDN 5P�CIFICATION DOCUMENTS Ciry ProjectNo. 1Q2fi89
Re�ised August �3, 2021
O1 32 16.1
COI�[STAUCTIQ7+S PROGRE55 SCTiEBULE -- BASELINE EXAIvlPLE
Page 1 of5
SECTION 013� 16.1
CONSTRLTCTION SCHEDULE— BASELINE EXAMPLE
PART 1 - Gr.NFRAi,
The following is an e�ample of a Contractnr's pxo,�ect scheduje that illustrates the data and
expectation for schedule cont�nt depicting the Uaseline for the project. This �ersion of the
schedule is referred to as a"baseline" schedu�e. This e�nple is intended to provide
guidance for the Contractor when developing. and submitting a baseline sehedule. See CF W
Specification O 1 32 16 Construction Schedule for detaiis and requirements regarding ihe
Cantractor's proj ect schedule.
CITY OF F�RT WQRTH Westsidc III 24-Inch Water Transmission Main
SSAi�CDARD CONSTRUCTION 5PECIFICAT[QN DOCUME]�fTS City Project No. l02689
Revised August 13, 2021
01 32 16.1
CONSTRUCTION PILpGRE55 SCH�DULE—BASELINE EXAMPLE
Page 2 of5
r,r,
,�
�V °��
'W
)
� !"
��_ [71
` n
�
�
�
'�:
n
��
,.�
r`�r�,
�
�
�
C9
�
�
�
�
.�
�
�i 4�
:�� �
� W
�.i �
�
� �J
�..n Cl
F �'
!
I_
n�
�.�
•a
�
.�
:�
K
��
1
f
:
r
1
ij
, � �3 � �
...--•- -•--•-•-•- - . �
i = .. -...�I-.�. ....._` ._ i�/
..._.. _ _ YiN
------ -a- ----.- - � -...... ;�; -.---- -� �
.-•-•_�� •-:::: '��' :::-• j- -•-•- -j� �.._,
--i—�--�-�—+� S�
� i � '�; ` � - � , —� i l I i I�
F„ .ii. �i�-� + �.� "''.� 1� �� . :�u u , �Fi ,�i.�i �+•�. �i� � +����� ., �� �i,
, � ' � . [� � 1_ {-' f � i. {: F�
.1 , ', YI � i i� �
x r M, :
''i � � Y' �� Yi � �� N 19 �d�ui.IV h Pl �a111ry1�f.1 �
• x� ��� �"� +�i X i i r. .. i�+� I� ... f�1' �� nf �.l i+� w i7 � 1 i.1 r> �+".±
� ;
y.
q l,1 �t M•p
{+ � i5 �] C 4 GI 4 {i �;O :� 4J�'i •r N �O 1��-.+R•N p��y �
•� ��� � ��� �• •I , i �i ii . rl.M M i.l�M•�.l �n WI �1�M:r) NI
� .. .� .. ��� nk �� �. �� .� � � 'tii w � �
_ ' y�.vl S F�:Y. w yi V� w�W.W �. .. .
�' ,`n ��� �" '� �' � �,i.,�, ,4 '} �7 k er i,� }i � � �4ji� f� Fi!ry;� #' i'= oj c�i y� � h ;:
x'� � i� t�i F �" 7. r� f N�U � r"J;� t.,ti qi� i z, ty n:w�G�� m'�y+
� � +-i �. -, � �4 �� a '- ., ., �, h �5 r� ^? � �',;:vi � T vf �h��.�h �! i
�Y M �1 .�a ���ll'�d
.� �_ ..� ._ �. _� �.. 4. � � ..i ii� .i .. � ��_ .� y. .� .� PI!� 4 RJ�� W � ii� t� �i. _ _' �
;; :r ;.; .v ; �• �� .. ;� �' '� '� �r '� :� ,; ;; i;t ;� :: ' a ��:� fs t�i;�;i� a: �� ;� : i� � a:
� i I � �� ' k� � r{'T. �' i� w w�' k� �� a�' sL' �� �,1 � y 1.1 t��' 1;��. S; • G $ i I '. . m
�t � � i � 1, 1' n�''i ' 6 � P ; 5 � �� �+ � � �' � � :�i Y,' eJ "� $ ? � � n i�! '' '{' }i � �
� N
�+ n u . :R � 5C :7 �' � �: •n ;( � F :i �� �� � � b `- '^ ^ � ��I �r •' 'n kI 'E'. _. " �j
ri! � , . . , i�t h; �h '� •� ��. i +r ,� i ! � �a ' � , rt � � [V y 4i �l �l ��1��} u �
�
a
�
� �
G �
�� �kr
� �
!"� {� ]
+!7 � �
� �
� �
� r�'!
y� �/ywpa�
1iT1 •�y
��'a 4°
�i �
1 �
�
�
F(W�V
4.I�
I � I ni
' ' �
n�
�', i , s:.
-�3 �:
1 �' ,It � Fa
� ' � �
� i � u�
I � I i � , , , � � LL
�� . � �
n. , , �
+yl '� . � � l.7 U
�, '" ' , ! ; i�
ss� .j�' �
�. � �: � �
� �, s� . �
a
^ �:
�' , �' � � ; ,_ � �' �`?-� u
�''r. i �, � :�,�'" I .1 � � v;� �{ � ��
� b� �': �' � ` �; . ; r d � w. ' � a W ; y '; �_ �,
�?.;;.�;�� � r � _, .� �,, i ,,: ro �. ^,-- I� ,�?
� v , d ¢ n � "3' . �: ��, � ,�i q �- � � k Q 4;
� �� �?�,�,r. ,1� , �.�':; w � +: �� , w �, � �S t, , U . '�a
�� •. 1�R� �. a .�� n��i', ;5,y �'; O i � - .^
.a o. :'r tY .Y.
S,i 1� n.�`p 7I n j� 4 � .�� n oiG:..u�;� r.,w n'm• ��: � b`��r, ;� � Cj �.p •
� � i?�t�i � X `� � � f5�f� � � li�;� n U� cd �; � .�S I � n�R � - .� iY.
��-f9 � 4' 1- �a i� � r. r.,; t"� � �o
* n�.�� n n'.��eti � aa•ir � � n r.� - ke . y 5 e� ca:r.. n u � �i;J
'� M��� n ].� � f. "� In IY V�.• N I:i�,q.41 rt+G F+ IX}�fi qry
F . I ' � t+i I�J {� i�'1 � � � � . � � � m Ih M ✓a' r� I'� � M 1�1 i:J - M1� . h• � � � � L �
K� � !�1 fl �
� �S i�^ �!� Fi.� - N M ' � , , x
_ � �
CITY OF FORT WORTH Westside lII 24-Ineh Water Transmissiun Main
STANDAItD CONSTI2UCTIQN SPECIFICATION AOCUMENTS City Project Na. ]62689
Aevised August 13, 2021
UI 32 lb.l
CONSTRUCTIONFROGRESS SCHEDUL�—BASELINEEXAivTPI.E
Page 3 �f 5
ts,
v�
� �
�
� N
� ��
��
!�
�
R�'
Q�
.�
ki
�
r-��.i
.._.1..... ... .. �. .... ._. _.
.j-- ---�-
::::-:�: ::::-:.�: �.:�_- -{._. ._. i _:....-
-��v.........._..
.-. . i. ... ' . _.�. ----- -.� _— :�-�
,..�.i .. ���� i� Fn ui �n a,'
�
��:.�.-..-:..:;.__-
_._... _�. _._._.. .�. ._._.
...._ =.E-�_._�__ :.�._._._.
'���� � ,.+` �
i
I +a
:F ,
�i i i Fs y:� I i. i.� ii +r Gl 'F �� 4 `�
`,i '�C �1 .1 .. .1 i! :� "3 �� ��� � 'k C. �."'. ' �.' � � �C :S � � !R �iG �i �o �� ��� ,�
`o ;:I + �: I �.i
y � � � � r1 a " G� .} Y ' O[Y � N ay} � �' 11 �F 41 v I} �]
�' . A y Y Fi ��i rt
ry il .� ti � iA �� .i Y� �. ii �t n it i} it r t i�. li:. ���� �i i� �r� iF
'4 r.� i�. • i 4� �'� �u Uy ' t''w} .._ y i .i� �� . �_�ii � i� � ii ys _� t iw
,t c� ti, ;, t. �$ � �i � �a � '� +� :{ � v :� '. i�' %i ` ii :i �'i :: 4j f, :. .i � � ' .�
�4 1� � � �L � '�l v ii o � � � �J '� ,. j i � -� o- � � � � ?� � i
Y.+�.�,'� ��, r�, �+�� ��j����� ,�4?.��, ���.� ., _ ':,.—
� w � � is . k� . ;. .� , � r� � � —
+ _i ^ ii ri xi �r �i { � �. u .� �.� � �� .�. ..� '�' ,h .h �^ �i i i w i.. n .n r �F +n /e ii
R
'�'i i "i i� � � � �,i %� �� i} ii � �i I ;a :: .� „ �.� .� ;: • � �
, �I� Ji � . �� :� � {� � � �, + �� 2� � :. � '+ ' ^ � � h � '�i
�r*�;� ;;���''�`7 `���St� ���{.s��, '��+��� �.� � r
- } �:, "�' �' ' � � '� � �
�� i � . r. � i � i I 41 , * i i i I �
.. � �" � "' " � �'I Y ., 7� � � Q�w. , o � o .�.� o �r `� �° �"--r • � n w �. � y;
ii i i ' � ii
� r �i . ��. �r '� }� :' ir w� # �i. S� .. , �.s � i = }: :� " i�i��� :` ' � � w w �' ii
�
�
�
�
�
� �,
� ^"
�.J �i'
�
� �
� W
� �
� �
�
O q�
� �
� ;fr
� �
N� �
�� �
�� �
� �
O
I
�'1
�r �
V
� � �
� �� �
�
� �,
��
�I CI�A
� �
i I I t�� � �
�
' I � �� ; ! � �� �
� � � � i � � � • s�
;'i =� � � �
x ;� •s �
# .. .� fi , .; � � �
� ;� :i ,', � � ���� !i ,} �
�'i � �� �r �� � i� .
�4 i.� ;� � :: � t n � f * ^ . }+ � � ��
� u' 7 xy� e' i � �r. �� f i� 4 . ,y
7� ���� r . I� A J� � �}' � }�� �y � � �, � y � F:.
. . �5 7 n S �� . � • t* '� R .. �,I �a _. � I I � IL
;��; A:;�,�� , . :, � � �:a,���.. �;��•�� �a � � � �, �
��, r, �, �1 r� r �� 'I �I ;, „ .7, E k�'I � n i' �1 Y }� � �' �, �
� �� r I� �+ �� p �� � � i � � � ~ � I� iii �, II i. 71 C � � . � L . if `� � {,7 r, i i ��
� ; R " 1; �11I t � � � ''a ; � � �i ; ��I �; � �: � � �: w� �. ��i :� 'f - _ � . ,. � ,� P
y# i � .♦ �� 1�1 rs i . � � � � f5 �h 1 � I � �' � � � � � �
i �4 �` � I� ��� ���' ,� iii I ' p1 � � � �
N N N � � �' � �
CTTY OF PORT W4RTH Westside III 24-Inch Water Transmission Main
STANDARD CONSTRUCTION 5P�CIFICAi'ION DOCUMENTS City Projeet No. 102689
Re�tised August 13, 2021
�] 32 16.1
COIVSTRUCTION PROCrIZESS SCHE.DCJLE—BAS$I,INE EXAMPLE
Page 4 of 5
C1TY �F PORT W4R`i'H Westside III 24-[nch Water Transraission Main
STANDAI21� CONSTRUCTION SPECIF[CATION DOCUdvIENT3 City Project No. 102689
Revised August 13, 2p21
O1 32 16, I
CO�ISTRUCTIONPROGRESS SCHEDULE—BASELINEEXAMPLE
Page 5 of 5
END OF 5ECTION
Revision Log
DATE NAII� SiTMMARY OF CHANGE
Ju1y 24, 2018 Ivf. 7arrell Init ial Issue
May 7, 2421 M awen Revised nazne due to revising tl�e schedule speci�ication
CITY O�' FOKT WORTH Westside III 24-Inch Water Transmission Nlain
STANDAKI3 CONSTIZI[7C'CIQN SPECIFICATIQN AOCU7VIENT5 Ciry Prnject No. 102689
Revised August 13, 2021
oa 3z ss.�
—PYtOCiRESS 1VARRAT]VE
Page i of 1
SECTION 013Z 16.3
COfVSTRUCTION PROJECT SCHEDULE PROGRE$S NARR�TIVE
Reporting Periad: Date Issued:
Pro�ect fVame: ContractorCompanyFdame:
City Project No: Cantractar 5chedu le Ca ntack:
City Praject �lianager:
A,. �,ist of activities c
1, (insert text hereJ
2. {insert text hare)
3. {insert te� herej
4. {insert text here}
5. (insert text here)
fi. (insert text here)
in the
..
�. �ist any pater�tial de
1. (insert text here)
2, (insert text here)
3, (insert text here)
and nrovide mit
C. List any actuaE delays and provide
1. (insert text here)
2. (insert text here)
3. (insert text here)
n actions
actions
City af Fort Worth, 7exas
Constructipn PfoJect 5chedu[e Narrative Report forCFW ProJects
Revlsed August 13, 2D21
Page 1 of i
o�szs3-i
PRECONSTRUCTION VIDEO
Page 1 of 2
SECTION 0132 33
PRECONSTRUCTION VIDEO
PART1- GENERAL
11 SUMMARY
A. �ection Includes:
1. Administrative and pracedural requirements for:
a. Freconstruction Videos
B. Deviations from this City of Fort Worth 5tanr�ard Specification
1. None.
C. Related 5pecification S�ctions include, but are not necessarily linnited to:
1. Di�ision 0-- Bidding Requirements, Contract Forms and Conditions af the Contract
�. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measur�ment and Payment
1. Work associated with this Item is considered subsidiary to the �arious items bid.
No separatc� payment wi11 be al.lowed iar this It�tx►.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUXREMENTS
A. Preconstruction Video
1. Produce a preco�struction video of the site/alignmen.t, including alI areas in the
vicinity of and ta be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of tlie preconstruction video until th.e ezzd of the maintenarice surety
periad.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/1NF�RMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SiTBM1TTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 T�IELD [SITE� CONDTT�ON� [NOT USEll]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT IISED]
CITY OF FORT WORTH Westside III 24-[nch Water Transmission Main
STANDARD CONSTRiiCTION SPECIFICATION DOCUMENT3 City Projeet No. 102689
Revised Je�ly l, 20I l
013233-2
PRECpNSTRUCTION VIDEO
Page 2 of 2
PART 3 - EXECUTION �NOT USED]
END OF SECTXQN
Revision Log
DATE IVAME SUMMARY OF CHANGE
Cli'Y OF FORT WOI2TIi Westside III 2q-Inch Water Transmission Main
STANDARI] CON5TRUCTIQN SPECIFICAT[ON DOCUMfiNTS City Project No. 102689
Revised luly 1, 2Ul l
ai33ao-i
SLIBMI'iTALS
Page ! of $
SECTION 0133 00
SUBMITTALS
PART 1- GENERAL
1.1 SUMMARY
A. 5eetion Includes:
General methods and requiretnents of submissions applicable to the following
Work-related submittals:
a. Shop Drawings
b. Product Data (incl.uding Standard Product List submittals}
c. Samples
d. Mack Ups
B. Deviations from this City of Fort Worth Standard Specif cation
1. None.
C. Related 5peciiication Sections includa, but are not necessarily linnited to:
Division �— Biddimg Ret�uirements, Cantract Forms and Conditions of the Contract
2. Division 1— General Requi�ements
1.2 PRICE AND PAYMENT PROCEDLTRE�
A. Meas�rement and Payment
Woric associated with this Item is considered subsidiary to tha various items bid.
No separate payment will be atlowed for this Item.
1.3 REFERENCES �NOT iTSED]
1.4 ADMINISTRATIVE REQUIREMENT�
A. Coordination
1. Notify the City in writing, at the time of suhmittal, of any deviations in the
subrnittals from the reqUirements of the Contract Docurnents.
2. Coordinaiion of 5ubmittal Times
a. Prepare, prioritize and transmit each submittal sufficiently in acfvance of
performing the reIated Work or other applieable activities, or within the time
speczfied in the individual Woric Sactions, of the Speciiicaiions.
b. Contractor is responsible such that the installation will not be delayed by
proeessing times including, but not limited to:
a) Disapprovaj and resubmit�al (if required)
b) Coordination witk� other submittals
c) Testing
d) Purchasing
e) Fabrication
t} Delivery
gj Similar sequenced activities
e. No extension of time wiIl he authorized hecause of the Cnntractor's failure to
�ransmit submittals sufficiently in advance of the Work.
CITY QF FORT WORTH Westside dII 24-Inch Water Trensmissinn Main
STANDARD CONSTRUCTEON SPECIFICATI�N DOCU3vIEIVT5 City Profect No. 102G89
Revised December 20, 2012
013300-2
SUBAifITTAI.S
Page 2 of 8
d. Make submittals proznptTy in accordance with a}aproved schedule, and in such
sequence as to cause na delay in the Wark or in the work of an� other
contraetor.
B. Subznif�al Numhering
When submitting shop drawings ar samples, utilize a 9-charaeter submittal crnss-
reference identification numbering system in, the follor�ingmanner:
a. Use the first 6 digits of the applicable Spe.cification Section Number.
b. Fqr the next 2 digits number use numbers 01-99 ta sequentially number each
initial se�aarate itaxn or drawing submitted under each specifie Section number.
a Last us� a letter, A-Z, zndieating the resubmission af tl�e same drawing (i.e.
A=2nd suhrnission, B=3rd submissian, C=4th submission, etc.}. A typical
submittal number would be as foIlows:
03 30 00�48-B
1) 03 30 00 is the Speciflcation Section for Goncrete
2) 08 is the e�ghth initial submittal under this Specification �ection
3j B is the third submission {secand resubmission) of that particular shop
drawing
C. Contractor Cer�ification
1. Review shap drawings, product data and samples, incl�ding those by
subcontractors, prior to submission to determine and verify the following:
a. �'ield measurements
b. �'ieId construction criteria
c. CataIog numbers and similar data
d. +Conforznance with the Contract Docum�nts
2. Provide each shap drawing, samgle and product da#a subrnitted by the Contractor
with a Certification Statement afiixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c, Certifcatinn 5tatement
1) "By this submittal, I hereby represent that I have determined and ve:rified
iield measurements, �eld construction criteria, materials, dimensions,
catalog numbers and similar data and I h.ave checiced and eaordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold �hop drawings larger than 8'/Z inches x 11 inehes to 8%z inehes x 11 inches.
2. Bind shop drawings and pz'aduct data sheets together.
3. Order
a. Cover Sheet
1) DescriptionofPacket
2) Canfractor Cer�iiication
b. List of items / Tabte of Contents
c. Produci DatalShop DrawingslS�mples ICalculations
E. Submittal Content
1. The date af submission and the dates of any previous submissions
CITY OF Ffl12T WbRTH Westside IIT 24-Inch Water TransmissiQn Main
STANDARl7 COIV5TItUCTIpN SPECIFICATIOI�I DOCUMENTS City Project No. 102689
Re�ised December 20, 2012
o� 33 00 - 3
SUBMI'I"1'AL5
Pagc 3 of 8
F
2. The Praject title and number
3. Cantractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. [dentification of the product, with the Specification Sectzon number, page and
paragraph(s)
6. Field dimensions, elearly identified as sucYt
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standarcis, suCh as ASTM or Federal Specification numbers
9. Identificatian by highlighting of deuiations from Contract Dacuments
10. Identifieation by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blan�C space for Contractor and Citjr stamps
Shop Drawir�gs
1. As specified in individual Wor�C Sections includes, but is not necessarily limitedto:
a. Custom-prepared data such as fabrication and erectionlinstallation (working}
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipraent inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parks to the main members and lines af the structure
b. Where correct fabrication of the Work depends upon %eld measuremen#s
t) Provide such rneasu�rem�nts and note on the drawings prior to submitting
for approval.
G. Product Data
L For submittals of product data for products included on the City's Standard Product
List, clearly identif� each item selected far use on the Project.
2. For submittals of product data for products not included on the City's Standard
Product List, submittal data may include, but is not necessarily limited to:
a. Stanciard prepared dafa for manufactured products (so�netiznes referred to as
catalog data)
1) 5uch as the manufacturer's product specification and installation
instruetions
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing-in diagrarrzs and templates
S) Catalog cuts
6) Product photographs
C1TY OF FQRT WORTH WesYside III 24-Inch Water Teaosmission Main
3TANDAIiD COHSTRUCT[QN SPECIFTCATIQN D�CUMENTS City Project 3Va. 102684
Revised December 20, 2012
0133OD-4
SUAMI7"['AL5
Page4of8
7) Standard wiring diagrams
8) Printed performance curves and operational-range diagrams
9) Ptoduction or quality cantrol inspection and t�st reports and certifications
1 Q) Mill reports
11) Product operating and main.tenance instructions and recatn�mended
spare-parts listing and printed product warranties
12) As appiicable to the Work
H. Samples
1. As specified in individual Sections, inc�ude, but are not necessarily limited to:
a. Physical examples of the Work such as:
i) Sections of manufactured or fabricated Wark
2) Small cuts or cantainers of materials
3) Cotnplete units of repetitively used groducts color/texture/pattern swatches
and rang� sets
4} Specimens for coordination of visual effect
5) Graphic symbols and units of Work to be used by the City for independent
inspection and testing, as appIicable to the Work
Do not start Work requiring a shop drawing, sample or �roduct data nor an� mat�rial Yn
b�: fabrica�ed or installed prior to the approval or qualified approval of such item.
1. Fabrication perfarmed, materials purchased ar on-site construction accomplish�d
which does not conform to approved shop drawings and data is at the Contractor's
risk.
2. The City will not be liable far any expense or delay due to corrections or remedies
required to acco�nplish conformity.
3. Cornplete project Work, materials, fabrication, and installations in con�o�anee
with appro�ed shop drawings, applicable samples, and product data.
1. Submitta! DFstribution
1. Electronic Distribution
a. Confirm development of Project directory for electranic submittals to be
uploaded to City's Buzzsaw site, or another e�ernal FTP site approved by the
City,
b. Shap Drawings
1) Upload submittal to designated prajeet directory and notify apprapriate
City represen#atives via email of submittal pasting,
2} Hard Copies
a) 3 copies far all submittals
b) If Cantractor requires more than 1 hard copy of Shop Drawings
ret�arned, Contractnr shall submit more than the number of copies listed
above.
c. Product Data
1) Upload submit�al to designated project directory and notify appropriate
City represantatives via email of submittal posting.
2) Hard Copies
a) 3 cogies for all submittals
d. Saznples
1} Distrabuted to the Praject Representative
2. Hard Copy Distribution (if required in liau of electronic distribution)
CITY OF FORT WORTH Wastside [II 24-]neh Water Ttansrnission Main
STANDAIti] CO�ISTRUCT[ON SPHCIFICATl�N DOCUMENTS Ciry ProjectNo, ]Q26&9
Reaised December 20, 2�12
013300-5
SUBMITT'AL5
Page 5 of 8
a.
G.
Shop Drawings
1) Distributed to the City
2} Copies
a) 8 copies for mechanical submittals
b} 7 copies far aII other submittals
c) If Contractor requires more t�ar� 3 copies of Shop Drawings returned,
Cantractar shaII submit more than the number af copies listed abova.
Product Data
1) Distributed to the City
2) Copies
a} 4 copies
Sacnples
1) Distributed to the Project Representative
2) Copies
a) 5ubmit the number s�ated in the respective Speci�cation Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where requir�d, to the job site file and elsewhere as
dirccted by the City.
a. Provide number of co�ies as directed by the City but not exceeding the numher
pr�viausly specified.
K. Sub.mittal Review
2.
3.
4.
The review of sl�op drawings, data and samples wi11 be for general eonforntance
with the design concept and Confraet Documents. This is not to be construed as:
a. Permitting any depa�ture fram the Contract requirements
b. Relieving the Contractor of responsibility far any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as ott�.erw�se
provided herein
The re�iew ar�d approval of shop drawi.ngs, samples or product data by the City
does nat relieve the Cantractor from hislher responsibility with regard to the
fulfillment of the terms of the Contract.
a. All risks of error and ozaaissian are assumed by th�e Contractor, and the City wi11
have na responsibility therefore.
The Contractor rernains res:ponsible for details and accuracy, far coordinating the
Work with all other associated work and trades, for selecting fabricatian proeesses,
for techniques of assembly and for performing Work in a safe mar�ner.
If the shop drawings, data �ar samples as submitted describe variations and sho�v a
departure from the Contract requirements which Gity finds to be in the interest of
the City and to be so minor as not to in�olve a change in C.ontract Price or time for
performance, ti7e City may return the reviewed drawings withoui noting an.
exceptian.
Subnnittals will be returned ta the Contractor under 1 of the following cocies:
a. Code 1
l) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
co�men�s an the su�mittal.
a) When returned under this code the Cantractor may release the
equipmeni and/or material for manufacture.
b. Code 2
CITY OF F�ORT WORTH Westside � 24-Inch Water Transmission Main
STANDARD CONSTRUCTEON 5PECIFICA'I'ION DOCUMENTS Eity Project Na. 102689
12evised December 20, 2012
na 33ao-s
S!lBMITTALS
Page 6 af 8
1) "EXCEPTIONS NOTED", This code is assigned when a confu'matian of
the notations and comments IS NO`,i' required by the Cantractor.
a) The Contractor may release the equiptxaent or material for manufacture;
however, all notations and commen.ts musfi be incorporated into the
final pxoduct.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This comhination af codes is
assigned when �otations and comments are extensi�e enough to require a
resubmittal nf the paelcage.
a) The Contractor rnay release the equipment or material �'or manufacture;
however, all natations and cam.znents must be incorporated into the
fnal groduct.
b) This resubmittal is to address al� camments, ornissions and
non-conforming iterns that were noted.
c} Resubmit�al is to be received by the City within 15 Calendar Days of
the data of the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPRQV�D" is assigned when the submittal does not meet the
intent of the Contract Docuniaents.
a) The Cantractor must resubmit the entire package .revised to bring the
submittal inta confarmance.
b) It may be necessary to resubmit using a different manufacturerlvendor
to meet the Con�ract Documents.
6. Resubmittals
a. Handled in the same manner as first submit�als
1} Correciions other than requested by the City
2) Mat�ked with revision triangle or other siznilar method
a} At Contraetar's risk if not marked
b. Submittals for each item wi11 be reviewed n� more than twice at the City's
expense.
1) All subsequent revi�ws wi�l be performed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative's then prevailing rates.
2) Provide Contractor reim6ursement to the City within 30 Calendar Days for
aIl such fees invoiced by the City.
a The n�ed for more than 1 resubmission or any other delay in abtaining City's
review of submittals, will not entitle the Cantractor to an extension af Contract
Time.
7. Partial5ubmiitals
a. City reserves the right to not review suhmittals deemed partial, at the City's
discretion.
b. Submittals c�eemed by the City to be not complete will be returned to the
Contraetor, and will be considered °Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the
Cpntractor to the areas that are incomplete.
8. If the. Contractor considers any correetion indicated on the shop drawings to
constitute a change to the Cantract Dacuments, then written notice must be
provided thereof to the City at least 7 Calendar Days priar ta raiease for
manufacture.
C1TY OF FORT W�RTI-T Wes#side III 24-Inch Water Transmission TvIain
STANDARD C.�NSTRUCI'ION SPECIFICATI�N DOCUMENTS City Project Na. 1Q2689
Revised December 20, 20l2
0! 33fl0-7
SUBMITfALS
Page 7 of B
9. Wh.en the shop drawings have b�en completed to the satisfaction of tha City, the
Contractor may carty out the construction in accordance therewith and na further
changes therei� except upon written instructions fram the City.
10. Eaeh submittal, appropriate3y coded, wi11 be returned within 30 Caiendar Days
following receipt of sUbmittal by t�e City.
L. Mack ups
1. Mocl� Up units as specified in individual5ections, include, but are nat necessaxily
limited to, compiete uniis of the standard of acceptance for that type of Work to be
useci on the !'roject. Remove at the completion of the Work or when directed.
M. Qualifications
1. If speeifically required in oYher Sectians of these Specifications, submit a P.E.
Gertiiication for each itena required.
N. Request for Information (RFI)
Contractor Request for additional information
a. Clarification or interpretatian of the contract documents
b. When the C�ntractor belie�es there is a con#lict between Contract Docutnents
c. When the ConYractor be�ieves there is a conflict between the Drawings and
Specifications
1) Identify tha conflict and request clarification
2. Use the Request for Information (RFI) form provided 6y the City.
3. Numbering of RFI
a. Prefi�c wi� "RFI" followed by series number, "-x�c", beginning with "D 1" and
increasing sequentially with each additional transmittal.
4. Sufficient information shall be attached to permit a written res�onse without further
information.
5. The City will log each tequest and wi1l review the request.
a. If review af the project infartnation reyuest indicates that a change to the
Co ntract Dacuments is required, the City will issue a Field Order ox Change
Qrder, as appropriate.
1.5 SUBIVIITTALS [NOT USED�
L6 ACTION SUBMITTALSIINFORMATIONAL SUBMiTTALS [NOT IISED]
I.7 CLOSEOUT SUBMITTALS [NOT iTSEDJ
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
110 DELNERY, STOR.AGE, AND HANDLING [N�T USED]
1.11 FIELD [SITE] CONDxTIQNS [N�T USED]
1.12 WARRANTY [NOT USED]
CITY OF FORT WORTH Westside III 24-Inch Water Transmission ivIain
5"1'ANDARD CONSTAUCTION SPECIFTCATION DOCiJMENTS Ciry Project No. 102689
Revised December20, 2012
O13300-5
SUBMiTTAlaS
Fage 8 of 8
PART 2 � PRODUCTS [NOT USED]
PART 3 - EXECUTXON [NOT IISED]
END OF SECTION
Revision Log
DATE NAME SUMMAIZY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Warking Days modified to Calendar Days
C1TY OF PORT WORTH Westside III 2q-Inch WaYer Transmission Main
STANDARD C�NSTRUCTION SPECIFICATION DOCUMENTS City Project No. 1026$9
Revised Qecemher 20, 2012
p135I3-1
Sl'ECIAL PROJECT PROCEDURES
P�ge 1 of S
SECTION 0135 13
SPECIAL PRQ7ECT PROCEDURES
PART1- GENERAL
11 SUMMARY
A. 5ection Includes:
1. The procedures for special project circumstances that includes, but is not litn.ited to:
a. Coordination with khe `I'exas Department of Transportation
b. Work near Hi�k� Voltage Lines
c.. Confined Space Entry Program
d. Air Pollution Watch Days
e. Use of Explosives, Drop Weigi�t, Etc.
f. �Vater Department Notifieation
g. Public Noti�cation Prior to Beginning Construction
h. Coordinatian with United 5tates Army Corps af Engineers
i. Coordination v�ithin Railroad permits areas
j, Dust Control
k. �mployee Parking
1_ Caardinatian with North Central Texas CounciI of Governments Clean
Construction Specification
B. Deviatians from this City of Fort Worth Standard Speci�cation
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Divisian p— Bidding Requirements, Contract �oz�tns and Conditions of the Contract
2. Divisinn 1— General Requirements
3. Section 33 12 25 — Conneetian to Existing Water Mains
1.2 PR,�CE ,AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Coordination within Railroad permit areas
a. Measurement �
1} Measurement for this It�m will be by lump sum.
b. Payment
1} The wark perFortned and materials furnished in accordance with this Ttem
will be paid for at th� lutnp sum price bid for Railraad Coordination.
c. The price bid shall include:
1) Mobilization
2) [nspeetzon
3) 5afety training
4) Additionallnsurance
5} Insurance Certificates
CITY OF FORT WQRTH Westside IiT 24-Inch Water Tratrsmission Main
STANDARI? CONSTRUCTIflN SPECIFICATTOTE DOCUI�NTS City Project Na. 102689
Revised C7ecem6er 20, 2012
O1 35 l3 - 2
SPECIAL PROJ�CT PIZOGEDURES
Page 2 of 8
6) Other requiremen.ts associated with general coardination with Railroad,
including additi.onal �mployees required to protect the right-of-way az�d
property of the Railraad from damage arising out af and/ar from the
construction of the Project,
2. Rai�road Flaginen
a. Measurement
l} Measurement for this I#em will be per working day.
b, Payment
1} The wark p�rformed and materials furnished in accordance with this Item
will be paid far each working day that Railroad Flagmen are present at the
Site.
c. The price bid shall include:
1} Coordination for seheduling flagrnen
2) Flagmen
3) Other requirements associated with Rai]road
3. All other items
a. Work associated with these Items is considered subsidiary to the various Items
bid. No separate payment will be allawed for ihis Item,
1.3 REFERENCES
A. Reference Standards
1. Re%rence standards cited in this Speeifieation refer to the current reference
standard pu6lished at the time of the latest revision date logged at the end af this
Speci%cation, unless a date is specifically cited.
2, Haalth and Safety Code, Title 9. Safety, Subtitle A. �'ublic Safety, Chapter 752.
Hzgh Valtage Overhead Lines.
3. North Cen#ral Texas Council of Governments {NCTCOG) — Clean Construction
Speciiieation
1.4 ADMINISTRATNE REQUIREMENTS
A. Coordination with the Texas Departrnent of Transportation
l. When work in the right-of-way which is under the jurisdiction of the Texas
Department af Transportation [TxDOT):
a. Notify the Texas Department of Transportation prior to commencing an� work
ther�zn in accordance with the provisians of the permit
b. All wark performed in the TxDOT right-of-way shall be perfortzl�d in
compliance with and subject to appro�aI from the Texas Department oi
Transportation
B, Work near High Valtage Lines
1. Regulatory Requirements
a. All Wark near Higi� Vo.ltage Lines (more than 600 volts measured between
canductors or between a conductor and the ground} shall be in accordance with
Health and Safety Cnde, Title 9, Subtitle A, Chapter 752.
2. Warning sign
a. Provide sign of suff cient size meeting all 05HA requirements.
3. Equipment aperating within I O feet of hi�h voltage lines wiIl require the following
safety features
CITY OP FQRT WORTH Westsida III 24-Inch Wa[er Transmission Main
STANDARD C41�STAUCTION SPECIFICAT[QN DOCiIMENTS City Prnject No. ]02689
Re�ised December 20, 2012
01 35 13 - 3
SPfiCIAL PR07ECT PROCEDURES
Page 3 of 8
a. Insulating cag�-type af guard about the boam or arm
b. [nsuiator liaaks an the lift hook connections for back hoes or dippers
e. Equipm�nt mus.t meet the safety requirements as set forth by OSHA and the
safety requirements of the owner of the high voliage lines
Wnrk within 6 feet of hzgh voltage electric iines
a. Notificat�on shall be given to:
1) The pQwer com.pany {e�ample: ONCOR)
a) Maintain an accurate lag of all such calls to povver company and record
action talcen in each case.
b. Coordination with power company
]) After notif cation eaordinate with ti�e power campany to: ,
a) Erect temporary mechanical harriers, de-energize the lines, or raise ar
lower the lines
c. Na personnel may work wiihin 6 feet of a high voltage Iine before the above
requirements have been met.
C. Confined Space Entry Program
1. Provide and faIlow approved Confined Space Entry Prograrn in accardance with
OSHA requiremen�s.
2. Confined 5paces incluc�e:
a. Manholes
b. All other confined spaces in aeeordance with �SHA's Permit Req�ired for
Confined Spaces
D. Air PolIution Watch Days
1. General
a. Obs.erve the fo�lowing guidelines relating to working on City construction sites
on days desi�nated as "AIR POLLUTION WATCH DAYS".
b. Typical Ozone Season
1} May 1 through 4ctoher 31.
c. Critical Emission Time
1) 6:Q0 a.tn.. to 10:00 a.m.
2. Watch Days
a. The Texas Commission c�n Envirorunental Quality (TCE�, in coardination
with the National Weather 5ervice, wiil issue the Air Pollution Watch by 3:00
p.m. on tk�e af�ernoon prior to the �NATCH day.
b. Requirem�nts
l} Begin work after 1Q:00 a.m. whenever constructionphasing requires the
use of motorized equipment for periads in excess of 1 hour.
2) Howe�+er, the Contractor may begin w�ork priar to 10:00 a.m. if:
a) Use of motorized equipment is less than 1 hour, or
b) If equipment is new and certified 1ry EPA as "Low Emitting", or
equipment burns Ultra Low Sulfur Diesel {ULSD), diesel emulsions, or
alternative fuels such as CNG.
E. TCEQ Air Permit
1. Obtain TCEQ Air Permit for cor►struction activities per requirements oi TCEQ.
F. Use of Explosives, Drop Weight, Ete.
1. When Contract Docunnents permit on the project the following will appIy:
CITY OF FORT WORTH Westside IIT 24-Ineh Water Transmission Main
STANDARD CONSTAUCTTON SPECIFICATION! DOCUM�N`I'S City Project Na. IQ2689
Revised Decemher 20, 2012
O1 35 l3 -4
SPECIAL PROJECT P12dCEDURE5
Page �4 of 8
a, Public Notification
I) S�zhmit notice to City and praof of adequate insurance coverage, 24 hours
prior to comrnencing.
2} Minimum 2�# hour public notificatian in accordance with Sec#ion O1 31 13
G. Water Department Coordination
1. During�lae constructian afthis project, it will be necessary to deactivate, for a
period of tizne, existing lines, The Contractor shalI be required to coordinate with
the Water Depar#ment to determine the best times for deactivating and activating
those lines.
2. Coardinate any event that will require connecting to or the ogeratian of a�n existing
Ci.ty water line system with the City's representative.
a. Coordination shall be in accordance with Section 33 I2 25.
h. If needed, obtain a hydrant water meter from th� Water Departmerrt for use
during the life of named praject.
c. In the event that a water valve an an existing Iive syst�m be turned off and on
to accommodate the construction of the project is required, coordinate this
activity through the apprapriate City represenfative.
l) Do not operate watcr line valves of existing water system.
a) Failure to comply will render the Contractor in violation of Texas Penat
Code Title 7, Chapter 28.Q3 (Crirn.inal Mischief) and #he Contractor
wi116e grosecuted to the full extent af th� law.
b) In additinn, the Contractor will assume all liabiIities and
responsibilities as a result Qf these actians,
H. Fublic Natif cation Prior to Beginning Construction
Prior to heginning construction on any block in the project, on a hlock by block
basis, prepare and deliver a notice or flyer of the pending construction to the front
door of each residence or business that will be impacted by construction. The notice
shall be prepared as follows:
a. Post notice ar flyer 7 days prior to beginning any construction acti�ity on each
block in the project area.
1) Prepare fly�r on the Cas�tractor's letterhead and include the fallowing
infarmation:
a} Narne ofProject
b} City Praject No (CPN)
c) Scope of �roject (i.e. type of construction activity)
d} Actual construction duration �vithin the block
e} Name oithe contraetor's foremap and phone nuitnber
fl Name ofthe City's inspector and phone nucnber
g) City's after-hours phane numher
2) A sample af the `pre-consiruction notification' flyer is attached as ��ibit
A.
3) Submit schedule shawing tha construction start and finish time far each
block of the project to the inspectar.
4j Deliver flyer to the City Inspectar for raview prior to distributian.
b. No construction will be allowed to begin on any block until the flyer is
delivered to ali residents of the block,
I. Public Notification af Temporary Water Service Interruptian durin� Construciion
CITY pF FORT WORTH Westside ]I[ 24-Inch Water Transmission Main
STANQARD CONSTRUCTION SPECIFICATIpN DOCUMHNTS City Prnject No. 102689
Revised December 20, 2012
01 35 13 - 5
SPECIALPR07ECTPROCEDUREB
Page S of S
2.
In the event it becornes necessary to temporarily shut down water service ta
residents or busin.�sses during construction, prepare and deliver a notice or flyer of
the pending interruption to the front door of each affected resident.
Prepared natice as follows._
a. The natification or flyer shall be posted 24 hours prior to the temporary
interruption.
b. Prepare flyer on t�ae contractor's ietterhead and include the following
information:
1} Name of the project
2} City Projact Number
3) Date af the interrupiion of service
4) Period tha interruption will take place
5) Natne of the contractor's iareman and phone number
6) Natne of the Gity's insgector and phone number
c. A satnple of the temporary water service interruptinn notification is attached as
Exhibit B.
d. Deliver a copy of the temporary interruption notification to the City inspector
for review pr�or to being distributed.
e. No intercuption of water sarvice can occur until the flyer has been delivered to
a11 affected residents and busanesses.
f. Electrflnic versions af the sample flyers can be obtained from ihe Project
Construction Inspector,
J. Coordination with United States Army Corps of Engineers (USACE)
1. At locations in the Project where construction activities occur 'rn areas wh.ere
USACE permits are req�ired, meet all requirements set forth in each designated
permit.
K. Coordination within Railroad Permit Areas
1. At locations in the project where canstrvction activities accur in areas where
railroad p.ern�its are required, meet all requiremenis set forih in each designated
railroad permit. This includes, but is not ji�nited to, provisions far:
a. Flagmen
b. Inspectors
c. Safery Yxaizzing
d. Additianal insurance
e. Insurance certificafes
f. Other employees requireci to protect th� right-of-way and property of the
Railroad Company froui damage arising out of and/or frorn the consiruction of
the project. Proper utility clearance p;rocedures shall be used in accordance
with the permit guidelines.
2. Obtain any supplemental infortnation. needed to comply with the raikoad's
requirements.
3. Railroad Flagmen
a. Submit reeeipts ta City for verifcation af worlsing clays ihat railroad flagmen
were �resent an Site.
L. Dust Control
l. Use aceeptable measures to control dust at the Site,
a. Iiwafier is used to control dust, capture and. properly dispose af waste water.
C1TY OF FORT WORTH Westside TTC 24-Inch Water Transmission Main
5TANT3AliTJ CQNSTRUCTION SPECIFICATI�N DbCUMENTS City Project Nlo. 1 U2689
Revised December 2D, 2012
013513-6
SPECIAL PROJBCT PROCEDURE5
Page 6 of 8
b. If wet saw cutting is performed, capture and properly dispose of slurry.
M. Employee Parking
1. Provide parking for employees at lacatxans approved by the City.
N. Coordination with North Central Texas Council of Governments {NCTCOG) Clean
Construction Specification
1. Comply with e�uipment, operational, reporting and enfnrcement requirements set
fo�th in NCTCQG's Clean Construction Specifieation.
1.5 SUBNLiTTALS [N�T US�D]
1.G ACTION Si1BMXTTALS/INFORIVIATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS (NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY AS�i7RANCE [NUT USED]
1.� 4 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 �+IELD [SITE� CONDITIONS [NOT USED]
1.12 WA_RRANTY [NOT USED]
PART 2 - PRODUCTS �NOT USED]
PART 3 - EXECUTTON [NOT i7SED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1.4.8 --Added requirement of compliance with Health and 5afety Code, Title 9.
8/31/2012 D, Johnson 5afety, Subtitle A. P�blic Safety, Chapter 752. High Voltage Overhead Lines.
1.4.E — Added Contractor respon�ibility for obtaining a TCEQ Air Permit
CITY OF FORT WORTH Westside III2�}-Inch WatcrTransmissionMain
STANBARII CONSTRUCTION SPECIFICATION IIOCUMENTS City Project Na. 102689
Rer+ised Deeemher 2fl, � 012
oi 3s ia-�
9PECIAL PRQ7ECT PROCEDiIAES
Page 7 of 8
EXIIIBIT A
{To }�e printed o� Contractor's Letterhead}
Date:
CPN No.:
Pro�eci Narne;
Mapsco Location:
Limits of Construction:
� - -, - -, - - -
I�
I�
i
i
I i I ,
iF;1S I� i0 IN[�O��II YQU THAi UN��R A CQNTRACT INIT}i �H� CIYY QI� �O�T
l�NOR�H, OUR COMPAP�Y Ilfilll�� Idi110RK OP� UTILIiY �IPl�S ON OR AROUA�D YOUR
PRO��R�Y.
�ON��'�IJC�IOA� WfLL ���Itd A��ROXIIV�AiI�LY S�V�td �p►YS �ROR,� ibl� DAi�
O� �bl5 i�DiICE.
l�` Y�U RAV� QU�SiION� A�BU� ACC�SS, 5€CIJRI�Y, SA��iY O� ANY �iH�R
ISSU�, PL�AS� CA��:
NYI'. �CONTRACYOR'S SUPERlNT�NaEN7� AT �TELEPHONE NO.�
��
i�t'. �CITY WSPECTOR� l4� C TELEPHONE N0.>
A�'i�R 4:30 �fVl OR OIV !f�l��KI�P�DS, P��AS� C►4LL {81 �) 39a 8306
PLEASE KEEP TN15 FLYER HANDY WHEN YOU CALL
CITY OF FORT WORT�I VJestside ILI 24-Inch Water Transmission Main
STANDARD CO3�l5TRUCTION SPECIFICATIQN DOCUMENTS City Praject No. 102689
Revised December 2p, 2412
b135l3-8
SPECIAL PRQ7ECT PROCEDURE5
Page S of 8
EXI3IBIT B
��R'T ���'TI�
MIt..
����.�
� �:
��:
�O�'��� o� `��I"�P��,�C w�►T�R ��1��'7��
��F1`�����'1'���
D� '1'O UTILI'f'Y iMPROVEMEI�T'T5 Il� YOTIYi i�T�YGHBOl2HOOD, YOiJIi
VI'ATEEZ S�RVICE WILL S� iNTER12T7PTED a1V
BETWEEIV' TSE HQifR5 OF AND
IF YOU EIAVE QUESTIOPVS ABOYIT THIS SHUT-OU'I', PLEASE CALL:
MR. AT
fcorrrRacToxs sur�iu�v�nn�rirr� �m��,�r�ro�v� �v��[s���
OR
(CITX INSPEC'1'QR)
AT
(TELEPH�NE NUMBER)
TSIS INCONV�NIENCE WII,E. BE AS SEiORT AS POSSIBLE.
TI�ANK YOiJ,
, CU1�iTRACTOR
CiTY OP EORT WORTH Westside II124-Inch Water Transmissian Main
STANDARD CONSTRUCTION SPECIFiCATI03Y DOCLIMENTS City Project No. 102689
Re�ised December 2D, 2D 12
ai a5 z3
TESTING ADiD QVSPEGTION SERV�CES
Paga l af2
s�cTioN ai �� 23
TESTING AND INSPECTION SERVICES
PART 1- GENERAL
1.1 SUMMARY
A. Sactiot� Includes:
1. Testing and insgection services procedures and coardination
B. De�iations from this City of Fort Worth Standard Specification
1. None.
C. Related Speci�cation 5�ctions include, btat are not necessarily limited to:
1. Division 0— Bidding Requicements, Contract Forms and Conditi.ons of the Contract
2. Division 1— General Requirements
1.� PRICE AND PAYMENT PR�CEDURES
A. Measurement and Fayment
1. Work associated with this Item is considered subsidiary to the various Items bid.
Na separate gayment will be allovved far this Item.
a. Contraetor is responsible for performing, eoordinating, and payment of all
Quality Control testin.g.
b. City is responsihle %r performing and payment for first set of Quality
Assurance testing.
1 j If ihe first Quality Assurance test performed by the City fails, the
Contractar is res�onsible for payment of subsequeni Quality Assurance
testing until a passing test occurs.
a) Final acceptanc� will not be issued by City until all required payments
for testing by Contraetar have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMIIVISTRATNE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Docutnents.
2. Coordination
a. When testing is required to be performed by th� City, notify City, sufficiently
in advance, when testing is needed.
b. When t�sting is required to be completed by the Confractar, natify City,
sufficien�ly in advance, that testing will be perfnrmed.
3. Distributian of Testing Reports
a. Electronic Disiribution
1) Confirtn development of Project direetory for electronic submittals ta be
uploaded to the City's dacum.ent management system, or anather e�ernal
FTP site approved hy th� City.
CLTY OF FORT WORTH Vi�estside III24-Inch Water Transmission Main
STANDARD CONSTRUCTION SPBCIFICATI�N DOCiJMENTS City Pcoject No. 102G89
Revised March 9, 2020
014523
TESTII�lG AND Il�ISPECTION SERVIC�5
Paga 2 of 2
2} Upload tes� reports to designated project ciirectory and notify appropriate
City repre�entatives via email of submittaI pasting.
3} Hard Capies
a) 1 copy far all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of �lectronic distribution)
1) Tests performed by City
a} Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard eopies to City's Praject R�presentative
4. Provide City's Project Aepresentative with trip tickets for each delivered Iaad of
Concrete or Lime material including the following information:
a. Name ofpit
h. Date of delivery
c. Materiai delivered
B. Inspection
I. Inspectian or lack of inspection does noY rel�eve ihe Contractor from obligation to
per%rm work in accordance with the Cantract Docunnents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTX4N SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBNIITTALS [NOT USEDj
1.8 MAINTENANCE MATERIAL �UBMITTALS [NOT USED�
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAG�, AND HANDLING [NOT USED]
1.�.1 FIELD [SITE] CONDITIONS [NOT USEDj
1.I2 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - Ex�CUTION [NOT USED]
END OF SECTION
ftevision Log
DAT� NAME SLIMA�fARY OF CHANGE
3f9/202D D.V. Magaria Removed reference ta Buzzsaw and not�d t]�a# electronic submittals be upinaded
through the City's document management system.
CITY OF FORT WOI2TH Westside I[I 24-Inch Water Transmission Main
STANDARD CONS'I'C�UCTION SPECIFICAT[ON UDCUl1nENT5 City Project i�Io. 102589
Revised March 9, 202p
01500fl-1
TEMPORARY FACILITIES A1Vfl CONTR�LS
Page I of4
SECTION 0150 00
TEMFORARY FACILITIES AND CONTROL�
PART 1- GENERAL
1.1 SUMMARY
A. Section Includes;
1. Provide temporary facilities and controls needed for the Work including, but noi
necessarily limited to:
a. Temporary utilities
b. Sanitary facilities
c. Storage 5heds and Buildings
d. D�ast eontrol
e. Temporary fencing of the con5truction site
B. Deviations from this City of Fort Wor�h Standarc� Sp�cification
L None.
C. Related Specification Sections include, but are �ot anecessariIy limited to:
1, Division 0— Bidding Requirements, Contract Forrns and Conditions of the Contract
2. Division 1— General Requiremen.ts
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is consid�r�d subsidiary to the various Items hid.
No separate payment will be allowed far this Item.
1.3 REFERENCES [NOT USED]
1.�4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrangerz�ents with utiIity service companies for temporary services.
b. Abide by rule� and regulatians af utility service compan'tes or autharities
having jurisdiction.
c. Be responsible for utility service costs until `Nork is approved for Final
Acceptance.
1) Tncluded are fuel, power, light, heat and other utiIity services necessary far
�xecution, completion, testing and initial operatian of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to 6e
per�'armed and for specified tests of piping, equipment, d�vices or other use as
r�quire� for ihe completion of the Work.
b. Provide and mainiain adequate suppIy oF potable water for domestic
consump�ion by Contractar p�rsannel and City's Project Representatives.
c. Coordinatian
1) Contact City 1 week bafore water for construction is desired
CITX OF FQRT WdRTH Westside III 24-Tnch Water Transmission Main
STANDARI7 CONSTRiIC1TON SPECIFTCATION DOCU�VIENTS City Praject No. 102G89
Revised July 1, 2011
ois000-z
TEMPORARY FACILITIES AND COiVTRaL3
Page 2 of 4
d. Contractor Payment for Construction Water
1) Obtain construction water meter from Cit� for paytxi.ent as bilZed by City's
established rates.
3. Electricity and Lighting
a. Provide and pay for electrie pawered service as required for Work, including
tasting of Work.
1) Prflvide power for lightin.g, ap�raYion oi equipment, or other use.
b. Electric pawer service includ�s teznporary pawer service or generator to
maiatain operations during scheduled shutdar�n.
4. Telephane
a. Pro�ide emergency telephone ser�ice at Site for use by Gontractorpersonnel
and ofih.ers performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain san.itary facilities for pet�sons oza Site.
a. Comply with regulations of State and 1.oca1 departments of health.
2. Enforce use of sanitary faciIities by construction personnel at jab site.
a. Enelose and anchor sanitary facilities.
b. No discharge vvill bc allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Hau1 sewage and waste off-site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained tk�roughoutProject.
4, Remave facilities at completion of Frojeet
C. Storage Sheds and Buildings
1. Pravide adequately ventilated, watertight, weatherproof storage facilities with flnor
above ground leval for rnaterials and equipment susceptible to weather damage.
2. Storage af materials not susceptible ta weatk►er damage may be on blocks ofF
ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identificatian,
inspection and inventory.
4. Equip buildAng wzth lockable doors and lighting, and provide electrical serviea for
eyuipment space heaters ancf heatmg or ventilation as necessary to provide starage
environments acceptable ko sp�cif ed manufacturers.
5. Fill arid grade site far temporary structures to pravide drainage away fram
temporary and existing buildings.
6. Remove buifding from site prior to FinaI Acceptance.
D. T�mporary Fencing
1. I'rovide and maintain for the duration or constructian when required in contract
documents
E. r3llSf C:QI1tC0�
CITY OF FaCiT WORTI-E Westside III 24-]neh Water Transmissian Main
STANDARD CONSTRUCTION 5PBCIFICATION DOCUMENTS City Projact No. 102G89
Revised July f, 24ll
ais000-s
'FEivIPORARY rACILITIES AAfD CONTRQLS
Page 3 of4
l. Contractor is respQnsible far maintaining c�ust contrnl through the duration afthe
project.
a. Contractor remains on-ca.11 at all times
b, Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractars are responsible for protacting Wark from damaged�e
to weather.
1.5 SUSMITTALS �NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTAL� [NOT USED]
1.7 CLOSEDUT SLTBMXTTALS [NOT USED]
i.8 MAINTENANCE MATERIAL SUSMITTALS [NOT USED]
1.9 QIIALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USEDj
1.11 FIELD [SITE] CONDITI4NS [NOT USED]
1.12 WARRANTY [NOT USEDJ
PART � - PRODUCTS jNOT USED]
PART 3 - EXECVTION [NOT i7SED]
3.1 INSTALLERS [NOT USED]
3.2 EXANIINATION [NOT U�ED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all tenr�parary facilities for duration of constructian activities as needed.
3.S [REPAIR] 1 [R�STORATIONj
3.6 RE-INSTALLATION
3.7 FIELD [oR] SITE QiTALITY CONTROL [N�T USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.1Q CLEAIVING [NOT USED]
3.l l CLQSEOUT ACTIVITIES
A. Temporary Facilities
C[TY QF FORT WORTH Westside TII24-Inch VVaEerTrans�nission Main
STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS City Project No. 102689
Revised .Tuly I, 201 l
oi so oa - a
"I'EMPORARY FACILITIES AND COIVTROLS
Page 4 of4
I. Remove all temporary facilities and rastor� area after campletian of tha Wark, ta a
condition equal to or better than prior to start of Work.
312 PROTECTION [NOT IISED]
3.�3 MAINTENANCE [NOT USED]
314 ATTACHMENTS [N�T USED]
END Q�' SECTI()N
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Westside I[I 24-[nch Water Transmission Main
STANE3AItI1 CONSTRUCT[ON SPECT�'1CATION DDCUMEIVTS City Pmjact No. 102589
Revised duly 3, 2011
O1 5526 - !
STREET LFSE PERMIT AND MODTFICA'I'IOI�fS TO TRAFFiC CQNTAOL
Page I af 2
SECTION Ol �5 �6
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CDNTROL
3 PART 1- GENERAL
1.1 SUNIlVIARY
A, Section Includes:
1. Administrative pracedures f6r:
a. Street Use Permit
b.1Vlodification oi approved tr�c control
c. Removal of Street Signs
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification S�ctions include, but are not necessarily limiied ta:
1. Division 0— Bidding Requirements, Contract For�x�s and Canditions of the Contract
2. Division 1 —GeneralRequirements
3. Section 3� 71 13 — Traffic Contral
16 1.� PRICE AND PAYMENT PROCEDURES
I7 A.MeasurementandPayment
1, Work associated �vith this Itern is c�nsidered s�bsidzary to the various Items bid.
No separate payment will be allowed for this Itern.
1.3 �T�TRFNCES
A. Reference Standards
1. Reference standards cited in this speciiieation refer to the current reference standard
publisned at the time of the latest revisian date logged at the end of this
specification, unless a date is specifically cited.
25 2. Texas Manuai on i7ni%rm Traffc Cantrol Deviees(T'Mi7TCD).
26 1.4 ADMINISTRATIVE REQi]IREMENTS
A. Traffic Control
1. General
a. Contractor shal! minimize lane clo.sures and impact to vehicular/pedestrian
traffic.
b. When traffic control pians are included in the Drawings, provide Traffic
Cantral in accardance with Drawings and Section 34 71 13.
c. When traffic contro[ plans are not included iQ the Drawings, coordinate �vith
Tarrant County and T�DOT representatives.
D. Ctem.oval of Street Sign
1. If it is detErmined that a streei sign tnust be rem�oved �or construction, then contact
Tarrant County and/or T�eDOT representafives to remove the sign.
CI'I'Y OF FOCtT WORTH Westsida III24-Inch Waler Transmission Main
STANDARD CON57T2UCTION SPECIFiCATYON DOCUMENTS City ProjectNo. ]02fi84
Revised March 22, 2021
oiss26-i
STREET USE PERMIT AND MODIFICA7'IONS TO TAAI'I'ICCbNTROL
Rage 2 of2
E. Tempnrary Signage
1. In the case of regulatory signs, replace p�nnanent sign with temporary sign meeting
requirements of the latest edztion of the Texas Manual on Uniform Traff c Control
Devices (NILT'TCD)_
2. Itzstall temporary sign befare the removalof permanent sign.
3, When construction is complete, to the extent tb�at the permanent sign can be
reinstalled, contaet Tarrant County to reinstall the permanentsign.
12 1.5 SUBhZ[T`�'ALS [NOTUSED�
A. Submit all required documentatian to Tarrant Cou�aty aud/or TxDOT representatives.
Snbmit a copy to Ci[y project manager.
1.G AC`TION SUBNIITTALS/INFOKMATXONAL SiJBMITTALS [NOT USED]
1.'� CLOSEOUT SLTBMTi'TALS [NOT LTSED]
1.3 MAINTENANCE MATERIAL SUSNIITTALS [NOT USED]
1,9 QUALITY ASSIIl2ANCE [NOT IISED]
1.10 D�LIVERY, STURAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITXQNS [NOT USED]
1.1� WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - �XECUTIDN �NOT USED]
END QF SECTION
Revision Log
DATE NAME SU14�IMARY OF CHANGE
1.4 A. Added language to emphasize minimizing af lane closwres and impact to
traffic.
3 /2 212 0 2 1 M Owen 1.4 A. 1, e. Added language to allaw For use of published traf�c conh•ol "Typicals" if
applicable to specifcc project/site.
I.4 F, 1) Remnved reference to Buzzsaw�r
l.5 Added laQguage re; subzniftal of permit
CITY OF FORT WORT H �7Jestside ITI 24-Inch Water Transmission lblain
5TANDARD CON3T12UCTION SPECIFICAT[ON DQCUMENTS City Project No. ] 02669
Revised March 22, 2021
0157I3-i
STORM WATEi2 POLLUTION PREVENTIOi�[
Page I of 3
SECTION 01 �'� i3
STORibI WATER PQLLUTION PREVENTION
�'ART 1- GENERAL
1..1 SUMMARY
A. Section Includes:
1. Procedures for Starm Water Pollution Prev�ntion P3ans
S. Dcviations from this City of F�rt Warth 5tandardSpecification
l. None.
C. Related Specification Sections i�clude, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Cantract �`orms and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 31 25 00 -- Erasion and Sediment Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less tiaan 1 acre of disturbance
a. Work associated with this Itetn is eonsidered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
2. Construction Activities resulk�ng in greater than 1 acre of disturbance
a. Measurement and Paytnerzt shall be in accordance with 5eation 3 i 25 00.
1.3 REFERENCES
A. Abbreviations and �eronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prev�ntion Plan: SWPPP
4. Texas Cornmissinn on Environmental Quality: TCEQ
5. Notica of Change: NOC
A. Reference Stanc�arcis
1. Reference standards cited in this Specification refer to the current re%rence
stanc�ard published at the time of the latest revision date logged at the end of this
Speciiication, unless a date is specificalIy cited.
2. Integrated Startt� Management (iSW11� Technical Manual for Construction
Cbntrols
1.4 ADMINISTRATIVE REQUIREMENTS
A. General
1. Contractor is responsible for resolution as�d payment of any fines issued associated
with cotx�plianc� to Stor�nwater Pollution Prevention Plan.
C1TY OF FORT WOATH Westsida lI124-Inch Water Transmissian 3vlaia
STANDARD CONSTRUCTION SPECIFICATIdN DOCUM6NT3 City Projent Na. i�2&&9
Revised luly 1, 20 i 1
O15713-2
8i'ORM WATER FOLLUTIQN PILEVENTIOI�f
Page 2 of 3
B. Construction Activities resulting in:
l. Less thar� 1 acre of disturbance
a. Provide erosion and sediment contral in accordataca with Section 31 25 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Yoilutatzt Discharge Elimination System (TPDES} General Construction
Permit is required
b. Complete SWPPP in accordance with `I'CEQ requirements
1) TCEQ SmaII Construction Site Natice Required under general permit
TXR150000
a) Sign and post at job site
b} Prior to Preconstraction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmenial Division, (817} 392-
608.8.
2} Provide erosion and sediment control in accordance with:
a} 5ection 31 25 00
b) The Drawings
c} TXR15�000 General Permit
d) SWPPP
e) TCEQ requirements
3. 5 acres or �nora of Disturbance
a. Texas Pollutant Discharge Elitr�ination System (TPDES) General Construction
Permi# is required
b. Complete SWPPF in accordance with TCEQ requirements
1) Prepare a TCEQ NOI farm and submit to TCEQ aiong with required fee
a) Sign and post at job site
b) Send copy tn City Department of Transportation and Public Works,
�nvirnnmental Division, {817) 392-6088.
2) TCEQ Notice oi Change r�quired if making changes or updates to NOI
3) Provide erosion and sediment contral in accordance with:
a) Sectian 31 25 40
b} The Drawings
c) TXR150000 General Permit
d} SWPPP
e) TCEQ requiremenis
4) Once the project has been completed and aIl the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a} Send copy to City Department af Transportation and Public Works,
Environmentai Divlsion, (817} 392-608$.
1,5 SIIBNIITTALS
A. SWPI'P
1. Submit in accordat�ce r�ith Section O 1 33 QD, except as stat�d herein.
a. Priar to the Yreconstruction Meeting, submit a draii eopy of SWl'Pl' to the City
as fflllows:
1} l copy to the City Project Manager
a) Ci#y Project Manager wil[ farward #o the City Department of
Transportation and PubIic Works, En�ironmental Division forreview
CITY OF FORT WQRTH Westside TIT 24-Inch Waker Transmission ivIain
STANDARD CO1�F5TRUCT30N SPECIF[CAT[ON DOCUMENTS City Projact No. 102589
Re�ised July l, 201 i
Of5713-3
STORM WATER POLLU'CION PREVEIVTION
Page 3 af 3
B. MocEified SViJPPF
l. If the SWPPP is revised during construction, resubmit modiiied SWPPP tc� the City
in accordance with Section O1 33 00.
1.6 ACTION SUBNIITTALSIINFORMATIONAL SUSMITTALS [NOT USED]
1.'� CLOSEOiTT SUBMITTAL.S jNOT USED]
i.8 MAIIVTENANCE MATERIAL SUBMITTALS [NOT L1SED]
1.9 QUALITY ASSURA.NCE [NOT U5ED]
1.10 DELNERY, S'�'ORAGE, AND HANDLING [NOT USED]
Lll FIELD [SYTE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT TiSED]
END OF SECTIO.N
Revisian Log
DATE NAME SUMMARY OF CHANGE
CC'C'Y OF FORT WORTH Westside LII 2�#-Inch WaeerTransmissian Main
STAAfDA12I7 CONSTRUCTION SPECIFlCATiON DOCiIh/fENTS City Project No, IQ2689
Revised 7uly 1, 2011
015813-1
TEMPORARY PROJECT SIGNAGE
Aage 1 of 3
SECTION 4158 13
TEMPORARY PROJEC`I' SIGNAGE
PART 1 - GENERAL
1.1 SUIVIMARY
A. Section Cncludes:
1. Temporary Yroject Signage Requirerr►ents
B. Deviations fram this City oiFort Worth Standard Specification
�.. None.
C. Related Specification Sections inclutEe, b.ut are nat necessarily limited to:
1. Division 0— Bidding Reauirements, Contract Forms and Conditians of the Cantract
2. Division 1— General Requirements
12 PRICE AND PAYMENT PROCEDi]RES
A. Measurement and Payment
1. Work associated with this Item is cansidered su�sidiary to the various Items bid.
No separat� payment will be allowed far this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMEN'TS [NOT iT,SED]
1.� SUBMITTALS [NOT iT,SED�
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMTTTALS [NOT USEDJ
I.� CLOSEOUT SUBMITTALS [NOT US�D]
X.8 MAINTENANCE MATERIAL SUBMXTTALS [NOT US�DI
1.9 QIIALITY AS�URANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NQT USED]
1.11 RIE.LD [SITE] CONDITIONS [NOT USED]
1.13� WARRANTY [NOT USED]
PART�-PRODUCTS
�.1 OWNER-FURNISHED [ox] OWNER-SLTPPLLEDPRODLFCTS [NOT USED]
�.� EQIIIPMENT, PRODIICT TYPES, AND MATERIALS
A. Design Criteria
I. Provide free standing Project Designation Sign in accordance with City's Standard
Details for project signs.
CITY OF FORT WORTH Westside III 24-Inch Wafer Transmission Main
STAIVDAI2D CONSTRUC'['ION 5P8CII'ICATiON DOCUMENTS City Project Mo, 102684
Re�ised July 1, 2p l l
015813-2
TEMPpRARY PROJ�CT SCGNAGE
Page 2 of 3
B. Materials
1. Sign
a. Consttucted of 3/a-inch fir plywood, grade A-C (exterior) or befter
2.3 ACCESSORIES [NOT USED]
�.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [N4T U�ED]
3.� EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
l. Provide vertical installation at extents of project.
2. Relocate sign as n�eded, upon request of the City.
B. Mounting options
a. Skids
b. Posts
c. Barricade
3.� REPAIR 1 REST(7RATION [NQT USED]
3.6 RE-INSTALLATION jNOT USEDj
3.7 FIELD [a�] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT IISED]
39 ADJUSTING [NOT USED]
3.1� CLEANING [NOT []SED]
3.11 CLOSEOUT ACTIVITLES [NOT USED]
3.12 PROTECTION [NOT U�ED]
3.13 MAINTENANCE
A. General
1. Maintenance will include painting and repairs as needed or directed by the City.
314 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH Wesiside III24-�nch WaterTrxnsmissian Main
STANDARD CONSTRUCTION SPECIFICATIQN DCICUMENTS City Project No. ] 02689
Revised July l, 2011
fll 5& 13-3
TEMPORARY PROJECTSTGNAGE
Page 3 of3
lZevisian Log
DAT� NAME SUMMARY OF CHANGE
CITY OF FQRT WQRTH Westsidc II124-Inch Water Transmission Main
STANDARD CONSTRUCTI�N SPLCIFICATION DOCUMENTS City Project Na. l p2684
Revised July 1, 2011
o i 60 oa
Pl20DUCT REQUIREMEiVTS
Page 1 of2
SECTION 0160 00
PRODi1CT REQUIREMENTS
PART 1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. References for Product Requiremerits and City Standard Products List
B, Deviations from this City of Fort Worth Standard Specif cation
1. None.
C. Related Specification Sections include,. but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract F'ornns and Canditions of the Contract
2. Division 1— General Requirements
I.� PIZYCE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADNIINISTRATIVE REQUIIiEMENTS
A. A list of City approved products for use is available through the City's website at:
https://apps.fortworthtexas.gov/ProjectResourcesl and following the directory path;
02 - Construction Documents/Standard Products List
B. Only produc#s speci�ically i�cluded on City's Standard Product Lis# in these Contract
Dacuments shalI be allowed for use on the Praject.
1, Any subsequently approved grociucts will only be allowed for use upon specific
approval by the City.
C. Any specifie product requirements in the Contract Documents supersede similar
products included on the City's Standard Product List.
1. The City reserves the right to not alIow praducts to be used for certain projects even
though the product is �isted on the City's Standard Product List.
D. Although a speci.fc produet is included on Gity's 5tandard Product List, not all
produc�ts from that manufacturer are approved for use, including but nat limited to, tihat
manufacturer's standard product.
E. 5ee Seetion O 1 33 OQ for submittal requirements of Product Data inciuded on City's
Standat-d Produet List.
1.5 SUBNIITTALS [NOT USED]
1.6 ACTION SUBMITTALSIINFORMATIUNAL SIIBNIITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMXTTALS [NOT USED]
1.9 QZTALITY ASSURANCE [NOT USED]
CdT'Y dF FORT WORTI-E Westside III 24-Inch Water 7'ransmission Main
STAAfDAliD CONSTRUCTION SPECIP'ICATIOM DOC[J[v1EN'I'S CiEy Praject No, 102689
Revised March 9, 2020
O1 50 00
PRODUCT REQUII�M�NTS
Page 2 uf 2
1.10 DELIVER'Y, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD �SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT II�ED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT i7SED]
END OF SECTION
Revision Log
DATE NAME $UMMARY OF CI�ANGE
14/12l12 D. Johnson Modified Lacation of City's Skandard Product List
31�12020 D.V. Maga�ia Remaved refeeenee to Buzzsaw and noted thak the City approved produofs list is
accessible through the City s websete.
CITY �F FORT VJ4RTH Wesfside II124-[nch Water Transmission Main
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project ]+Ia. 102689
C�evised March 9, 2a24
016600-1
PRODUCT STORAGE AN1J HAN�LINGREQUIREIVIENTS
Page 1 of 4
SECTION Ul G6 00
PRODUCT STORP.GE AND HANDLING REQUIR�MENTS
PART 1- GENERA,L
1.1 SUMMA,RY
A. Section Includes:
1. Scheduling of product delivery
2. Pacl�aging of products for delivery
3. Protection of products against damage frotn:
a. Handling
b. Exposure to elements or harsh environments
B. Deviations from this City of Fort Worth Standard Speci�cation
1. None.
C. Related Speciiieatian Sections include, but are nat necessarily limiteci ta:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Cantract
2. Division 1-- General Requirements
1.2 PRICE AND PAYIVIENT PROCEDURES
A. Measurement and Payment
Work associated with this Item is considered subsidiary to khe various Items bid.
No separate payment will he allowed for this Item.
�.3 REFERENCES [NOT USED]
I.4 ADMINIST'RATIVE REQUIREMENTS [NOT USEDj
1.� SUBMiTTALS [NOT USED]
1.b ACTION SUBMITTALS/INTORMATIONAL SUBMITTALS [NOT US�D]
1.'� CLOSEOUT �II�MITTALS [NOT [TSEDj
i.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASS[TRANCE [NOT USED]
1.1U DELIVERY AND HANDLING
A. Delivery Requirements
l. Schedule delivery of products or equipment as required to allow timely installation
and to avoid prolonged storaga.
2. Provide appropriate personnel and equipment to receive delivaries.
3. Deli�ery trucks will not b� }�ermitted to wait extended periods of time on the 5ite
for personnel or equipment to receive the delivery.
CI'i'Y OF FORT WO�tTH Wesiside iII24-Inch Water Transmission Main
STANDAItU CONSTRUGTION SPEC[FICATiON DOCU�VIE3�TS City Prnject No. IU2689
Revised July 1, 2611
Q[5b00-2
PRODiICT STORAGE AND HANDLING REQUIREMENTS
Page 2 nf 4
4, Deliver products or equipzn�nt in manufacturer's original �.uibroken cartans or other
containers designed and canstt'ucted to protect the contents fram physical or
environmental damage.
S. Cleat'ly and fully mark and identify as to manufacturer, item anrl installation
location.
b. Provide manufaciurer's instructions for storage and i�andling.
B. Handling Requirements
1. Handle produets or equipment in accordance with these Contract Doeuments and
manufacturer's recommendations and instructions.
C. 5torage Reyuirements
8,
9.
10
1. Store materials in accordap.ce with manufacturer's recommendatians and
requirements of these Specif cations.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place Iaose soil materials and materials ta be incorporated into Work to �revant
damag� ta any part of Work or existing facilities �nd to maintain free access at
all ti.mes to all parts of Work and to utility service company installations in
vicinity of Wor�C.
3. Keep materi�ls and equipment neatly and compactly stored in locations that will
cause minimum inconvenience ta other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange storage to provide easy access far inspection.
4. Restrict storage to areas available on cor�structian siYe far storage of material and
equipment as shawn on Drawings, or approved by City's Proj ect Representative.
5. Frovide off-site storage and grotection when on-site storage is not adequate.
a. Provide addressss of and access ta off-site storage lacations %r inspection by
City's Project Repres�nfiative.
6. Do not use lawns, grass �lots oz' o#her private property for storage purposes without
wrif�en permission af owner or other person in possession ar control afpramises.
7. Store in manufacturexs' unopened containers.
N�;atly, safely and compactly stack materials delivered and stared alang Iine of
Wock to a�aid inconvenience and damage to property awners and general public
and maintain at least 3 feet from fire hydrant.
Ifeep public and private dri�eways and street crossings open.
Repair or replace datnaged lawns, sidewalks, streets ar other in:aprovements to
satisfaction of City's Frajeet Representative,
a. Total length which rnaterials may b� distributed alang raute of construction at
one time is 1,000 linear feet, unless otherwise approved in writing by City's
Project Representative.
CITY OF FORT WORTH Westside II[ 24-Inch Water Transmission ivlain
STANDARD CONSTAUCTION SP�CIFICATION DOCU11�[ENTS City Project Aio. 10'1689
Revised 7uly 1, 201 l
ot 6Goa-3
PRpDiICT STORAGE AND HANDLIlVG REQUIREIv1ENT5
Yage 3 of4
1.11 FIELD [SITE] CONDXTIONS [NOT iTSED]
1.12 WARRANTY [NOT IISED�
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.� REPAIlt 1 RESTORATION [NOT USEDJ
3.6 RE-IN�TALLATION [NOT USED]
3.i FIELD [oR� S�TE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all producfis or equiprnent delivered to the site prior to unloading.
S. Nan-Conforming Work
1. Reject all products or eqt�ipznent thaf are damaged, used or in any ather way
unsatisfactory for use on the praj ect.
3.8 SYSTEM STARTUP [NOT USED]
3.9 AD.�RTSTING [NOT USED]
3.10 CL�ANING [NOT USED]
3.11 CLOSE4UT ACTIVITIES [NOT USED]
3.1� PROTECT�ON
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage tn items whzle in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT LTSED]
3.14 ATTACHMENTS [NOT USED]
END Ol� S�CTION
CLTY OF FORT WORTH Westside DI 24-Inch Water Transmission Main
STANDAItD CONSTRUCTION SPECIFICAT[ON DOCUMENTS City Proje�t No. 102689
Revised 7uly 1, 2011
0166Oq-4
PRdDUCT STORAGE A1VD HANDI.IIdGREQU[REMENTS
Rage 4 of4
Revision �.og
DATE NAM� SL7MMARY OF CHANGE
CITY OF �'OTZT WORTH Westsida III 24-Inah Water Transmission Main
STANDAl2D CONSTRiiCTION SPECIFICATION DQCUMENTS Ciiy Project No. 30268.9
Revised 7uty 1, 20l l
o � �o oa - �
MOBILIZATION Al�� RHMOBILIZATION
Page 1 of 4
sECTioN oi �o 00
MOBILIZATION A1�1D REMOBILIZATION
PART1- GENERAL
1.1 SUMMARY
A. Sectian Includes:
1. Mobilization and Demobilization
a. Mobilization
1) Transportation of Contractor's personnel, equipment, an� aperating supplies
to the Site
2} Establ.ishment of necessary general faciliiies for the Contractor's operation
at the Site
3) Premiums p.aid for pez�formance and payment bonds
4) Transportation af Contractor's personnel, e�uipment, and operating supplies
to another location within the designated 5ite
S) Relocation of necessary general facilities for the Cantractor's operation
from 1 lncatian to anather location on the Site.
b. Demohilization
1} Transportation of Contractor's personnel, equipment, and operating supplies
away from the �ite including disassembly
2) Site Clean-up
3) Removal af all buildings andlar other facilitaes assem6led at the Site for this
Contract
c. Mobilization and Demohilization do not include activitie� for specific items of
wark that are for which payment is provided elsewhere in the contract.
2. Remobi�ization
a. Rezziabilizatian for Suspensian of Work specifically required in the Contcact
Da�cuments or as required by City incIudes:
1) Demobilization
a} Transportation of Contractor's personnel, equipment, and operating
supplies from the Sife including disassembly or temporarily securing
equipment, supplies, and other facilities as designated by the Contract
Documents necessary ta suspend the Work.
b) S.ite Clean-up as designated in the Contraet Documents
2) Remobilizatian
a) Transportation of Cantractor's personnel, equipmettt, a.nd operating
supplies to the Site necessary to res�me the Work.
b) Establishment afnecessary general facilities far the Contractor's
operatian at the Site necessary to resume the Wark.
3) No Payments will be made for:
a) Mobilization and Demnbilization from one location to another on the
Site in the normal progress of }�erforming the Work.
b) 5tand-by or idle time
c} Lost profits
Mobilizations and Demobilization for Miscellancous Projects
a. Mabilization and Demobilizatian
CiTY OF FORT W012TH Westside III 24-Inch Water Transmission Main
STANDARII CONSTRUCTiOT[ SPECIFfCATIbN DOCUMENTS Ciry ProjectNo. 102689
Re�ised November 22, 2016
oi �aoo-z
MQBILIZATION AND REMOBILIZATION
Page 2 of4
1} Mobilzzation shall consist of the activities and cost on a Work Order hasis
necessary far:
a) Transportation of Contractar's personnel, �quipment, and operating
supplies to the Site for the iss�zed Work Order.
b) Establishment of necessary general facilities for tlae Contractor's
aperation at the Si#� for the issued Work Ordar
2) Demobilization shall consist of the activities and cost necessary far:
a) Transportation of Contractor's personnel, equipment, and operating
supplies from the Site including disassembly for eaah issued Work
�rder
b) Site Clean-up for each issued Work Qrder
c) Reznaval oi all buildings or other facilities assembled at the Site for
each Work Od�r
b. 1VIobilization and Dem.obilization do not include activitie� for speci�c items of
work for which payment is provided elsewhere in the contract.
Emargency Mohilizations and Demobilization far Miscellaneous Projects
a. A Mobilizatian for Miscellanenus Projects vvhen directed by the City and the
rnobilization oceurs within 24 hours af tb� issuance of the Work Order.
B, Deviations fronn this City of Fort V4�orth Standard Speci�cation
1. None.
C. Related 5pecification Sectzons include, but are not neeessarily limited ta:
1. Division 0— Bidding Requirements, Gontract Forms and Conditions af the Contract
2. Division 1— General Requirements
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Mobilizatian and Demobilizatian
a. Measure
1} This Item is cozxsidered subsidiary to the various Items bid.
b. Payment
1) The vvork performet! and materials furnished in accardance with this Item
are subsidiar}� to the various Items bid and no other compensation will be
allowed.
2. Remobilization for suspension of Work as specifically required in the Contract
Documents
a. Measurement
1) Measurement for this Item sha1l be per each remobilization performed.
b. Payment
I) The work performed and materials furnished in accordance with this Item
and measured as provided under "1V.[easurement" will be paid for at the unit
price ger each "Specified Remobilization" in aecordance with Cantract
Documents.
c. The price shall include:
1) Demabilization as described in $ection 1.1.A.2.a.1)
2) Reinobilization as described tn Section 1.1.A.2.a.2)
d. No payments will be made for standby, idle time, ar last profits associated this
Item.
CITY OF FORT WdRTH Westside ICI 24-Inch Water T'ransmission Main
STANDARD CONSTRUCTIpN SPEC[PiCATION DOCUMENTS City Prajeet iYa, lG2b:89
lter+ised November 22, 201 E
�17000-3
MO$ILIZATIaN A1VD REMOBILIZATION
Page 3 af 4
Re�nobilization for suspensian of Work as required by City
a. Meas�zrement and Payment
1) This shall be submitted as a Contract Ciaim in accordance wit� Article 10
af Section 00 72 00.
2} No payments will be made for standby, idle time, or lost profits associated
with this Item.
Mobilizations and Dernobilizations far Miscellaneous Prajects
a. Measurement
1) Measurement for this Item shall be for each Mobilizatian and
Demobilization required by the Contract Docunnents
b. Payment
1} T�ae Wark performed and maierials iurnished in accardanee with this Item
and �neasured as provided under "Measurenaent" will be paid for at the unit
price per each "Work Order Mobilization" in acco�dance with Contract
Documents. Demohilization shall be considered subsidia.ry ta �nobilization
and shall not be paid for separately.
a The price shal! include:
1) Mobilization as described in Section 1.1.A.3.a.1}
2) Demobilization a� deseribed in Section 1.1.A.3.a.2)
d. Nv payments will be tnade for standby, idIe time, or lost proitts associated this
Item.
Emergency Mohilizations and Demobilizations for Miscellaneous ProjecYs
a. Measurement
1) Measurement for this Itetn shaIl be for each Mobilization and
DemohiIixation required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance witli th.is Item
and measured as prnvided under "Measurement" will be paid for at the unit
price per each "Work Order Emergency Mobilization" in accordance with
Contract Documents. Demobilization shall be eansidered subsidiary to
raobilization and shall not be paid for separately.
c. Th.e price shall incIude
1) Mabilizatian as descrihed in Section 1.1.A.4.a)
2) Demobilization as described in S�ction I.1.A3.a.2)
d. No payments will be made for stat�dby, idle time, or lost profits assvciated thss
Item.
1.3 RE�ERENCES [NOT USED]
1.4 ADM�NISTRATIVE REQi7IREMENTS jNOT USED]
1.� SUBMITTALS [NOT USED]
1.G INFQRMATIONAL SUBMITTALS [NOT USED]
1.'� CLOSEOUT SUSMITTALS [NOT USED]
1.$ MAINTENANCE MATERIAL SUBM�TTALS [NOT USED]
1.9 QUALITY ASSURANCE [N�T USED]
1.10 DELYVERY, STORAGE, AND HANDLING [NOT USED]
CITY OF FpRT WORTH WesEside lIl 24-Inch Water Transmission h+fain
STANDARD CON57'ItUCTION SPECIFICATION DOCUMENTS City Project No, 102689
Revised Navember 22, 2016
O17000-4
N1�BILIZ�ITTON ,A1+1D REMOBII,IZATION
Page 4 of 4
1.11 FI�LD [SITE] COND�TT�NS [NOT USED]
1.1� WARRANTY [NOT USED]
PART � - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT IISED]
END OF SECTION
Revisi�n Log
DA"I'E j NAME
SUMMARY OF CHANGE
I 1122/I6 Michae[ Owen I1.2 Price and Payment Proceduras - Ravised specificaiion, including blue text, to
make spacificartion flexible for either subsidiary or paid bid item for Mobilization.
C1TY OF FORT WORTii
STANT7ARD CqNSTRUCT[pN SPECIFICATION DOCUMEN'CS
Revised November 22, 201b
Westside III 24-3nch WaCer Transmission Main
City Prajeet No. �U2b89
D17123-1
CONSTRUC'I'ION STAKING Al�il] SURVEX
Page 1 af 8
SECTZON 017123
CONS"CRUCTION STAKING AND SURVEY
PART 1- GENERAL
1.1 SiT1VIMARY
A. Section Incl�zdes:
1. Requirements far constructian staking and construciion survey
B. Deviatiflns froan this City of Fori Worth Standard Specification
I. None.
C. Relaied Speciiication Sections include, hut are nQt necessarily limited to:
1. Division 0— Bidding Requireznents, Contract Forms anc� Conditions of the Contract
2. Division 1— General Requirernents
1.2 PRICE AND PAYMENT PROCEDURES
A, Measurement and Payment
I. Construction Stalcing
a. Measurennent
1) Measur�ment fpr this Item shall be by lump sum.
b. 1'ayment
1) The work performed and the materials furnish�d in accordance with this
Itezn shalI he paid for at the lump sum pric� bid for "Construction Staking".
2) Payrtxent for "Construction Staking" shall be tnade in partial payments
prorated by work completed compared to total wark included in the lump
suzn item.
c. 'fhe price bid shall i.nclude, but not be 1imiYed to the follawing:
t) Verification of cos�ttol data provided by City.
2) Plaeernent, maintenance and replacern�nt of required stakes and markings
ua the �ield.
3) Preparation and submittal of construction staalcing docume�tation in the
form of "cut sheets" using the City's skandardtemplate.
2. Constructian 5urvey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Fayment
1} The work perFormed a�ad the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
3. As-Built Survey
a. Measurement
l} Measurement for this [tem shall be by lum.p sum.
b. Payment
l) The work gerform�d and the materials furnished in aecordance withthis
Item shall be paid for at the lump sut�n price bid for "As-Built Survey".
CITY OF FORT WORTH Westside II[ 2h-Inch Water Transmission Main
STAMDARI? CpNSTRUCTiON SPECIFICATION DOCUMENT� City Projeet Mo. iD2589
Revised February 14, 2018
017123-2
CONSTRUCTION STAKING AND $1JRVE1'
Page 2 oi8
2) Payment for "Canstruetion Staking" shall be made in partial payments
prorated by work completed compared to iotal work included in the lump sum
item.
The price bid shalI inciude, but not be limited to the following;;
1) Fieid m�asuremenis and survey shots to identify locatian of completed
facilities.
2) Dacumcn.tation and su6mittal of as-built survey data onto contractor redline
plans and digital survey files.
1.3 REFERENCES
A. Definitions
1. Construction Sur�ev - The survey measureznents made prior to or t�hile
constructlon is in progress to contral elevation, horizontal position, dimensions and
confguration of structures/improvements includ�d in the Projeet Drawings.
2. As-built Survev The measurements made after the construction af the
improvement features axe camplete to pro�ide positi.on coordinates for the features
of a project.
3. Construction Stakin�— The placement of stakes and markings to pravide offsets
and elevations to cut and �11 in order to locate on the ground t�e designed
structures/impro�ements included in the Froject Drawings. Construction staking
shall include staking easements �nd/or right of vvay if indicated on the plans.
4, Survev "Field Checks" — Measurements mada after coz�structian stalcing is
completed and befor� construction work begins to ensure that siructures marked or�
the graund are accurat�ly located per Project Drawings,
B, Technical References
1. City of Fort Warth — Constructian Staking Standards (avaitable an City's Buzzsaw
website) — O1 71 23.16.01 Attachment A_Survey Staking Standards
2. City of Fort Worth - Standard Survey IIata Collector Library (fxl) files {available
on City's Buzzsaw website).
3. T�xas Department of Transportation (TxDOT} Survey Manual, latest revision
4. Texas Sacicty of Professaonal Land Surveyors (TSPS), Manaal of Practice for Land
Survaying in the State of Texas, Cate:gory 5
1.4 ADMINISTRATIVE REQUIREMENTS
A.The Contractor's seEection of a surveyor must comply witb Texas Gover�nment
Code 2254 (qualifications based selectian) for this project.
1.� SUSMITTALS
A. Sub�mit�als, if required, shall be in accordance with Section 01 33 00.
B, All s�[bmittals shall be received and reviewed by the City prior to delivery ofwork.
1,6 ACTTDN SUBMITTALS/INFORMAT�ONAL �UBMITTALS
A. Field Quality Cantra[ Submittals
CITY OF PORT l?VORTH Westside III 24-Inch Water Transmission Main
STANDARD CONSTRUCTI4N SAECIFICATION DOCUNIENTS City Projeet i�Io. 102689
Re�ised February 14, 2018
017123-3
CONSTRUCTIQN STAKING AND SiFRVEY
Page 3 of 8
1. Documentation verifying accuracy of �eld engineering w+ork, including coordinate
eanversions if plans do not indicate grid ar gound coordinates.
2. Submit "Cut-5heeis" confartning to the stanciaxd template provided by the City
{refer to O1 7123.16.Q1— Attachment A— Survey Staking Standards).
1.'� CL�SEDUT Si]BMITTALS
B. As-built Redline Drawing Submittal
1.
2.
Submit As-Built Survey Redline Draw�ings doeumenting the locationslele�+ations of
constructed impravements signed and sealed by Registered Professional Land
Surveyar (RPLS} responsible far tne work {re%r ta Q1 71 23.1b.01 — Attach.r►�entA
— Survey 5taking Standards) .
Contractor shall submit the proposed as-built and completed redtzne drawing
submittal one (1) week �rior to scheduling the project fnal inspection far City
review and comment. Revisions, if necessary, shall be made to the as-built redline
drawings and resubmiY�ed to the City prior to scheduling ttte cornstruction final
inspection.
1.8 MAINTENANCE MATERIAL SUBMXTTALS [NOT USED]
1.9 QIIALITY ASSiFRANCE
A. Construction Sfaking
l. Construction stalcing will be performed by the Contractor.
2. Coordinatian
a. Contact City's Project Representative aC least one weeK in advance notifying
the City of when Construction Staking is seheduIed,
b. It is the Cantractor's responsibility to coardinate staking such that
constructian activities are not delayed or negativaly impacted.
3. General
a. Contractor is responsible for preser�ing and maintaining stakes. If City
surveyors are required to re-stake for any reason, the Contractor will be
responsible for costs to perform staking. If in the opinion af the City, a
suificient number of stakes or markings Inave been lost, destroyed disturbed or
omitted that the contracted Work cannot take place then the Cantracto.r will be
required to stake or re-stake the deficient areas.
B. Construction Survey
]. Construction Survey will be perFo�r�asd by the Contractor.
2. Coordination
a. Contractor to verify that horizontal and vertical controI data established in the
design survey and required for eonstruction survey is available and in place.
3. General
a. Construction survey will be performed in order to construct the wor�c shown
on the Construction Drawings and specified in the Contract Documents.
b. For construction methods ather than open eut, the C�ntractor shall perform
construction survey and verify control data including, but nat limited to, the
following:
I} Verification that established benchmarks and control are aceurate,
CITY OF FdRT WORTH Westsicfe II124-Inch Watcr Transmissian Main
3TANDAKD CONSTRUCTION SPECIFICATION D�CUA�IEI�lTS Ciry Pro}ect No. 102689
Revised Fehruary 14, 5018
O17123-4
CONSTRUCTION 3TAKING AND SURVEY
Page 4 of 8
2} Use of Benchmarks to fumish and maintain all refere�zce lines and grades
for tunneling.
3) Use of line and grades to establish the location of the pipe.
4) ,Submit to the City copies of field nntesused to establish all lines and
grades, if requested, and aIlow the City ta check guidance system setup prior
to beginning each tunneling drive,
5} Provide access for the City, if requested, to �er'rfy the guida.nce system and
the line and grade of the carrier pipe.
6) The Contractor remains fully responsible for the aceuracy of the work and
correction of it, as required,
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade onc.e at each pipe
joit�t and submit daily records to the City.
9} If the installation does not meet the specified tolerances (as outlined in
Sections 33 OS 23 andlor 33 OS 24), i:nnmediateiy notify the City and correct
the installation in accordance with the Contract Documents.
C. As-Built Surv�y
1. Required As-Built Survey will be performed by the Contrac#or.
2. Coordination
a. Contractor is to coordinate with City to cflnfirm which features require as-
built surveying.
b. It is the Contractor's responsibility to coordinate the as-built sut�ey and
required measurements for items that ar� to be buried such that construction
acfivities are not delayed or negatively iznpacted.
c. For sewer mains and water mains 12" and under in diameter, it is acceptable
ta physically measure depth and mark the location during the progress of
canstruction az�d take as-built survey after the facility has been buried, The
Contractor is responsible for the quality control needed to ensura accuracy.
3. General
a. The Cantractor sha�l provide as-buiNt survey including the elevation and
location (and provide wr�tten dacunnentation to the City) of construetian
features during the progress of the constrneHon including thefollowing:
1} Water Linas
a) Top af pipe elevations and coordinates for waterlines at the following
locations:
(1} Miniznurn every 25� linear feet, including
{2} Horizontal and vertical points of inflection, curvature,
etc.
(3) Fire line tee
{4) Plugs, st�b-outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary $evver
a) Top of pipe elevations and coordinates for force mains and siphon
sanitary sewer lines (non-gravity facilities) at the followinglocations:
(1) Minimum every 2501ineae feet and any bezried fi�tings
(2) Horizontal and vertical paints af inflection, curvature,
etc.
3) Stormwater — Not Applicable
GITY OP FORT WORTH Westside III24-Inch WaterTransmission Main
STAIdDATZCJ CONSTRUCTIOAi SPECIFECATION Dt)CUM�NTS City Project No, 1026$9
Re�ised February 14, 2018
U17123-5
COIVSTRIICTTON 3TAKING AND SURVEY
Page S of &
b. The Contractor shall provide as-built survey including the elevatian and
Iocation (and provide written documentation to the City) of construction
fea#ures after t�e construction is completed including tlae faSlowing:
1) Mas�holes
a} Rim and flowline ele�atians and coordinates far each manho4e
2) Water Lines
a) Cathodic protection test statinns
b) Sampling stations
c) Meter boxes/vaults (All sizes)
d) Fire hycirants
e) Valves {gate, butterfl�, etc.}
f) Air Release valves (Manlaole rim and vent gipej
g) Blow off valves {Manhole rim and valve lid}
h) Pressure pIane �alves
i) Underground Vaults
{1) Rirn ar�d flowline elevations and coordinates for each
Underground Vault.
3) Sanitary 5ewer
a} Cleanouts
(i) Rim and flowline ele�ations and coordinates for each
b) Manholes and 7unction 5tructures
(1) Rim and �Iowline elevations and coordinates for each
naanhole and junction siructure.
�) Stormwater — Not Applicable
1.10 DEL�VERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITEj CONDITiONS [NOT USED]
f I�i fi�1�:/.;\_.��7\�11�E1
PART2-PRQDUCTS
A. A canstruction survey wiil praduce, but will noi be limited to:
1. Recovery of relevant contral points, points of curvature and points of intersection.
2. Establish temporary hor�zontal and vertical control elevations (benchnnarlcs)
sufficiently permanent and located in a�nanner to be used throughout canstruction.
3. The location of ptanned facilities, easements and irnprovements.
a. Establishing fnal line and grade stal�es for piers, floors, grade heams, parking
areas, utiIities, str�ets, highways, tunnels, and other construction.
b. A recard of revisions or corrections noted in an orderly manner forreference.
c. A drawing, �hen required hy the client, indicating the horizontal and vertical
location of facilities, easett�ents and improvements, as built.
4. Cut sheets shall be provided to the City inspectar and Survey Superintendent for all
canstruciian st�ing projects. Tl�ese cut sheets shall be on the standard city template
which car� 6e ohtained from the 5urvey Superintendent (817-392-7925).
5. DigitaI survey files in the follor�ving formats shall be acceptable:
a. AutoCAD (.dwg}
b. ESRI Shapefile (.shp)
CITY O�' FDRT WORTS Westside II124-Tnch 'Water'Fr�nsmission Main
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjectNa. IQ2689
Revised Fe6ruary 14, 2018
O1"7123-6
CO3YSTAUCTION STAKING AND SURVEY
Page b of 8
c. C5V file {.cs�), formatted with 7�. a��d �T [;v(]1'JL11AtC' lll �Z�1di$lG (:�3.ILUIIiI. �us�:
ai�ndard iG,nglai�:�, ii availablC}
6. Survey f las shali include vertical and horizontal dafa iied to ariginal. project
control and benchrnarks, and shall include feature descriptzons
PART 3 - EXECUTION
3.1 INSTALLERS
A. Tolerancss:
The staked lacatiop of any irnpravement or facility should be as accurate as
praetical and necessary. The degree of ptecision reyuired is dependent on many
factors all af which must rep:�ain judgmental. The to.leranc�s listed hereafter are
based on generalities and, under certain eircumstances, sha11 yield to specific
requirements. The surveyor shall ass�ss any situation by review of the ov�rall plans
and through consultatian with responsihle parYies as to the need for specific
tolerances.
a. Earthwork: Gracfes for earthwork or rough cuY should not exceed O.l ft. vertical
tolerance. Horizontal alignment for earthwork and rough cut shauld not exceed
1.0 ft. tolerauce.
b. HorizontaI alignment on a structure s�Zall be within .O.lfttolerance,
c. Paving or concrete for streets, curbs, gutters, parking areas, dri�es, alleys and
r�valkvways shall be located vwithin the con�ir�es af the site boundaries and,
occasionally, along a boundary ar any ather restricti�e line. Away from any
res�'ictive line, these facilities should be staked vvith an accur�cy producingno
more �an 0.058. tolerance from their specified locations.
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
eIectric �ines, shall be located horizontally within their prescribed at'eas or
easaments. Within assign�d areas, these utilitiies should be stak�d with an
accuracy producing no rr�ore than 0.1 ft tolerance from a specified locatiott.
e. The accuracy required far the �ertical location of utflities varies widely, Maz�y
underground utilities require only a tninimum cover and a tolerance of �.1 ft.
should be maintained. Underground and overhead utilitias on planned profile,
but not depending on gravity flow for performance, should nat exceed 0.1 ft.
tolerance.
B.Surveying instruments shalI be kept in close adjustment according to [z�anufacturer's
specifications or in campliance to standards. The City reserves the right to request a
calibration report at any time and recoz�amends regular maintenance schedule be
performed by a certifie:d technician every 6 months,
I. Field measurements of angles and distances shail be done in s�ch fashion as to
satisfy the closures and tolerances expressed in Part 3,1.A.
2. Vertical locations shall be established from a pre-established benchmark and
checked by closing to a different bench mark on the sazne datum.
3. Construction survey field work shall correspond to the client's plans. Irregularities
ar conflicts found shall be reported promptly to the City.
4. Re�isions, carrections and other pertinent data shall be logged for future reference.
C1TY OF FORT tTJORTH Wcstside III 24-Ineh WaCerTransmission ivlain
STANDARD CONSTRUCTION SPSCiF'ICATI03V DOGUMENT'S City Project Na. 10268R
Revised FehruAry 14, 2418
017123-7
CONSTRUCTiQN STAKING A]VI] SURVEY
Page 7 oi8
3.� EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPL�CATION
3.a REPAIR ! RESTORATION
A.If the Coniractor's work ciamages ar destr�ys one or mare of the control �
mon�.unents/points set by the City, the rnonuments shall be adeq�aately referenced for
�xpedient restoration.
1. Notify City if any control data needs to be restared or replaced due to damage
caused during canstruction aperations.
a. Contraetar shall perfo�tn replacements and/or restorations.
b. The City may require at any ti�rie a survey "Field Check" of any monument
ox benchmarks that are set be v�rified by the City surveyors before further
associated work can move forward.
3.6 RE-INSTALLATION [NOT USED]
3.'� FIELD [aR] SITE QUALITY CONTROL
A.It is the Contractor's responsibility to zuaintain aII stakes and control data placed bythe
City in aceordance with this SpEcification. This includes easements and right of way, if
noted on the plans.
B.Dq not change or re�ocate stak�s or control data without approval from the City.
3.8 SYSTEM STARTi7P
A. Survey Checks
1. The City reserves the right to perform a Survey Check at any timedeemed
nacessary.
2. Checks by City personneI ar 31d party contracted surveyor are not intended to
relieve the contractor of hisfher responsibility for accuracy.
3.9 ADJUSTXNG [NOT USED]
3.10 GLEANING [NOT USED]
3.11 CLO�EOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT iTSED]
END OF SECTION
Revision Log
CTCY OF CORT WQRTH Westside IfI24-Inch WaCerTransmission Main
STANDARD CONSTRUCTION SPECTFICATION DOCL7M�NT5 City Pro}ect No. 102689
Revised Fehruary 14, 2Q18
Ot7123-8
C(INSTRi3CTION STAKI1�fG AND SURVEY
Page S qf 8
DAT'E NAME SUMMARY OF CHANGE
$/31/2012 D.Johnsan
Added instruction and modified measurement & payment under I,2; added
8/31/2U17 M. Owen definitions and references under L3; modifi�d 1.6; added i.7 c[nsenui submittal
req�iremenrs; mneiifed l.4 Quality Assuranee; added PART 2— PRODUCTS ;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3,$ 5ystem Startup.
Removed "blue text"; revised measurement and payment sections far Construction
Staking and As-Bnilt Survey; added reFerence to selecrion campliance with T�C
2/14/2018 M Owen 2254; revised acrion and Closeout suhmittal requirements; added accepEable depth
measuremant criceria; revised list of items requiring as-built survey "during" and
"afler" construction; and revised acceptable digiYa[ survey �la format
CITY OF F'OTLT W4RTH Westside II124-Inch Water Transmission Main
STAI�IDARD CpNSTRUCTION SFECIFICATION DOCUMENTS City Project No. 102689
Revised Febraary 14, 2UIS
- f:
i
�
�
i r
5ection 01 71 23.01- �ttachr�n�n� A
Sur��y S��ki�� S�ar�d�rds
Februrrry 2Q17
0:\5pecs-Stds Governance Pracess�Temporary Spec Files�Capital Delivery�Cap De[ivery Div 01\0171
23.16.01_Attachment A_Survey 5taking Standards.docx
Page 1 af 22
These procedures are intended to pravide a standard method for constrwetion staking services
associated with the City of Fort Worth projects. These are not to be cansidered al! inclusive, but onfy as
a generel guideliRe. Far prajects on TXDOT rigbt-of-way or through joint TXDUT participation,
adherence to ti�e TXDOT 5urvey l�Ilanua! sha!! be fo!loyred and if a discrepancy arises, rhe rx�or
manual shaA prevail. jhtt ; onlinemanuals.txdot.. a� txdatmanuals ess ess. df)
ff you ha�e a unique circumstance, please consult with the project manager, inspeetor, or survey
departinent at 817-392-7925.
iable o� Con�enfs
I. City of Fort Worth Contact Information
II. Construction Colors
III, 5tandard Staking Supplies
IV. 5ur�ey Equipment, Cantrol, and Datum 5tandards
V. WaterStaking
VI. 5anitary Sewer Staking
VI I. Storm 5ta king
VIII. Curb and Gutter 5taking
IX. Cut Sheets
X. As-built Sur�ey
O:�Specs-Stds 6o�ernance Process�Temporary 5pec Files�Capital Delivery�Cap Delivery Di� 01�0171
23.16.01._Attachment A_Survey Staking Standards.docx
Page 2 af 22
�
�
Surr�e�+ Departmer�t C�n�ac� Information
Physical and ma9Eing address:
885]. Camp Bowie West BouEevard
Suite 30fl
Fort War�h, Texas 76116
Office: (817) 392-7925
5ur�ey Superintendent, ciirect line: (817) 392-897i
Cons�ructi�� Colors
The following colors sf�all be useci for staking or identifying features in the field. This
includ�s flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags
if necessary.
U�ility
PROPOSED EXCAVATION
ALL ELECTRIC AND C0�lDUITS
POTABLE WATER
GAS OR OIL
TEtEPFiONE/FIBER OPTIC
SURVEY CONTROL �OINTS, BENCHMARKS,
PROP�RTY COftNERS, RIGHT-Of-WAYS, AiV�
ALt PAVIfVG INCLUDING CURB, 51DEWALK, BUILDING CORNERS
SANITARY SEWER
IRRIGATION AND RECLAIMED WATER
�
S�andard Stakin� Su�plies
Calor
WHITE
-.' ="
� �_
YEI.�QW
ORAI�I�E
PINK
.c-;G`a_*� �_
- .t
--,�:
Item Minimum size
Lath/5take 36" tall
Wooden Wub �2"x2" min. square preferredj 6" tall
pin Flags (2.5" x 3.5" p�eferredj 21" �ong
Guard 5takes Not required
PK or Mag nails 1" long
Iron Rods (1/2" or greater diameter) 18" long
5urrrey Marking Pai�t Water,based
Flagging 1" wide
Marking Whiske.rs (feathersj 6" long
Tacks (fflr marking hubs} 3/4" long
0:�5pecs-5tds Gavernance process�Temporary Spec Files�Capital Delivery�Cap Delivery Div p1\0171
23.16.01_Attachment A_Sunrey 5taking Standards.docac
Page 3 of 22
I!!. Surrre � ui ment Control and �a�um 5tandards
A. City Benchmarks
A�I city benchrnarks can 6e faund here: htt : fortworthtexas. ov itsoiutions GIS
Look for `Zoning Maps'. Under'Layers' , ex�and `8asemap Layers', and check an
'Benchmarks'.
B. Conr►entional ar itobotic Total Statian Equipment
I. A minimum of a 1fl arc-second instrument is required.
II. A copy af #he latest calibration report may be requ�sted by the City at any tim�.
It is recommended that an instrument be calibrated by tertified technician at
least 1 occurrence every 6 months.
C. iVetwork/V.R.S. and static GPS Equipment
I. It is critical that the surveyarverify the correct horizontal anci vertical datum
prior commencing work. A site calibration may be required and shall consist of
at least Q� cantrol points spaced e�enly apart and in varying quadrants.
Additional fielc! checks ofthe horizontal and vertical accuracies 5hall b�
completed and the City may aslc for a capy af the calibration repart at any time.
II. Network GPS such as tf�e Western Data Systems or SmartNet systems may be
used for staking of property/R.O.W, forced-main water lines, and rough-grade
only, iVo GPS stakin for concrete sanita sewer starm drain final rade or
anvthin� that needs uertical �radin� with a iolerance af 0.25' or iess is
allo�nred.
�. Control Paints 5et
All control points set shall be accompanied by a lath with the appropriate
Northing, Easting, and Ele►ratian (if applicablej of the point set. Con#rol points
can be se# rebar, 'X' in concrete, or any other appropriate item with a sta6le
base and o# a semi-permanent nature. A rebar cap is optional, but preferred if
the cap is marked `contral point' or similar wording.
Datasheefis are required for all contral paints set.
Datasheet should include:
A. Horizontal and Vertical Datum usecf, �xample: N.A.D.83, Nortf� Central Zone
4202, NAVD 88 �ler�ations
B. Grid or ground distance. — If ground, pro�icle scale factor used and base
point coordinate, Example; C.S.F.=0,999125, Base point=North: D, East=O
C. Geoid model used, Examp�e: GEOIDI2A
0:�5pecs-5tds Governance Process�Temporary 5pec Files�Capital Delivery\Cap Deli�ery �iv 01�0171
23.16.fl1 Attachment A 5uivey Staking Standards.dacx
Page 4 of 22
E. Preferred Grid Datum
Although many plan sets can be in surface coordinates, the City's preferred grid datum
is listed below. Careful consideratian must be taken to verify what datum each projeck is
in prior to beginning work. It is essential the surveyor be familiar wi#h coardinate
transformations and how a grid/surFace/assumed coordinate system affect a project,
proiected Coordinate
System: NAD_1983�,StatePlane Texas North_Central_�1P5_4z02�Feet
Projection: Lambert_Canformal_Conic
Fa Ise_East i ng: 196$50D, ooa00000
�a Ise_N orth i ng: 6561666.66666f 67
Central Meridian: -98.500ppOD0
Standard Parallel 1: 32.13333333
Standard Parallel 2: 33.96666567
Latitu de_Of_Origin: 31.66666667
Linear Unit: Foot US
Ceographic Coordinate System: GCS_�Vorth�American_1983
Datum: D North American 1983
Prime Meridian: Greenwich
Angular Unit: Degree
Note. itegardless of �vhai datum each pariicuiar {�ro;�c7 �s m, d�euveFabi�s tu �ha �i��,
must be converted/translated into this preferred grid datum. i capy of the deliverabEe
�hauld be in the projeet datum (w#�atever it rr�ay beJ and 1 copy s#�ould be ln the NAD83,
7 x Nor[h Ce�t� al 4202 a,ar� _ Se� Przfer. �� File N��;-�in� �cnvE.�tic:� bel�,w•
F. Preferred Deli�erable Format
.txt .cs� .dwg .job
G. Preferred Data Format
P,iJ,E,Z,D,N
Point Number, Narthing, Easting, Ele�ation, �escription, Notes (if applicable}
H. Preferred File Naming Can�ention
This is the preferred format: City Project Number_Description_Ratum,cs�
Example for a praiect that has surface coordina#es which must be translated:
File 1.: C1234 As-built of Vllater on Main Street Grid NAD83 TXSP 4202.ts�
0:�5pecs-Stds Go�ernsnce Process�Temporary 5pec Files�Capital �elivery�Cap Delivery Div 01�Q�. 71
23.16.01 Attachment A_5urvey 5taking 5tandards.docx
Page 5 of 22
File 2: C1234_As-built of Water on Main Street_Project Specific Datum.csv
�xampl� Con�ral S�a�es
�:�Specs-5tds Go�ernance Process�Temporary Spec Files�Capital Delivery�Cap Delivery Div 01�0171
23.16,6�._Attachment A_5urvey Staking Standards.docx
Page 6 af 22
�
�
�
�
�
�
�
�
�
�'
�
�
�
� _
W �
f� J
� �
� W
J
H- Lf
� �
� Q
a �
1Q1�
��a �
��� �
� �t_�
.—� �—
�_ �
� �:
�
�_-�`�, y� 2
�� l �
C!� � m �
;�
r�-� � � �
li � �.-� � �
�
. � � �
� � � �
a_ �
-� J �
CY: —�
� m
� �
�� L]
�ti
LI �� � .,.,
s
_ _ �,,
�
�
�•
4
�
W
�
w
EL:= 10D.C}0'
C�
w
�
:i
�
�
�
�.�
�=�aao.00 E—�o�o.o�
��
�w
���C �
L.f�. �
C� �
2 �
� Z
� —
_ �.
rr� _
� U
J �
� W
�.X
Li..�
�` �
alx'
1�. Waier S�al�ing 5�ar��ards
0:�5pecs-St�s Go�ernanee Process�Temporary Spec Files�Capital Delivery\Cap Delivery Di� d1\0171
23.16.01_Attachment A_5urvey Staking 5tandards.docx
Page 7 of 22
A. Centerline Staking — 5iraigh# Line Tangents
I, Offset lath/stakes e�ery 20f}' on e�en stations
�I. Painted blue lath/stake only, no hub is required
III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller
IV, Grade to flow line (F/L) for i6" and larger diameter pipes
V. Grade 5hould be 3.50' below the propased top of curb line for 1d" and smaller
diameter pipes
VI. Grade shduld be 4A0' belaw the proposed top of eurb line for 12" and larger
diameter pipes
Vli. Cui Sheets are required on all staking and a capy can be recei�ed from the
survey superintendent
Optional: Actua! stakes shal! consist of a 6DD nail ar hub set with a whisker
B. Centerline Staking - Cwves
I. ff arc length is greater than 100', POC (Point of Curvature) offset stakes should
be set at a 25' inter�al
f I. Same grading guidelines as a6ove
I II. 5taking of radius points of greater than 100' may be omitted
C. UVater fVleter Boxes
I, 7,d' perpendicular offset is preferred ta the center o# the box
II. Center of the meter shoulcf be 3.0' behind the praposed face of curb
III. Meter should be staked a minimum of 4.5' away from the edge of a driveway
IV. Grade is totop of box and should he +O.a6' higher than the proposed top of
curb unless shawn otherwise on the plans
D. Fire �iydrants
I. Center of Hydrant should be 3.0' behind proposed face of eurb
II. 5ur�ey offset stake shoulc! be 7.0' from ihe center and perpendicularto the curb
line or water main
III. Grade of hydrants should be -�Q.30 higher than the adjacent top of curb
�. Water Valr►es & Vaults
I. Offsets should be perpendicular ta the propo5ed water main
II, RIM grades should anly be provided if on plans
�xample !14la�er 5�al�es
O:�Specs-5tds Governance Process\Temporary 5pec Files�Capitaf Oeli�ery\Cap Deli�ery Di� 01�0171
23.16.01_Attachment A_Survey Staking Standards.docx
Page 8 of 22
� �
�
� �
� �
�
�
� w
a
�
.�-
�y
�rCC
u. c�
� o
�i
�' o/s � w/� � srk�z+a�r �� � c-�.s�
i>
�
�
�
�
LL
F—
�
w
�
wa
rs.
�w
_ �
i J
��
1�L
,L. -
�f �
�
$�
o. �,
'��u�
�x �
v�
d
U�
�
,�S ��
7•�c" �
r �
^ "-���.� �
c� �i���
z ����� �
� ��F ��� �- ��� � s7n=a+��.e1 � F �-3.s� `
0 0
u� � �
� �, �
� $ �ou a..- ioi.�s�
tl7 �
0
�
�
��-
�
�
�
� r
�ci
� ,•
_�
<'
� e�
a '` �s
a ��;
� �'
y� I h-
� %$ � � � �;
w � �
� � � �� � � �� � ��
, �
� ��
� � 4 �4 i � '�i
� � _
[� � �' o% � w/� sr� d=o+a� � c—�.7s
� �
� � �
0
� ��
�. � c�
� a j 9T — E94.O� jf `�
[17 ug. � ;
w r ds
g �
`u'.^ �i�
�
e.i
a!
VI. Sanitar Sewer 5tal�in
�
�
�
�
�� �
�
.ti
�3
J
=mz
0:\5pecs-Stds Gove�nance Process�l'emporary 5pec Files\Capital Delivery�Cap Deiivery Div 01�0171
23.16.01�Attachment A_Survey 5taking Standards.docx
Page 9 af 22
A. Centerline 5taking—Straight Line Tangents
I. In�erts sha�l be fiefd verified and compared against the plans before staking
II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required
III. 1 ofFset stake between manhales if manholes are 400' or less apark
1V. Offset stakes shauld be located at e�en distances and perpendicular to the
centerfine
V. Grades will be per plan and the date of the plans used should be noted
VI. If muitiple lines are at ane mar�hole, each line shal! ha�e a cut/fill and directian
noted
VII. 5takes at every grade break �
VIII. Cut sheets are required on all staking
Optianal; Actaa! stakes shall cvnsist af a 6DD nai! or hub set with a whrsker
B. Centerline Staking—Curves
I, If arc length is greater than 100', POC (Point of Curvature} offset stakes should
be set at a 25' inter�af
II. Staking of radius points afgreaterthan 100' may be amitted
C. 5anitary Sewer Manholes
I. 2 offset stakes per manhole for the purpose of praviding alignment to 4he
contractor
II. Flowline grade should be on the lath/stake for each flowline and direction noted
III. RIM grade should only be an the stake when provided in the plans
O:�Specs-Stds Governance Process�Temporary 5pec Files�Capital Delivery\Cap Deli�ery Div 0110171
23.15.01_Attachrnent A_5urvey Staking Standards.docx
Page 10 of 22
�xample �ani�arb Sewerr Stakes
r�
� �
� �
� �
�
��
� W
0
�
�
r
�M���
�� $
���
� M� � ����
� W�� �
�' (� � (y
� � �� @� �• �
U
Q�-�j1�q f� �� il � u sra�,�+r°� �~4.' m c-�� �� c-a� � C-9°s -
u _ i
�' �
� � � �,,� � �
, � " �Q �� � � �
� �f
�'� � � � ;,��� � k
LL
� �r x oe m W ,r� � .. sa. � � 4.� �`-
12 d�{5 � 5S ����A 3+71 �sn G-3 � z�C--3 � C� a
��� � �
�
� �—�- �' � � � # � �
� ����� ��
�� � � --
; � .-
�-� C� � x �� � ss - �_��.�� �� ��� � ,,
" ��� �
�,,. �� � � �
� �.
��
� �
�� ,�
��
�� +
�� ��
�
� �
u� �
�� r
��
+
�� ��
�
�
� � ��
� "�:
� =� .
'��+4
��
�� � �
� � �
.-�
� � �
~ � ��� � � �
�� . -
o � -,; jo�_ . - �s� � .�v���
��
�� �� � ��
� ��
�� �
� �, _ ,� ��
� :
� � :�2', tl/S � S5 � � � � srnaa+ny� � c-s� I� � v� o-s�l, � c-o� � -�, _ ��
�
� � r�� �� ��
�_I__. &>
-, ��� �� ��
�� � ���
�� i��
o: �
� �f
1
�
�
�
��� ��
�. ,_��
�.� �� �
v �
���
� � ���
���
0:�5pecs-Stds Gavernance Frocess�Temporary 5pec Files\Capital Delivery�Cap Delivery Div 01�0171
23.16.01_Attach me nt A_Su rrrey 5ta ki ng Standa rds. docx
Page 11 of 22
VIN. S�orm Ser�ue� & Inlet Stakin�
A. Centerline Sta�ing — Straight Line Tangents
!. 1 offset stake every 200' an ev�n stations
!I. Grades are #o flowline of pipe unless otherwise shown on plans
III. Stakes at �very grade break
IV. Cut sheets are required on afl staking
Optronal: Actua! stQkes shall consist of a 50D nai! or hu6 set with a whisker
B. Centerline Sta�Cing -- Cur�es
I, If arc length is greater than 100', POC (Point of Cur�ature) offset sfiakes should
be se# at a 25' interval
II. 5taking of radius points of greater than 10a' may be omitted
C. Storm Drain Inlets
I, Staking distances should be measured frorn end of wing
II. Standard 7.0' Inlet = 16.00'total length
III. Recessed 10' Inlet = 20.00' total length
IV. 5tandard double 10' inlet = z6.67'total length
V. Recessed double 10' inlet = 30.67' total length
D. Storm Drain Manholes
I. 2 offset sta[ces per manhole forthe purpose af providing alignment to the
contractor
li. Flowline grade should be on the lath/stake for each flowline and direction noteci
lil. RIM grade should only be on the stake when provided in the plans
0:�5pecs-5tds Governance Process�l"emporary 5pec Fiies�Capital Delivery�Cap Delivery Div 01��171
z3.16.01_Attachment A_5urvey Staking 5tandards.docx
Page 12 of 22
��ample S�orm Inle� S�akes
FF��NT
��ia� F�cin�� �}
�ACK
(9QF FApIVC R.RYh�
a��t�
�t
�
�. .��; � �
�
�+ � � - r�
- �J�:) FL�i.;�_:f��l�� f,�=UIF?E�
� i�� �E Eu ��� -r r-�i �iu -�F�ii,�-�: �� i_��. n-�
�
�
0
�
�
��
I�
I�i
��� � y �iL* � F�T '��N�a
�t;a �r�s�
I � ,p n�T sr�+na�u
: � �Y (IF ks3TFi7 GN Fl+l1F�f)
� i[�!?]F'F`. {°FA4£
Tf� tz ��' ��� r.r;o-n
�
+
.a
�
IC��!kfl��F.� i�Itr��F
� � f�. �:bR14JE
� �
�A�K
��E FAOHG-N.QW.y
�ar ► �j�fC I
�
Hus e��m�
U�
� i!
� r
0
�
�
�
�
�
�
�
�
�/
1�
�
�
�L
I
Js
�
�I _ , o��"!'AK�E� �oR� —�-;__L__L
srAr+anRa �n� � ra�
R�£ESSEU 14�' � 2Ci
5ThN�PitO adJ6l£ 1a' — f5.67'
�lV� YA�It T�t.it — -- — FiECE55EQ OOUBLE 10' � 3d`67 ......... ..Y.^ .,._. _....,_. ^, l
�^-- ---- —�-- — �J
� . �
� 9kftt CF INLET �W�y�
. I : �,�.ar�.. �Z1. ��••• .���.3 •�A. �yp..: i.'� �I
�j �� : �� ��
�I ' �akRN�a� � dI
.;
ai ;.� j1 i
BAL'K CF C�1F�3
— — — FI.UNYI:.IN� — —
� EDGE OP PAVD,fENT
R'•l i _ . 4.•':
FAG£ OFINGE�
iar .... +]�id�iLi'lll
FPuCE CF INLET
�vi
E6C£ siF Pr�4Ek�EMT
FR�NT
(si�� ��,�i�� �)
� �� � M�i
iu �`l �'. �i..�
L�0 '��I�L{E
B,4iGK OF CURB
N FLOVAJNE ---
EOGE flF PA1+�MENT
�:�Specs-5tds Governance Process\Temporary Spec Files\Capital Delivery�Cap Delivery biv D1�0171
23.16.01_Attachm2nt R_Survey Staking StanciarrJs.docx
Page i3 of 22
VIII. Cu�b and Cutter Stakin
A. Centerline Stalcing — Straight Line Tangents
V. 1 offset stake every 50' on even station.s
VI. Grades are to top of curb unless otherwise shown on plans
VI I. Stakes at e�ery grade break
VIII. Cut she�ts are required on all staking
4ptianal: Actua! stakes shall consist of a S�D nar! ar hub set with a w}�isker
B. C�nterline5taking—Curves
III. If arc length is gr�ater than 100', POC (Point of Curvaturej ofFset stakes should
be set at a 25' inter�al
IV. Staking of radius points af greaterthan 100' rnay be omitted
0:�5pets-Stds Governance Process�Temporary SpEc Files�Capital DeliVery�Cap Delivery Di� 01\0171
23.16.01�Attachment A_Sur�ey Staking 5tandards.docx
Page 14 of 22
�xample Curb �a Gutter Stakes
FR�NT
(51L3� FAGiNG �.)
BACK
{SIDE FACING Ft.o,w.)
POINT �' 4���
1
�
F1U7 ELEt�Ai10." g
A
���
�
w�
FR ��I T
�s��� F,acir�c �)
a
0
� r�7 p�
B� rR�IV�
...�,�- • �. ��n� Fac�Na �.7
F-QY.� CJF Q' . . _'.^_'� � _
I 11 �I'i � FJF7iiIP1F$ YA9
(SAF FApINR @) P!fl1T ,T
Y���
� r
' �,
N
� � � g� �. �
r PT-
�
� � • T �s
wrt+�'�cs ors�.�._ -�+
:-1F: F Glw� ip Flt 7/0 O� � �
rr�e .:.�e w t��n
+ �� � iit t
� g4, I�{ �
�I� � I I 11 I
i4rM�nnCY Ur�l+ I', I��� i �l � � I �
R5 f�F UY �I:F� ��� � a
R+L+!4� �a�w�s i '—� � i � ��
f �
��
�
� 4�'� .
�_,'i �(':I�f; �'"i �l! t�"j -�-- -- � � � i
«i u�t� �r- ��r��;: ��iidTECi ��,T7-� � � r � + � i
�°�'��, i`r 1' i �
--�_. _. � � �E�� �� { ��
�3 �ry ~ � .I f f
��, ,;. f � {
*..� �� �,� �� � .�� i
t
�y �'`f �/ ff '�
��� �/ / #
T�P OF CURB �
�-^`,..- ~'S F,,r-',,• �,!
�r,f,r-�'� y,r'� _ . �"'y--„i : f/
r!-� f �I �r
_r" fr'` �.f" �}',..
e�c�€ �F �u�� x� -���-�'� -
��,_
� � � -.-� _-- {�.�-
�-�---� _ �_- "����� _-����
�- "�. - � _ ,���D
��cE o� cuR� -�i x i -- � -� { � �, ., c r , s._. -
� __y�. ��4�t�rt .:�
,
r-LaV�INE
E�GE qF PAVEh1ENT
�xample Curb �. Gu��er Stiakes a� In�ersecfiion
0:\Specs-Stds Governance Process�Temparary Spec Files�Capital Delivery�Cap DeEivery Div 01�0171
23.�.6.01_Attachment A_Survey Staking Standards.dacx
Pege 15 af 22
1�
� ���
'� � ���!
��� j�
�- � � 14' 4/S�'��Sfl�2t69J1 F F+d�
� � w
LL �
�
W q�
� t[[ayy Ff! , _ , �.�' �
.SO �iti l e-r — — '
�
b � � ,;.
1�-
i
�
y _—_ _
i
G
�
�
� a. --. �-. ..
�,
.�
�,.
�--
�
�
z
�
a -- —
�
>�
i
��
a
i
�a�
�
c s �_ �Q � -
�-.
:-{ ��� ��
_ �'� � ��
��f ����
� � ��r �
r ��'��o� ,�
� Y. -fr
� o�l �m.�-�u � -« � I a
�QG ..b c�'i� �
_ � ��y
6 ���y
r. ` ?y R
Ny
�a� ' 'p!
� �� � �f 1
�
0
�
.6' {:
� ��
����
������
��,
d
Hovs
C,I �•:�,�erc�
���,�� �
31
� i_�f�«
�
�
s,�� �
� �� O��\
?� `�F' �
,0 4 ` �
�� s� a.
,� �
�. �
� ��
� �
a
�
`�
.�a �� �
.0 L � �:�
w u* � �
�Ir
i�
a���
S �
Q:�Specs-Stds Governance Process�Temporary Spec Files\Capital �elivery�Cap Delivery bi� 01�Q2 71
23.16.41_Attachment A_Survey 5taking Standards.dacx
Aage 16 of 22
iX. �ut Sheefs
A. Da#e of fiekd work
S. 5taking Method (GPS, total siatian)
C. Project Name
D. Gity Project Number (Example: C01234)
E, Location (Address, cross streets, GPS coordinate)
F. 5urvey company name
G. Crew chief name
�, A Wan� template can b� obtained from Qhe survey superintendent �see item I above�
S�andard �itd Cu� Shee�
�ate:
❑ T07A�
Staking 1911ethad: ❑ GPS STATIOlV
�OCAiION:
City �roject
Numbev:
�roject Mame:
❑ �THER
CONSL1�iANY1CONiRAC70 �t
SURV�Y CR�V41 INITIALS
oi i r�an�� ��F� Tn FLowuw� OR T�� O� Cll�� UN�.�SS OiH�RW15E WOT�.D.
PT # STATION OFFSET DESCRIPTION PROP. STAKED _ CU7' f FILL
-LTI+RT GRAD� ELEV,
O:�Specs-Stds Governance Process�Temporary 5pec Files\Capital Defivery\Cap Delivery Riv 01\0171
23.16.01_Attachment A_Survey Staking Standards.dacx
Page 17 af 22
X. As�built Sur�ey
A. Definition and Purpose
The purpose of an as-built survey is to verify the asset was installeci in the proper location
and grade. Furthermore, the infarmatian gathered will be used to supplement the City's GIS
data and must be in the proper format when submitted, See secrion !V.
As-built survey should include the following (additional items may be requestedj:
Manholes
Tap of pipe elevatra�rs every 250 feet
Horrzonta! and verfical points of infleciion, curvature, etc. (A!! Fittingsj
Cathodic protectian teststatior�s
Samplrng stations
Meter boxes/vaults (A!! sizesj
Flre lines
Fire hydrants
Gaie valves (rim and top of nuFj
Plugs, stub-auts, dead-end lines
Air Release valves (Manhale rim and vent pipe}
Blow off valves (Manhale rim and valve lidj
Pressure plane valves
Cleaning wyes
Clean outs
Casing pipe (each endJ
lnverts af pipes
Turbo Meters
0:�5pecs-Stds Governanc� Process�Temporary 5pec Files�Capi�al Deli�ery�Cap Delivery Div fl1�0171
23.16,01_Attachment A_Survey Staking Standards.docx
Page 18 of 2�
B. Exampte De�i�eerable
A hand vu�ritten red line by the field surveyor is acceptable in mosi cases. This should be
a copy of the plans with the point nurnber noted by each asset. If the asset is rnissing,
then the surveyor should write "N�T FOUND" to notify the City.
O:�Specs-5tds Governance Process�Temporary Spec Files�Capital Deli�ery\Cap Delivery Di� 01�0171
23.16.01_Attac�ment A_Survey Staking 5tandards.docx
Page 19 of 22
6tlRY !3±'Okl.t1�7 �S�MI�(q 1]
� `".' � k
14 �:;:�� f}. , 5.
F-, � � � .:� �,��
�; � ��, ��
r � �;
}
=�fi��..i
. �;.�.a�
i� �:E;� ,�
�... _ i _.._..
�HI7,� IY .r:r��S ;.ST1 N_m+ ..
y -3"'"`1 � � .tra^ - ....�x"—'�,v
y u 3f E � . *�#^�. . .i�-- .�
� ' ` J� I f�C I ���,� _.+._. .��,• �i�
-,� I-.+ . ` .
�a���•3.s'I � �� a
., , . .a
,�'''' `f;� 'f I -�-- � �-•---�.,!�
� �i�#�+. � f �
� ' — _ +'.j �.
.��''. (`� � J�I �� ,+ . ' _' „ �.f
II, �'� ��'. i+ ��f _
' • `' \ J , `s. � ; +
�
' ��y — �'' ����
, �# f I �"� � I' � - �'} �3f .. ° � . �
j � -- #. - t ,-.j � ,,l, -.. �
i�
I
, � ��
.7 ,'
, 1+�r I�
� j
�I . . 1
��� -
I f
ri � � ,
- :-:�,..� . .�
� - =� ��. �� s_{��� F;
� - =�� �� �` ��:
. �;� � �t�- �
.. ::���� � .�� _
:
f�
�
_�
T I�
-�--�---- -�— �� � _r
; , _ .. ��; ,
1 � �.� ��� i �� �e
�gi';,� I ��`i E:k� �hj �a
� �r� l� e� .� � f�� " �
�:� �� ��
�., �� �
�._. �_. e � e•, M �
y yyy] :.� {�
�Se� �4a�S�n�. � � dS� M � i?° �
a �a
� ��4� ��: � �'���� �� �� ►;��� ����
�� `l_� � ��4'! � � I;" �:�)�1 �;�t�i
� '
O:�Specs-Stds Go�ernance Process��emporary Spec Files�Capital Delivery�Cap Deli�ery Di� 01�0171
23.16.01_Attachment A_5ur�ey Staking 5fandards.docx
Page 20 of 22
I I — _ - --- —_ - :
0:�5pecs-5tds Governance Process\Temporary Spec Files�Capital Deli�ery�Cap Deli�ery Div 01�Q171
23.16.01_Attachment A_Survey Staking 5tandards.dacx
Page z1 of 22
Iv, } ' . ' ' . .
23.16.01_Attachment A_Survey 5taking Standards.docx
Page 22 of 22
BL!{ 29
ror 8
ros w:,, �..r.n.:,�a
rs+w,i�':
s�vx� wi
.a�.,
r-�
:L�4Yi0�4 �?fa �f'.
- ,
mr 3
��o*:� ra stroiu�m
4�i��b�
� � �
� �
----�_�
�
� � (A i;�Y
_ :. �ti _
_._� ..—. _ fiR I N �
IlfdF' d . r_7C�� ' M�_ ,•
�
� ---t --�-.� � -- �
�--�_— �
— e� �--�,r�� i rq �y . �m � '� � s �
1}��;, '�-�• '4
.u.T � �� I�[N?E LRSf.!'�.e . } �
r� �r I � � R SNL �T�CI! � �
I � - �,.f"'�_ _ ��
;$�'� �� jl�
'i4tRl=wa_ �w„r.�..,.�.r E�
.��«w .: �: ��
���.�:
� S il° u' �F s. ��
ily5'�.'i1;1 MLV��c � C
4[.i 4af n�SF.x�' J�� �- i� �
dk.F° � ! nwj �.. . �
I57fN:8'S5 tFta�
�..�.„'..N�., 1 [`G7�` �1i�} fti�� �lFf�S ��I}���fE�S-�
?��I,LT";{'r'� ;'r1f:l= f�#{}.7A1+1�S,"f,
1:: :.'-._ - -- _ '- -'—_'__ � . ; � ; - i - - =_ =�=
�_�.. -� I:. .��:, �_r�=_ :.� _ � � : : =..'. '.-_. I ' �-����_� �.. i
k � ` � � _ � �_1- �-�=--s--:---�-.� . . � � �
I = _ -1 " � � � I � - ' ' ' ; �
. � � ; -.. �
, . � . . _ . - -
:
'�—=--I.-:--' �:: _� ' I � ;�-� - - . � I ��-_ ��=;-
,-' j � ..�. ,-° r
� ;:_ �.:
_ : : , _. : :.
�._ � �_ _ ; .._ - : —=b� � --Gi��-} ;� � �� � : � �� � i.:.�:_i-i ._._.� . _ �.._i _�--�:
. . -r r—;,�-� : : _ : , . . — -�--�:
I � 31 .y:. .:..%I _:. - i , "f I
�_.__ --1 �I i. ..i �;�" �� �'
I� i . " . � _��}� =S-_ ..i.._-__ �.I : I _ I _ _— .' . __I
V . . . =� � � � i , ___ ' I '
I�.... �_.._. '-2�-��� I .�. :i-.i ..:�._
- - ' � I � ' � � I ���'`�T ` _= i -- I . _ I �_ =l(!+ ' i
i : . _ .: ..:_-. E !S ? . ?-I - _ _ I� ' ' - � - ! - � -: ' � .
I=Ev�-.'rl r: ':��'�.-`-'� i- � I.. I I`i" �� _._? � f
� f i �.�T.'.�x1�'f i - . Y j ;'":" - � 3 � " �
' . . ._:� _ : : - : . : i . j
' 2� ' --' - '- -��:�� - _- - _�_� �',�r�, I _i � . ..� .: : I " !
, n 1- _- .} �, � _::5- . �. : � �,. . ^�` � . . _ = . � : - �;:
�- ._ _ . : �:��_ _ _ � ;
� i = � � � i 3�i�,
_..: -��F,�II�' � _ _ ..' .1 ! : �_ ; : : - ! �,.3 �..�,�:=_ � �
-a�;; . : =�=; �r_ , _ . � =��..:R:.� .j` , � �.
�����- : : � : `�-i .L—'r=:'—�_ "��,f-1�� I = '���!_ =. -
::}f � . . �l •,l�=_ _ : I ' - — - , � ! _ :
� tr��rif.�qk4i;`~.-_ =:�;3. I . :� _ ��.:I' --: � =--iF-f
��Y' r =- ti_: : i ~ _ � I -I_ +F. ' "'j i. �-�-
� - - . �4, . �3'. .' � .� . . _` � - - - .
�� i '^L .� �L � I_
�� . � !
. {_-' _ � :4L�� �Y'� � � �-I � � I _ - I � � _ I �C�.14 � f
° � �- -: _- �-.�- "-� ��tlf1''=�F�y,`�_�'�._�_E i�'- i
i `_ _ j _ ' _ I - : �..: . ci
��. . - ----� = - I - �-_ _=1 I ��. '�i'.=.
_ �_�' _ I _ _ : -4,: � .
k � : � i
,-_.. E� . -- . .
i
E i � I `__ —: -_ .1:� _--- . __ f --__..:_. = -:.l �_ ' � � : r
i : E j � i - _ _! ._ _.Lr_: � _ "_� - ' J:' ��' - I �
k� i --i` [_, _k_k I i . . �- .� _ �i- _ --i �� ��"I�i
j _�i E I ���' ;yr�� - j _i� �:.t_ . -
' _ -- � I �.w ! _ . � . ' . . . ' � _ �
� : :,
1�; � � ; = � � _
a .:.
" ' ' �. . � � - -
_ - :
� _
_ J_ �.. I' :
.: �: .:_ . _
� - . : � € ; .: : � � � _- - ----
: .� :. � . -
: ��fi_ : ` ��.
..�: ' s�.aF �
' . ." ' ' 1 ` =_ = I . "I �
I � I� I�� I
� . :
. :..- : , � i _�..:I.
- I ' ��' ` I� �
.. : = ��� _ - 'i� - i
" - `_��2:; ..�- ;� i' I�,_I ' I I _i' �.'a"� � I 'I
.� - i' - - �
�Enpp � 1'�� �JJ1�0171
23.16.01 Attachment A_5urvey Staking Standards.docx
P�ge 23 of 23
Ob�iously the .csv ar .txt file cannot be signed/sealed by a surveyor in the format
requested. This is just an example and all this infarmatian should be noted when
deliveret[ fo the City so it is clear to what coordinate system the data is in.
POlN7N0. NORiHING EASfINis ELFV.
1 &9AfiZS7,18J 2396479,165
2 fi94fiYG0.R93 2Z96�b2.1�€i
3 B9A63t1'7,399 229503l1:306
R &SAG220,S6? 2298611,025
5 6945195.X's 2296915.116
b 69AG194.528 2296022.7Z1
7 6946136.D1Z 2295992.i1S
8 594fipp2.Z67 22�5919.133
9 69�6Q03A5$ 2295933.418
20 6945984,E77 2295880.5]
kl 6945985.473 2295869:&�.17.
1� 6945$95.077 iZ4586095x
13 6945896.5�1 7Z95862.188
ld 694593M1.2S6 2295841.925
15 6945936.727 229583p,q41
1G 6945835.678 2255799.747
1� b9458f.7.4S8 2295827.011
18 5yA5759.77fi Z295718.64�
19 G945758.563 2195778,42R
20 6945743.3A8 2295788.392
21 fi9�1577.3.7.19 2z55754.394
22 69�A56R2.2i 27957�1A.Z7
z3 6945621.902 2595669,471
zA 6945GG3.4fl7 7.295736.fl3
ZS 59A5571.OS9 2295G55.IB5
26 69�F5S39,b96 2295867.803
ZY 6945519,834 �2g56J,9.49
2s 69k5417.879 22�J558p.27
29 69hS456.557 x29S60.3.1A5
30 8945387.356 ZZ9559T.101
3� 69M15370,fi88 Z295G96.793
3� 6945383.53 22956xU.558
33 6945321.2Z8 2Y5555f.1�5
34 69A5319.3G5 1�95539.7i8
35 6945242,2&9 2295570.115
36 6945z33.524 7295544.fi28
37 5945206.4&3 �285529.3U5
98 6945147,.075 22$555l.666
39 fi9451�3.495 2a45520,335
4D G945�4g,a2 2795527.345
A1 &SM150A1,(�7q Z29SSS�,b75
A2 6945P�8.87$ ?.x5S552.1.47
AH fi9A5Up6.397 2295518.135
AA B9Ad944,782 22955�Q,635
45 fi4Aq443.�i32 22955SG.479
46 fi44A8W(i,416 2295534.397
pEsCRip710N
7Z6.(i9 SSNkH R1M
l25.668 GV RIM
726:85 GV R3M
723,358 SSMk RIM
722123 GV f11M
7�7.325 FH
/19,�495 WM RIiYk
I'1333� WWl RIM
713.652 GQ KIM
711.663 SSMH RIM
71RA46 WM RIM
7D7.7� WAq RIM
7oB.205 WM RIM
709:�167 WM RIM
7]0.484 CO RIM
707.77�1 SSiulH RIM
708.ag2 SSMH R1M
71.1.21$ 55{+IIH RiM
71p,08G GV R1M
71a.631 GV RIM
'712.349 GV filM
716.68G WM RIM
7�9.76 Wllh RIM
779.737 t.01iIM
777.514 S5MH RIM
729.Z23 WM RIM
732:bRy WNk RiM
7A�.521 WM R]M
7:j6.A51 CO RIM
7�40.756 GV RIM
74U.975 GV RIM
%4U,A08 fN
74B.3A WM KfM
7A6.7T1 CO RIM
748.454 W M RI M
7A9.S9 SSMH RIM
751.058 WM RIM
750.853 WM RIM
751.871 WM RIM
752.Y57 SSMH fi{M
75I.79 WM RIM
75I,R8 WM AIM
752,615 WM RIM
752.BQ1 WM RINi
752.SSG WM RIM
752.�86 55MN RIh4
,
_ i
. .
'
r
i � � ,
��:�,�
y '
0:�5pecs-Stds Governance Process�Temporary Spec FiEes�Capital Delivery�Cap pelivery Di� 01�0171
23.16.�1_Attachment A_Survey Staking Standards.docx
Page 24 of 24
C. Other preferred as-bui[t deli�erabte
Some vendors have indicated that it is easier to deli�er this informatian in a differ�nt
format. Below is an example 5preadsheet that is also acceptable and can 4�e obtained by
request #rom the survey superintendent.
O:�Specs-Stds Governance Process�Temporary 5pec Files\Capital DeliveryjCap Deli�ery Div 01�0171
23.16.01_Attachment A_Survey Staking Standards,docx
Page 25 of 25
h�[� � • � �
a � � � �
�,� _ �
— — — — -�--- -- -�.W __ _--- _.- -�— — --- ---- --
= � �
3 ����������
� ���� ��������
#
_ .�. _
�� °� � � � � 2� z�
� �� , �� � � a � N
G
� _ i � ��
� � i � �� � � � � � � �
:� .�� � � � � � � �
� # �
z - Sf � � � .�`f
� � � W �
� a � � p
� � �� .--'I�'- - - -- - —
` o �� � �� � � � � � � � � � �� � � � �
� ,��� ����������������
..����I � z�=���
� "'��� i � �� z�W �� �W 6 � °�
i � � � � � � � �
, �
; � �� �
_ � I �
� r ` ��
I ; ",; : � �
I I
r� �.; -- -- ....... _.._.. ___ __ -_. __... -�—� -- --..
� 44 , �
I ; u �w
� � � �1
� h, � I' I
r � 1i I � � � � � � # �
, � �
.�s ����������������
.i.. �r �����������
_-, � � � � � � � � � � � � � e
�.. . � � � xb a� � � c� �� i�
, "l � , Mi -uf �I—�' � - �� a' �i � ;a �j �� �; a
O:�Specs-5tds Governance Process�Temporary Spec Files�Capital �elivery�Cap Delivery Di� 07.�0171
z3.].6.01_Attachment A_5urvey Staking 5tandards.docx
Page 26 of 26
01 74 23 - 1
CLEAIVIlVG
Page l of 4
SECTION 0174 23
CLEANING
PARTI- GENERAL
1.1 SUMMARY
A. Section lncludes:
I. Intertxaediate and final cIeaning for Work not including special cleaning of closed
systems speci#'ied elsewhere
B. Deviatians fra�n this City of Fort Worth 5tandard Specification
l. None.
C. Related Speci�cation Sectians include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 32 92 13 — Hydro-Mulch'tng, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurern.ent and Payment
I. Worlc associated with this [tern is considered subsidiary to the various Items bid.
No separate paytnent will be allowed for this Ite�n.
1.3 REFERENCE� [NOT USED]
1.4 ADNIINTSTRAT�V'E REQiTIR�MENTS
A. Sclaeduling
l. Schedule clear�ing operations so that dust and ather contaminants disturbed by
cleaning process wi11 not fall on newly paintad surfaces.
2. Schedule final cleaning upon complat�on of Work and immediately prior to final
ins�ectian.
1.5 SUBNIITTALS [NOT USED]
1.6 ACTION SUBMITTALSIINFORMATI�NAL SUSMITTALS [N4T USED]
1.7 CLOSEO[3T SUBMITTALS [NOT LTSEDJ
1.$ MAINTENANCE MATERIAL SUBMITTALS jNOT USED]
19 QUALITY ASSURANCE [NQT USED]
1.1U STORAGE, AND HANDLING
A. Storage and Handling Requirements
l. Store cleaning products and clea�ing wastes in containers specifically designed for
thase materials.
CTTY OF FORT WORTH Westside IIi 24-Ineh Water �ransntissian iYlain
STAIVDARD CoNSTRUCTTON 5P8CIF[CATION DOCUMENTS City Praject Nn. IA2689
Revised Ju1y I, 2t111
o��ax3-a
CLEANING
Page 2 of 4
1.11 PIELD [SITE] CONDZTTONS [NOT II�ED]
1.13� WARRANTI' [N�T USED]
PART � - PRODUCTS
�.1 OWNER-FURNISHED [o�] UV�NER-SUPPLIEDPRODUCTS [NOT U�ED�
�.� MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Mat�rial r�cornrnended by manufacturer
�.3 ACCESS�RIES [NOT USED]
�.4 �OURC� QUALITY CONTROL [NOT iJSED]
PART 3 - EXECCTTXQN
3.1 1NSTALLERS [NQT USED]
3.2 EXAMINATIQN [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT i7SED]
3.5 REPAIR I RESTORATION [NOT USED]
3.6 RE-IN�TALL�ATION [NOT USED]
3.7 FIELD [oR] S�TE QIIALITY CONTROL [NOT USED]
3.$ SYSTEM STARTiTP [NUT USED]
3.9 ADJIISTING [N�T USED�
3.10 CLEANING
A. General
1. Prevent accumulatiQn of wastes that create hazardous canditions.
2. Conduct cleaning and disposal operations to comply witl� laws and safety arders of
governing authorities.
3. Do not dispose of voIatile wastes such as mineral spirits, ail or paint thiiu-►er in
storm �r sanitary drains ar sewers.
G. Dispose of degradable debris at an appraved solid waste disposal site,
5. Di�pose of nondegradable debris at an approved solid waste disposal site ar in an
alternate manner approved by City and regulaiory agencies.
CTfY OF CURT WQRTH Wesfside III 24-Inch Watcr Transmission Nfain
STANDARI7 CONS"FRUCTION 5PECIFICATIOAI �pCUMENTS City Project]+Io. 102684
Revised Jaly l, 20] 1
017423-3
CL�AIYIAiG
Page 3 af A
6. Handl� materials in a controlIed manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
tivs praject.
8. R�move all signs af ternporairy constructian and activities incidental to construction
of required permanent Work.
9. If praject is not eleaned ta the satisfaction of the City, the City reserves the right ta
have th� cleanin,g completed ak the expense of the Contractar.
10. Da not burn on-site.
$. Inter�t�ediate Cleaning during Construction
1. KaBp Work areas clean so as not to hinder health, safety or eor��enience af
pez'sonnel in e�sti.ng facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically lacated eontainer(s):
a. Caver to prevent blowing by wind
b. Store de�ris away from canstruction or operational activities
e. Haul from site at a minimum of once per week
4. Vacuum clean ir�teriar areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
5. Prior to storm eve�ts, thoraughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. [nterior Final Cleaning
1. Remo�e grease, mastic, adhesives, dust, dirt, stains, iingerprints, labels and other
foreign materials from sight-exposed surfaces.
2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean.
3. V4�ash and shine glazing and mirrors.
4. PoIish glossy surfaces to a elear shine.
S. Ventilating systems
a. Clean permanent filters and replace disposable filters if units were op�rated
during construction.
b. Clean ducts, blowers and coiIs if units were operated without filters during
constructinn.
6. Replace all burned out lamps.
7. Broam clean process area floors.
8. Mop office and contr�l rnom floors.
D. Exterior (Site or Right of Way) Final Cleaning
1. ReFnove trash and debris containers frotn site.
a. Re-seed areas disiurbed by lncation of trash and debris containers in accardance
with Section 32 92 13.
2. 5weeg roadway td remove all racks, piec�s of asp�aalt, concrate or any other object
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures,.
junction boxes and inlets.
CITY OF FORT WORTH Westside LI124-Ineh Water Transmission i4lain
3Tt1N[DAItD CON51ZiUCT'iON SPBCIFICATIpN DQCUMENTS Ciry Yroject ]do. 102589
Itevised July I, 2011
017423-4
CLEANING
Page 4 of 4
4. If r�o long�r required for maintenance of erosion facilities, and upan approval by
City, renoo�e �rasion control from site.
5. Clean signs, ligk�ts, signals, �tc.
3.1I CLOSEDUT ACTIVITIES [NOT USED]
3.12 PROTECTTQN [NOT USED]
3.13 MAiNTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USEDJ
END OF SEGTION
Re�ision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Wesiside II124-Inch Water Transmission Main
5TA�fDARn CONSTf�UCTIOI�I SPSCIFICATION DOCUMEN'1'S City ProjeetI�[o. 102669
Revised July 1, 2011
O17719-1
CL05HOOT R�QUIREMENT 5
Fage 1 of 3
SECTION 0177 19
CLOSBOUT REQUIREMENTS
PART 1 - GENERAL
`i A1111 : ; �
A. SectionIncludes:
1. The procedure for closing out acontract
B. Deviatians from this City of Fort Worth S#an�ard Specification
1. None.
C. Ralated Speci�cation Sections include, hut are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditior�s of the Contract
2. Divisian 1— General Requiremants
f.2 PRICE AND PAI'NI�NT PROCEDURES
A. Measurement and Payment
1. Work associated with khis Item is considered subsidiary to the various I.tems bid.
No separate paynnent will be allawed for this Item.
1.3
[NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Guarantees, Bonds and Affidavits
1. No application for iinal payment will be accepted until all guarantees, bonds,
cartificates, licenses and affdavits required for Wark or equipment a� specified are
satisfactarily filed rvith the Cify.
B. Release of Liens or Clainns
1. No application far final payment will be accepted until satisfactory evidence of
release of liens has been submitied to the City.
1.5 SiTSMITTALS
A. Submit all required docurnentation to City's Project Representati�e.
1.6 INFORMATIDNAL SUBMiTTALS �NOT USED]
L�' CL05EOUT SUBMITTAL� [NOT USED]
PART � - PRODUCTS [NOT USED]
CTTY OF �'ORT WOR'I' H VVestside IiT 24-lnch Water Transmission Main
STANDARD CONSTRUCTION SPECIF'ICATION DOCiI[vlEi�[T5 City ProjectNo. Ib2b$9
Revised March 22, 2D21
O17719-2
CLp3E0[1T REQUIREMENTS
Page 2 of3
PART 3 - EXECUTION
3.1 INSTALLERS [NOT iISED]
3.2 EXAMINATION [NOT USED]
3.3 PRE�ARATION [NOT U�ED]
3.4 CLOS�OUT PROCEDURE
A. Prior to raquesting Final Inspection, submit:
1. Project IZecord Documents in accordance with 5ection O1 78 39
2. Operation and Maintenance Data, if required, in accord.ance with Section 01 78 23
B. Prior to requesting Final Inspection, perform final cleaning in aecordance with Se.ction
O1 74 23.
C. Final Inspection
I. After fnal cleaning, pro�ide notice to the City Project Representative that the Work
is completed.
a. The City will make an initial Final Inspection with the Contractor present.
l�, Upon completion af this inspection, the City will nQtify the Contractor, in
writing within 10 business days, of any particulars in which this inspectian
reveals that the Work is defecti�e or incomplete.
2. Upon receiving written notice from the City, immediately undertake the Work
required to remedy defciencies and co:tr�plet� tha Work to the satisfaction ofthe
City.
3. The Right-of-way shall be cleared of all construction materials, barricades, at�d
temporary signage,
4. Upon completion of Work as5ociated with tkte items li�ted inthe City'swritten
notice, inform the City that the required Wark has been completed, Llpon receipt of
this notice, the City, in tha presence of the Caniractor, will rnake a subsequent Fina1
Inspection of the project.
5. Provide all special accessories required to place each item of eyuipment infull
operation. These special accessory items inciude, but are nat limitedto:
a. 5peeif ed spareparts
b. Adequate oil and grease as required for the first Iubrication of the equipment
c. Initial f Il up af aIl chemical tanks and fuel tanks
d. Light bulbs
e. Fuses
f. Vault keys
g. Han.dwheels
h. Other expendable items as required for irtit'ral sta�rt-up anc� operation ofall
eyuipment
D. Notice of Projec# Completion
1. Once the City Project Representative flnds the Work subsequent to Final Inspection
to be satisfactory, the City will issue a Notice of Project Cornpletion (Green Sheet).
E. SupportingDocumentation
C;ITY OF FORT WaRT H Westside [II 24-Inch Water Transmission ivlain
STANDARI7 CONSTRUCTION 5PECIFICATIQN DQCUMENTS Ciry ProjectNo. 102689
Revised March 22, 2021
Q17719-3
CL05EOUT REQLIIREMENT S
Page 3 t�i3
l. Coordinate with the City Praject Represeniati�e to corriplete the following
additional forms:
a. �'inal Payment Reauest
b. Statement of Contract Time
c. Affidavit of Payment and Release ofLiens
d. Consent of Surety to Final PaymenY
e. Pipe Repork (ifrequired}
f. Contractor's Evaluation of City
g. Performance Evaluation of Contractor
F. Letter of Final Acceptance
1. Upon revi�w and acceptance of No�ice of Projec� Comple�ian and Supporting
Documentation, in accordance with General Conditions, City will issue Letterof
Final Acceptatrce and release the Final �'a�rment Request for payment.
3.� REPAIR 1 RESTORATION [NOT USED]
3.6 RE-INSTALLATYON [NUT USED]
3.7 FIELD [o�] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [N�T USED]
3.9 ADJU�TING [NOT LTSED�
3.1Q CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.1� PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.�4 ATTACHMENTS [NOT USED�
END OF SECTION
Revisiori Log
DATE NAME SUMMAItY OF CHANGE
3/22f2021 M Owe� 3.4 C. Added Language to clarify and emphasize requireuaent to " Clearing ROW"
CITY OF FORT WORT H Westsida III 24-Inch Water Transmission Main
5TA1dUARD CQNSTRUCfION SPECIFTCATION UOCU�YIENTS City Projact No. 102689
Kevised 1�Iarch 22, 2Q21
01 78 23 - 1
OPERATIQN AND MAfNT'ENAIVCE DATA
Page l of 5
SECTION �l 78 23
OPERA7'IQN �1ND MAINTENANCE DATA
PART I - GENERAL
1.1 SUMMARY
A. Section Tncludes:
1. Producfi data and related information appropriate for City's maintenance and
operatio:n of products furnished under Contract
2. Such praducts may include, but are not limite.d to:
a. Traffic Cantrollers
b. Irrigation Controllers (to be operated by the City)
c. Butterfly Valves
B. Deviations from this City of Fort Worth Standard Specification
1. None,
C, Related Specifcation 5ections include, but are not necessarily limited to:
l. Division 0— Bidding Requirements, Cantract Forms and Conditions of the Contract
2. Division I-- General Requirements
1.2 PRICE AND PAYNIENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Itet� is considered su.bsidiary to the �a.rious Items bid.
No separate payment will be allawed for this Item.
1.3 REFERENCES [NQT USED]
1.9 ADMIIVISTRATNE REQUIREMENTS
A, Schedule
1. Submit r�n.anuals in �nal form to the City within 30 cal�n.dar days of product
shipment to the project site.
1.5 SUBM�TTALS
A. Submittals shall be in accordance with Section Ol 33 00 . A11 submittals shall be
approved by the City prior #o clelivery.
1.6 �NFORIVIATIONAL Si7BMITTALS
A. Submit�aI Form
1. �repare data in form of an instructional manual for use by City personnel.
2. Format
a. Size: 8% inches x 11 inches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
c. Text: Manufact�rer's printad data, or neatly typewritten
C1TY OF FORT WORTH Weskside III 24-Inch Water Transmission Main
STANDARD CaNSTRUCTION SPECIFICATION I]OCUME�STS City Project Na. 102689
Revised December 20, 2012
OI7823-2
OFERATION AiYD I�AINT'ENANCEBATA
Page 2 of5
�. DCaWlrigS
1) Pravide reinforced punched binder tab, bind in with text
2) Reduce larger drawings and fold to size of text pages.
e. Pra�ide #�y-leaf far each separate product, or each piece of operating
equipment.
1) Provide typed description af prod�ct, and major cornponent parts of
equipment.
2) Frovide indexed tabs.
f. Cover
1} Identify each volume with ryped or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2} List:
a) Title of Project
b) ld�ntity of saparate structure as applicable
c) Identity of general subject rc�atter covered in the manual
3. Binders
a. Comnrz�rcial. quality 3-ring binders with durable and eleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent
groupings.
4. If available, provide an elect�anic farm of the O&M Manual.
B. Manual Cantent
1. Neatly typewritten table of contents for each v�lume, arranged in systematic arder
a. Contractor, name of responsible principal, address and teleghane n�mber
b. A list af each product required to be included, indexed to conteni of the voltame
c. List, with each product:
1) The name, address and telephone number af the subcontractor ar installer
2) A list of each product reyuired to be included, indexed to content of Yhe
�alume
3) Identify area of respansihility of each
4} Local source of supply far parts and replaceme�.t
d. Identify each product by product name and other identifying symbols as set
forth in Contract Documents.
2. Product DaYa
a Include only thase sheets wi�ich are pertinent ta the speeific prnduci.
b. Annotate each sheet to:
1) Clearly identify specific praduct ar part installed
2} Clearly identify data applicable ta installation
3) DeIete references to inapplicable information
3. Drawings
a. Suppjement product data with drawings as necessary io clearly illustrate:
1) Relations of component parts of equipment and systems
2) C�ntral an� flow diagrams
b. C�ordittate drawings v�ith information in Project Reeor� Documents to assure
correct illustration of completed installation.
c. Do not use Project Record Drawings as maintenance drawings.
4. Written te�t, as required to supplement product data for the particular installation:
a. Organize in consistent format under separate headings for dift'erant procedures.
b. Provide logical seyuence of instructions of each procedure.
CiTY OF FORT WORTH Westside LI124-Inch Water Transmissian Main
STANDAI2D COIVSTRUCTION SPECIFICATION DQCUIVEENTS City Project No. 102689
Revised pecember 20, 2012
01 78 23 - 3
QPF.RATION AND MAINTENANCE 17ATA
Pagc 3 of 5
5. Copy of each warranty, bond and service contract issued
a. Pcovide information sheet for City personnel giving:
1} Propex procedures in event of failure
2) Instances which might affect validity of warrantias or honds
C. Manua1 %r Materials and Finish�s
I. 5ubmit 5 capies o�cozxiplete manual in final form.
Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving fuli informat�on an products
1) Catalog number, size, composition
2) Colnr and te�ure designatians
3) Information required for reordering special manufactur�d products
b. Instructions far care azad maintenance
1) Manufacturer's recommendatian for types of cleaning agents and methods
2) Cautions against cleaning agents and methods vvhich are detrimantal to
product
3) Recomm.ended schedule far clea.r►ing and maintenance
3. Content, for moisture pratection and weather eacposure products:
a. Manu€acturer's data, giving fu11 information on products
1) Applicable standards
2) Chemical composition
3) De�ails of installation
b. Instructions for inspeetion, maintenance and repair
D. Manua.l for Equiprnent and Systems
1, Submit 5 copies of complete matival in #inal form.
2. Content, for each unit of equipment and system, as appropriate:
a. D�scription of unit and component parts
1) Function, nartnal aperating characteristics and limiting conditions
2) P�rformance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Operating procedures
1) 5tart-up, break-in, routine and no�na� operating instructions
2) Regulation, control, stopping, shut-down and emergency instructions
3) Summer and winter operating instrucHans
4) Special operating instru.ctions
c. Maintenance procedures
1) Routine aperations
2) Guide to "irouble shooting'"
3) Disassembly, repair and reassennbIy
4) Alignment, adjusting and checicing
d. Servicing and lubrica�ion schedu.le
1) List of lubricants re�uired
e. Manufacturer's print�d operating and maintenance instr�ctzons
£ Desc�iptiov af sequence of operation 6y cantrol manufaeturer
1} Predicted life of parts subjact to wear
2} [tems recommended to be stae�ed as spare parts
�. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
1) As installed calor coded pipirag diagrarr�.s
CITY OF FORT WORTH Westside �I 24-Inch Watcr Transmission Main
STANDARD CONSTRZ3CTION SPECIFICATION DOCUMENTS City Project No, 102684
Re�ised December 20, 2� l2
o��aza-a
OPBRATION AI�D MAITi'FENANCEDATA
Page 4 of 5
i.
.I•
k.
Charts of valve tag numbers, vvith locat�an and function of each valve
List of arigina.I manufa�turer's spare parts, manufacturer's current �rzces, aryd
recommended quantities to be maintained in storage
Other data as required under pertinent Sectians of 5pecifications
3. Content, for each electric and electronic systein, as appropriate:
a. Description of system and coznponent parts
i) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3} Cornplete nomenclature and commercial number of rep.laceable parts
b. Circuit directories of panelboards
I ) Electrical service
2} Contrals
3) Communieations
c. As installed color coded wiring diagrarns
d. �perating procedures
1) Routine and normal operating insiructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1 } Routine operations
2} Guide to "trouble shooting"
3) Disassembly, repair and reasser�bly
�) Adjustmenf and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as reyuired under partinent 5ectians of 5pecifications
4. Prepare and include additional daia when the n�ed for such data becomes apparent
during instruction of City's persozinel.
l.i CLOSEOUT SUBMITTALS (NOT USED]
1.8 MAINTENANCE MATERIAL SUBIVIITTALS [N�T USED�
1.9 QUALITY ASSURANCE
A. Provide operation and maintenance data by persoru�el with the foilawing criteria:
l. Trained ar�d experienced in maint�nance and opera#ion af described products
2. Skilled as teehnical wvriter to the e7cten.t required to communicate essential data
3. Skilled as draftsman competent to prepare required drawi�ngs
CITY OF FORT WO�tTH Westside II124-Inch Water Transmission Main
STANDARD CONSTRUC3'[ON SPECIFICATION DOCUMENTS City Project No. 102689
Revised December 20, 2012
417823-5
OPERATION AND MAINTENANCE I]ATA
Page 5 of 5
1.14 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] C4NDITIONS [NOT USED]
11� WARRANTY [NOT iTSED]
PART � - PRODiTCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END O�' SECTT�N
Revision Log
DATE NAME SUMMARY OF CHANGE
8131/20 l2 D. 7otanson 1.5.1�.1 — title qf sectia�a removed
CITY pF FQRT WORTH Westside DI 24-Inch Water Transmission Main
STANDARD CpNSTRUCTIOIV SPECIFICATION DOCUMENTS City Project No. 102689
Revised December 26, 2012
4i 78 33 - I
PR07ECT RECORD DOCLTMEN"1�S
Page 1 of 4
SECTION Ol '�S 39
PR�]ECT RECORD DOCiJMENTS
PART 1- GENERAL
l..l SUMMARY
A, Section IneIudes:
l. Vi�ork associated with the documenting the project and recording changes to project
documents, incluc�it�g:
a. Record Drawings
b. Water Meter Ser�ice Reports
c. Sanitary Sewer Sezvice Reporis
d. Large Water Meter Reports
B. Daviations fram this City af Fort Worth 5tandard Specification
1. None.
C. Related Specification Sections in:clude, but are not necessarily limited tv: i
1. Division Q-- Bidding Require�[nents, Contract Forms and Conditions of the Contract
2. Division 1— General Reyuirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measuremen� and Payment
1. Work associated with this Item is considered subsidiary ta the various Items bid.
Na separate payment wi11 be allowed for this Item.
1.3 REFERENCES [N�T USED]
1.4 ADMINISTRATIVE REQUIIZEMENTS [NOT USED]
l.� Si7BMITTALS
A. Prior to submitting a request far Final In�pection, deiiver Project Record Documents to
City's Project Representative.
1.6 ACT�ON SUBMITTALS/INFORMATTONAL SUBMiTTALS [NOT USED]
1.7 CLOSEOUT SiTBMITTALS [NOT USED]
1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSiJRANCE
A. Accuracy of Records
I
�
Thorovghly coordinate chan:ges rvithin the Record Documents, making adequate
and proper entries on each page of Specifieations and each sheet of Drawings and
ather pocuments where such entry is requirad ta show the change properly.
Accuracy oi records shall be such that future search far items shown in the Conkract
Documents tnay rely reasonably on information obtaina� �rom the approved Praject
Record Documents.
C1TY OF FORT WQRTH Vlrestside T[T 24-Inch Water Transmission ]VIain
STATlDARD CONSTRUG1iD1V SPECTF'ICA'i'IONE DOCUII�IENTS City Praject No. 102fi$9
Revised July 1, 20i1
a � �s 39 - z
PRa.r�cT €�coRn nocurv��rrrs
Page 2 of4
3. To facilitata accuracy of records, make entries within 24 hours after receipt of
information fhat the change has occurred.
4. Pravide factual information regarding all aspects of the Work, bath concealed and
visible, to enable future modification of th� Work to proceed without Lengthy and
expensive Site measurement, investigatzon an.d exainination.
1.10 STORAGE AND HANDLING
A, Storage and Handling Requirements
1. Maintaan the �ob set of Record Documents campletely protected from deterioration
and frorn loss and damage �zntil completion of the Work and transfer of all recorded
data to tha fmal Project Record Documents.
2. In the event of loss of recorded data, use rneans necessary to again secure the data
to the City's approval.
a. In such case, provide replacements to the standards originally required by the
Contract Documents.
1.11 FIELD jSITE] CONDITIONS [NUT USED�
1.1.2 WARRANTY [NOT USED]
PAR,T 2 - PRDDUCTS
2.1 OWNER-FURNISHED [oR] OWNER-SUPPLXED PRODUCTS [NOT USED]
2.2 RECORD DOCIIMENTS
A. Job set
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
charge to the Contractor, 1 complete set of all Documenfs eamprising theCantract.
B. Final Record Documents
1. At a time nearing the completion of the Work and prior to Final Inspectian, pro�ide
the City 1 compiete set of all Final Racord Drawings in the Cantract.
2.3 ACCESS�RIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - �XECUTION
3.1 INSTALLERS [NOT USED]
3.� EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 1VIAINTENANCE DOCIIMENTS
A. Maintenance of Joh 5et
1. Immecliately upon receipt of the job set, identify eaeh of the Documents with the
title, "RECORD DOCLJMENTS - JOB SET".
CITY OF FORT WOR173 Westside II124-[nch Water Transmission Main
STANDARD CONSTAUCTI�N SPECIFICA'CION DOCi1MENTS City Project No. ]02689
Revised July 1, 2011
017839-3
PROJECT RECbRD DOCUMENTS
Page 3 of4
2. Preservation
a. Cansidering the Coniract completion time, the probable number of occasians
upan which the job set nnust be talcen out for new entries and far exatx�ination,
and the conditions Under which these activities will be performed, cievise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new c�ata and %r review
by the City, uniil start of trazisfer of data to final Proj ect Record Ducutn.ents.
c. Maintain the job set at the site of work.
3. Coardination with Construction Surr+ey
a. At a minimum, in accordance with the in#ervals set forth in �ection 01 7l 23,
clearly mark any de�iations from Contract Docu�nents associated with
insta3lation of the iaafrastructure.
4. Making entries on Drawings
a. Record any deviations from Cantract Documents.
b. Use an erasabla colared pencil (not inlc oc indelible pencil), clearly descrihethe
change by graphic line and note as required.
c. Date all entries.
d. Call attenfron to the entry by a"cloud" drawn around the area or areasaffected.
e. In the e�ent of overlappi�g changes, use different colors for the averlapping
changes.
5. Convarsion of schematic layouts
a. In some cases on the Drawings, arrangements of co:nduits, circuits, piping,
ducts, and similar items, are �hown schematically and are not intended to
portray precise physical layout.
1) Final physical arrangement is determined by th� Contractor, subjeci tothe
City's approval.
2) However, design of future modifications of the faeiIity may require
accurate information as to �he final physical layout of items which are
shown only schematically on the Drawings.
b. Sf�ow on the j ob set of Reeord Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1) Finai physical arrangement is determined by the Contractor, subject tothe
City's approval.
2) Show, by symbol or note, the vertical location of the Item ("under slab", "in
ceiling plenum", "exposed", an�i the Iike}.
3) Make all identification. suificiently descriptive that it may be related
reliably to the Specifications.
c. The City may waive the requirements far conversion of schematic layouts
where, it� ihe City's judgment, conversion serves no taseful purpos�. However,
do not rel�r upon waivers being issued except as speciiically issued in writing
by the City.
B. Final Froject Record Documents
I. Trans%r of data to Drawings
a. Carefully transfer change data shown an the job set of Record Drawings to the
carrespnnding final documents, coordinating the changes as required.
b. Clearly indicate at each affeeted detail and other Drawing a full description of
changes made during construction, and the aetual location of items.
CIT'Y OF FORT WORTH Westside IiI 24-lnch Water Tra�smission Main
STAI�EDAIiD CONSTRUCTION SPECIFICATIDN DOCUMENT5 City Praject h1o. i 02689
Revised July I, 2011
{] 1 78 39 - 4
PRQ7ECT RECOIiD DOCUMEIVTS
Pa�e 4 of 4
c. CaII attantion to each entry 6y drawing a"cloud" around Yhe area or areas
affected.
d. Make changes neatIy, consistently and with the praper rrtedia to assure
longevity atid clear reproduction.
2. Transfer af data ta other pocuments
a. If the Docutnents, other #han Drawings, have been kept clean during progress of
the Wark, and if entries thereon have been arderly to the approval of ihe City,
the job s�et of those Docwnen�s, other than Drawings, wi11 be accepted as final
Record Documents.
b. If any such Document is not sa approved by the City, secure a new capy of that
Document from the City at the City's �sua1 charge far reproduction and
handling, and care�'ully transfer the change data to the new copy #o the apprnval
of the City.
3.5 REPAIR / REST�RATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.9 FIELD [oej SITE QUALXTY CONTROL INOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CL�ANING [NOT USED]
3.11 CLOSEOUT ACTNITIES [NOT USED]
3,12 PROTECTION [NOT USED]
3.13 MA�NTENANCE [NOT USED]
3.14 ATTACHMENTS �NOT i7SED]
END OF SECTION
Re�isian Log
DAT� NAI�IE SiJMMARY OF CHANGE
C17 Y Ol� FORT WORTH Westside ITC 24-Tnch Weter Transmissivn ivlain
STANDARD CONSTRUCTION SP�CTFICATfON DOCUMENTS City Projeet I�?o.. 102fi89
Revised.Culy 1, 2011
31 10 OD - 1
SITE CL�ARINC
Page 1 of fi
sECTTON �i ia ao
SITE CLEARING
PART 1- GIIVII2�AL
1.1 5U117MARY
A. 5ection Includes:
1. Preparation of right-of-way and other designated areas for construciion operations
by removing and dispos.ing af all obstructions including c�earing and grubbing and
trees, vvhen removal of such obstruclions i� not speciffcally shown on the Drawings
to be paid by other Sectians.
B. Deviations frorri tk�is City of Fort Worth Standard Spec�cation
�. 1.�.A.1. a. Measnrement and Payment
C. Related Specification Sections mclude but are not necessari�y limited to
l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1—General Requirements
3. Section 02 41 13 — Salective Site DemoIition
4. Section b2 41 1�— Utility RemovaVAbandonment
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Sit� Clearing
a. Measurc:rnent and Paymeni
1) The work perfvrmed and the materia�s furnished in accordance with
this Item is considered subsidi�ry to �he variaus items bid. No separate
payment will be allawed for this bid item.
c. The price bid shall include:
1} Pruning of designated trees and shrubs
2) Removal and disposal of structures and obstructions (unless separate bid
rtem is provided under 02 �I 13 "Selective Site Denaolition or 02 �1 14
"Utility RemovaUAbandonment").
�) Removal and disposal of trees under 6-inch in diam�ter when b�dding by
Sump sum or square yard
4) Removal of ALL trees when bidding by acre.
5) Backfilling of holes
6) Clean-up
2. Tree Remaval (for trees 6-inch or larger in diameter when Site Clearing is bid by
lurnp sum or square yard)
a. Measurement
i} Measurement for this Ttem shall b� per each.
2) Measurement of diameter far tree removal shall he at standard "Diameter at
Breast Height" or DBI� where Breast Height sha11 be S4" abave grade.
C.iTY OF FQRT WQRTH WeslsideIIl24-LichWaterliansrnissionMain
STANDARD CONSTRYICTIOAI 5PECIFICATION IIOCLTMENCS City PrajecNumber. 1a2689
Revised March 22, 2021
3� ioao-2
51T E CLEARINC:
Pa�e 2 of 6
3)
b. Payment
I) 'The wark performed and the znaterials furnished in accordance with this
Item shall be paid for at the unit price bid per each "Tree Removal" for:
a) Various diameter ranges
c. The price bid shall inciude:
1} Remo�al and disposal af tree, i�cluding removal af root to a depth at least 2
faot below girade
2) Grading and backf�lling of holes
3� Excavation
4} Clean-up
3. Tree Removal and Transplat�tation
a. Measurement
1} Measurement for this Item shalI 6e per each.
b. Payment
1) The w ork performed and the materials furnished in accordancs with this
Item shall b.e paid for at the unit price bid per each "Tree Transplant" for:
a) Various diameter ranges
c. The price bid shall include:
lj Pruning af designatec� trees and shrubs
2j Moving tree with truck mounted tree spade
3) Grading and backiilling of holes
4) Replanting tree at temporary Iocation (determined by Contractor)
5} Mainta�ning �tee until Work is coznpl�ted
6} Replanting tree ir►to original or c�esignated location
7} Excavation
8) Fertilization
9) Mulching
lOj Watering
� 1) Clean-up
12) Warranty period
4. Tree Protectinn
a. Measurement
1) Measurement for this ltem shall be per each as designated on Canstruction
Drawings for pratection
b. Payment
1) The work performed and the �ttateria�s furt�ished in accordance witn this
Item shall be paid for at the unit price hid per each "Tree Protection" for:
a) Various caliper ranges
c. The price btd shall include:
1} Proteciion of tree utilizing rrneasures des ignated an Constructi�n Drawings
2} Installation of work of barriers as designated on Construciian Drawings
3} Maintenanc� o�protection measures thraughautconstruction cornpleted
4) Replaz�ting tree into original or designated location
5) Exca�ration
6) Fertilization
7) Mulching
8) Clean-up including remaval an constriction comptetion o#'pratectian
measures
C1TY OF FORT WORTH Westside IQ 24-Inch Wafer Transmission Main
5TANDARI] CONS'i'RUC'I'ION SPECIFTCATION DbCUMFNTS City Projec AFurther. 102b89
Revised March 22, 202]
3i i00Q-3
SITE CLEAIiING
Page 3 of 6
S.
i.3 ��rrc�s �rom usEnl
1.4 ADMINSTRATIVE REQU:ll2EM�lV'I5
A. Fermits
1. Contractar shall obtain Tree Removal Parmits at�d ilrban Forestry Permits as
required by the City's Tree Ordinance. YARD-Farestry details can be found here:
Forestry -- Welcame ta the Citv of Forc Worth�fortworthtexas.�o�). Urbar� Farestry
Compliance's ordit�ance and requirements are within Zoning and can be found here:
Zorun� — Welcorne to the City of Fort Worth (fortwortl�exas.�av}.
B. Preinstallation Meetings
1, Hold a pre�iminary site clearing meeting an.d include the Contractor, City Forester
(if City owned tree) or representative of Urban Forestry if privately awned trees),
City Inspector, and the Project Manager for the p�rpose of reviewing the
Contractor's tree removal plan. Cleatly mark all tre�s to remain on the project s ite
prior to the meeting.
2. The Contractor will provide the City with a D�sposal I..etter in accordance ta
Division O1.
1.� SLF�MITLALS [NOrI' TJSID]
1.6 ACTION SUBNIlTTALSJIlVFORMATIONAL SUBNllTTALS �I�TOT U�ED]
1.7 CLQ�FAiJT 5[IBM�I'TAIS [NOT i1�"ID]
1.8 NIAINTINANCE MA'I'ERTAL �CISNIlTI'ALS [NOT [JSID]
1.9 QUALITY A55URANCE [NOT USED]
110 DELIVERY, 5TORAGE, AND HANDLING [NOT USID] �
1.11 FIF,LD CONDITIONS [NDT` USID]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOrT USEDj
PART 3 - EXI+'�[]TION
3.i nvs�r�,�s �var usEnl
3.� FXAMINATION [NOT USID]
3.3 PREPARA.'Ti[ON
�1. All trees identiiied to be protected and/ar preserv�d shvuld be clearIy flagged with
survey tape as per Con.siructian Drawings.
CITY OF FaRT WORTH Westside II124-Inch Water Transmission Main
STANDARD CONSTRUCTIpN SPECIF'ICATION DOGUMENTS City Pro�ec Num6er. 102689
Reuised Mlazch 22, 2021
3i �000-4
SIT� CLBARING
Page 4 oF 6
B. Fallar�ing taping and prior to any removals or sit� clearing, the Contractor shall ma�t
with the Ci�y, the Engineer and the Landowner, if necessaty, to eonfirm trees to be
saved. �
3.4 INSTALLA'ITON
A. Protectivn of Trees
1. Protect de�ignated trees and pruta� trees and slu�ubs as shown on the Drawings.
Refer ta the Drawings for tree protection details.
2. If the Drawings do nat provide tree pratection details, protected trees shall be
fenced by placing 6-foot tall metal T-posts in a square araund the tree trunk with
the corners located on the canopy drip line,. unless instruetad otherwise.
3. When site conditions do not allow far tlae T-posts to �e installed at the drip 1ine, the
T-posts may be installed no less than $ feet from the tree trunk. 4-foathigh 12'/2
gauge stock fencing or orange plastic snow fence shall be at�ached to the T-posts to
%rm t�e enclosure.
4. For cfty-own�d tz�ees, PARD-Forestry �ertnission j•equired to install protective
fencing inside of cano�y dripline (Ceitical Root Zone},
S. Additional trunk protection (c(adding) is cequired r�v h�n protective fencing is
a�pt•o�ed w ithin the Critical Root Zone.
6, Do nat park equipment, servica equipment, s�ore materials, ar disturb the root area
under the 6ranches af t�rees designated �ar preseruation.
7. When shown an the Drawings, treat cuts on trees with an approved tree wound
dressing witt�in 30 minutes of ma.king a pruning cut or otherwise causing damage to
the tree.
8. Trees and brush shall be mulched on-site.
a, Burning as a method of dispasal is not allowed.
B. Hazardous Materials
1. The Coritra�tor will notify the Er�gineer imrnediately if any hazardous or
quesiionable materials not shawn an tlze Drawings are encoi.mtered. This includes;
but not limited to:
a. Floor tiles
b. Roof tiles
c. Shingles
d. Siding
e. Utility piping
2. The testing, removal, and disposal af hazardous materials rvili be in accordance
with Divis.ion 1.
C. 5ite Clearing
1, Clear areas shawn on the Drawings of all obstructions, except those landscape
featUras that are ta be preserved. Such obstruc�ion,s include, but are not limited to:
a. Remains of buildings and other structures
b. Foundations
c. Floor sl�bs
d. Cancrete
e. Bric[�
f. Lumber
CITY OF FORT WQRTH WestsicEe III 24-Inch Water Transmission Main
STANDARD CdNSTRUCTION SPBCIT'TCATION DOCiIMENT5 City Projec Number. 102b89
Revised March 22, 2D21
3! 1000-5
SITE CLEARING
I'age S ofb
g, Plaster
h. Septic tank drain fields
i. Abando�ed utility pipes or conduits
j. Equiprnent
k. Trees
1, Fences
m. Retaining walls
n. Otb.er itezns as specifed on the Drawings
2. Remove vegetation and other landscape features not designated for preser�vation,
whether ahove or below ground, includizag, but nat limited to:
a. Curb and gutter
b. Driveways
c. Paved parking areas
d. Miscellaneous stone
e. Sidewalks
£ Drainage structures
g. Manhoies
h. Inlets
i. Aban.doned railcoad tra�ks
j. Scrap iron
k. Other debris
3. Remove culverts, storm sewers, manhol�s, and iniets in proper sequence to
maintain traffic and drainage in accordance with 5ection 02 41 14.
�. In areas receiving embanktnent, rezriove obstructions not designated for
pres ervation t� 2%et below natural ground.
5. In areas to be exeavated, remove obsY.ructions to 2 feet below tl�e exca�ation level.
6. In all other areas, remove obstructions to 1 foot below natural graund.
7. When allawed by the Drawings or directed by the E�gineer, cut trees and stumps
off to ground level.
a. Removal of existing struetures sha�l be as per Section 02 41 13.
D. Daspasal
1. Disgase af all trees within 24 hours of removalat an approved off-site fac�ility.
2. All materials and debris removed becomes the praperty ofthe Contractor, anless
otherwise stated on the Drawings.
3. The Contractor will dispose of material and �ebris off-site in accardance with local,
state, and fedaral Iaws and regulations.
3.� REPAIlt [NOT USED]
3.6 RE�INSrALLATION [NOT USID]
3.i I+"IELA QUALITY CONTROL [NOT IISID]
3.� SYS'I�IVI START[]P �NO�1' USFD]
3.9 ADJ[TSI'.ING [NOT i1S�]
3.10 CLEANING [NOT USID]
311 CI.Q�"�OLTT AGTIVPT�S [NOr!' U�ID]
C1TY OF FORT WORTH Westside III 24-Inch Water Transmission Main
STANDAItD COIVSTRUCTIOIV SPECIFICATTON DpCUMENTS Ciiy ProjecNumber. 102589
Revised March 22, 2021
3i i�aa-6
SIT E CLEl�i�IlVG
Fage 6 of 6
3.12 PROTELtTION [NOT USID]
3.13 M?ilN'IENANCE [NOT iJS�DI
3.I4 ATTACHMENTS CNOT USEll]
IIYD OF SECTION
Revision Lag
DATE NAME SUMMARYOF CHANGE
12120f2012 D. ]ohnson 1.4.A P2rmits: Removed ordinance munk�r and added City's rre6site address
3/22/202I M OwEn 1.2 Clarifiedmeasiuement andpayment. 1,4, Clari�edadministrative reQuirements.
3.4 Clarified additional installation reGuirements for tree protection and disposal.
CTTY pF FORT WORTH Westside III 24-Ineh VVater Transmission Main
STANDARD CONSTRUCTION S.PECIFICATION DOC[1MENTS City Proje� IJumher. 102684
Re�ised March 22, 2031
330524-1
lNSTALLAT[ON OF CARRIER PIPE IN CA51irIG �R TUNNEL LINER PLATE
Page I af 10
SECTION 33 0� 24
1NSTALLATION OF CARRIER PIPE TN CASING OR TLJNNEL LINER PLATE
PART1- GENERAL
Ll SUMMARY
A. Section Includes:
1. Requirements for the installation of carri�r pipe into steel casings ar tunnel liner
plate at locations shown on the Drawings
B. Deviations �-orn this City of Fort Worth Standard Specification
i. �.�.B.1- HDPE PE471Q (Restrafned} per Specification 33112fl
C. Related Specification Sections include, but are not n�cessarily limited ta:
1. Divisian 0— Bidding Requirements, Contract Farms, and Conciitions of the
Confiract
2. Division 1— General Requirements
3. Section 33 O1 3Q — 5e�wer and Manhole T�sting
4. Section 33 11 13 - Concrete Press�re Pipe, Bar-Wrapped, Steel Cylinder Type
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1.
2.
Tnstailation af Sanitary Sewer Carrier Pipe in CasinglTunnel Liner Plate
a. Measuxement
1} Measured horizflnta3ly along the surfaee from centerline to cent�rline ofthe
beginning of the casingllirier to the end of the casir�g/liner
6. Paymerzt
lj The work performed and tnaterials fumished in accardance wit1� this Item
and rneasured as providad under "Measurement" shall be paid for at the
unit price bid per lin�ar foot for "Sewer Garrier Pipe" camplete in place for:
a) VaC10U5 S12ES
c, The price bid shall include:
1) Furnislung and installzng Sanitary Sewer Main (Pipe) in Casir�glTunnel
Liner Plate as specified by the Drawings
2) Mobilization
3) Grout
4) Casing Spacers
5} End s�als
6) Excavation
7) Hauling
$) Disposal of excess material
9) Clean-up
Installation of Water Carrier Pipe in Casing%Tunnel Liner Pla#e
a. Measur�►nent
1) Measured horizontally along the surface from centerline to centerline of the
beginr�ing of the casing/liner to the end of the casing/liner Payment
C1TY OF FORT WORTS Westside QI24-Tnch WaterTransmissionMain
STANDARD CON3TRUCTION SPECIF'ICATION DdCUMEN'i'S City Fmject No. 102G89
Revised ]une 19, 2013
330524-2
INSTAC.LATION QF CAKRI�R PIPE IN CA5ING OR T[JNNEL LlN�R PLATE
Page 2 of l0
b. Paymerit
1) The work performed and znaterials furnished in accordance with this Item
and m.easured as pro�idec3 under "Measurement°' shall be paid for at �he
unit price bid per linear foot for "Water Carrier Pipe" complete in piace for;
a) Various 5izes
c. The pric� bid shall include:
1} Furnishing and installing Water Main (Pipe} in CasinglTunnel Liner Plate
as speci�ed by the Dtawings
2} Mobilizatian
3) Grout
4) Jointrestraint
5) Casing Spacers
6} �nd seals
7) Excavation
8) Haulirzg
9) Disposal af excess material
IO) Clean-up
1,3 REFERENCES
A. Defznitions
1. Carrier Pipe: Fermanent pipe for operational use that is used to convey flaws
Z. Casing: A steel pipe or tunnelliner insta�led by trenchless methods that su�ports the
ground and provides a stable undergrountE e�cavation for installation pf th� carrier
pipe
B. Reference Standarcls
1, Reference standards cited in this Specification refez' to the current reference
standard published at the time af the tatest re�ision da#e logged at the end of this
Specification, unless a date is specifically cited.
2. American Saeiety of Testin,.g and Materials (ASTM}
a. C39, Standard Test Method for Cotnipressive Strength of Cylindrical Concrete
Specim�ns.
b. C1�9, Standard Test Method for Compressiv� StrengEh ofHydraulic Cement
Mor�ars (Using 2-in or [SD mm] Cube Specimens}.
e. D63 8, 5tandaz�d Test Meth�d for Tensile Pra�ertie� of Plasties.
3, International Organization for Standardization (I50}:
a. 9001, Quality Managament Systems - Requirements.
4. Occupational Safety anri Health Adrninistration (OSHA)
a. OSHA Regulatians and Standards for Underground Construction, 29 C�R Part
1926, Subpart S, Undergraund Constructioza and Subpart P, Excauation.
1.4 ADMINISTRATIVE REQUIREIVIENTS [NOT USED]
1.5 SUBMITTALS
A. Submittals shaII be in accordance with Section O1 33 Q0.
B. All submittals shall be approved by the City� prior to delivery.
CTTY OF FORT WORTH Wests�de I1I 24-Inch Water 7'ransmissian Main
STANDARD CQNSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No, 102689
Revised June 19, 20t3
330524-3
1NSTALLATIdN OP CARRIBR PIFE IN CASTNG OR T[J]VI�iEL LIN�R PLATE
Page 3 af 10
1.6 ACTION �UBMITTALSIINFORMAT�ONAL SUBMTTTALS
A. Product Data
1. Casin:g Isolators/Spacers
a. Material Data
2. Grout Mix
a. Matarial Data
B. Shop Drawings
1. Required far 24-inch ant� larger pipe installations
2. Submit Wark Plan describing the carrier pipe installation eyuipm��t, mat�rials and
construction methods to be employed.
3. Casing Spacers/lsolators
a. Detail drawings and mazaufact�rer's information for the casing isolatorslspacers
that will be used.
1) Include dimensian and component materials and documentation of
znanufacturer's ISO 9001:2000 certification.
b. Alternatives to casing spacers/isalators may be ailowed by the City on a case-
hy-case basis.
c. For consicieration of alt�rnaie method, submit a detailed descriptson of inethod
including details.
4. End seal or buikheac� d�signs anci locations far easing/liners,
�, naf.,;1� .�F,...,,:,.»,,,n+
a.
• �1 Tr�:....1-i.`x w�r�fHr�an
�k�je�tie�ess�es
S\ ltiin+.,«'..1..
�-�xn�vriara
G. �="-..f ,..:., ,i..�s..;i� : ..I..a;.,�'-
���C
h\ A.7«.;.,+,,....� : ..1,,.-1;��
�
.,� fl.. a.� „t �i� �:a;.,
���
�l T,+:+:�1 �._,+4;»++ ..F.,....,..�
...1 t..�+;,..,- l�f,...-�r,,.�.
�'2 ,..+ke ;10 �.,nnko_.� :,
� �.FVI V LAia�a �1 v�i���s�u Sa uai. aaa�r•
�
� ,.�, r�x.+-..a
��
�
... ,� ,;aa i..,, .,t�,... ..i„ ,�..+;.. � a, ,µ�,y,. " :�
zs �. ..s ,...
., f,. «, v�f +I..+�r;.,.� .
CITY OF FORT WORTH Westside III 24-Inch Water Transmission Main
STANDAIZU CONSTAUCTION SPECiFICAT10iY DOCUMENTS City Project Na. 102689
Revised Iune i4, 2D13
330524-4
INSTALLATION bF CAi2RIER PIPE IN CASING Ot2 "T"UNNEL LINER PLATE
Page 4 of l D
� -
1.7 CLQSEOUT SUBMITTALS [NOT LTSED]
1.8 MAINT�NANCE MATERIAL SIIBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Certifications
1. Casing isolator/spacer manufacturer shall he certift�d against the pro�isions of
IS09001:2000.
110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
PART2- PRODUCTS
�.1 OWNER-k'URNI�I3ED [oR] OWNER-SUPPLIEDPRODUCTS [NOT IISED]
�.� MATERIALS
A. ManufactuY-ers
1. Only the manvfacturers as listed on the City's Standard Products List wi1I be
considered as shown in Section O1 60 00.
a. The manufacturer must conn.ply with this Specification and related Sections.
2. Any product that is not listed on the Standard Froducts List is cansidered a
substitution and shall be submitted in accardance with Section O1 2S 04.
3. The Casing Spacers/Isolators shall be new and the product of a manufacturer
reguIarly engaged in the �nanufacturing of casing spacers/isoIators.
B. Design Criteria and Materials
1. Carrier pipe shall be installed within the horizontal and �ertical tolerances as
indicated in PART 3 a� this Specification, incorporating all supportlinsuIator
dimensians required.
Diameter
inches
ter Line 6-12
IG-20
24 and �rea#
Sanitary
Sewer Line 8-16
18 and �r
Material
DIF (Restrained)
DIP (Restrainedj
AWWA C303 (Restrained)
DIP (Restrained)
A�NWA C303 {Restrained)
A W WA C301 (Restrained)
HDPE PE4q10 (Restrained
DIP {with Ceramic E�aaxy)
PVC C90Q DRl�
DIP (witb Cerarnie Eooxu)
Specificat7ion
Reference
33 11 10
33 11 10
33 11 13
33 11 14
33�113
33 11 15
33 1120
33 11 l0
333I20
33 11 IO
CIT'Y OI' FORT VWORTH VJestside [li 24-Inch Wa#er Transmission Main
STANDARD CONSTRUCTION 3PECCPICATION DOCUMENTS City Project No. IQ2b89
Revised June l9, 2013
330524-5
INSTALLATiON OF CARl2IElt P1PE i3Y CASiNG OlZ'TUNIVEL LIlVSR PLATE
Page S of 10
Fiber lass 33 31 13
2. Grout nf annular space
a. For gravity sewer carrier pipe installatian:
I) Fill all vaids between the carrier pipe and the casing or liner with graut.
2} All exterior carrier pipe surfaces and all interior casing or liner surfaces
shall be in contact with th:e grout.
b. For vvater line installation.:
1) No annular space fill will be us�d.
3. Grout Mixes
a. Low Density Cellular Grout {�,DCC)
1) Annular space (between s�wer carrier pipe and easing/iiner} grout shall be
LDCC.
2) The LDCC shaIl be portIand ceznent based grout rnix with the addition of a
foarning agent designed for this application.
3} Deveiop 1 or more grout miz�es designed to completely iill the annular
space hasad on the folIowing req�zirements:
a) Provide adequate retardation to campletely fil the annular space in 1
monoIithic }�our.
b) Provide iess than 1 percent shrinkage by volu�ne.
c} Compressive Strength
(1) Minimum strength of 10 psi in 24 hours, 3�0 psi in 28 days
d} Design graut mix with th� proper density and use proper methods to
prevent floating of the carrier pipe.
e) Proportion graut to flow and to completely f ll all voids between the
carrier pipe and the casing ar liner.
End Seals
a. Provide end seals at each end of the casing or liner to contain the grout backf"ill
or to close the casingfliner ends to prevent tha inflo�v of water or soi1.
1) �or water piping less than 24-inch diameter, use hard rubber seals, Model
PL Link Sea1 as manufactured by the Thunderline Corporation or approved
equal.
2) For water piping 24-inch d'tatneter and greater, use pull-on, 1/8 inch thick,
synthetic rubber end seals, Model C, as manufactured hy Pipeline Seal and
�nsulator, Inc. or appro�ed equaI.
3} For sewer piping, no end seals are required since the annular space between
the carrier pipe and the casing will be grouted.
b. Design end seals to withstand the anticipat�d soil ar grouting pressure and be
wate�tight to prevent groundwater from entering the casing.
Casi�ng Spacers/Insulators
a. Provide easing spacers/insulators to support the c�rier pipe during installation
and grauting (where grout is used}.
1) For concrete pressure pipe, mortar bands may be allowed in lieu ot'casing
spacerslisolators.
2) Mortar ba�ds shall be in accordance with Section 33 11 �3.
b. Casing 5pacers/Isolatars material and properties:
1) Shall be minimum I4 gage
2) For water pipe, utilize Stainless 5tee1.
3) For sewer pipe, utilize Coated Steel.
C[TY QF FORT WdR"TH Westsida AI 241nch Water Transmission Main
STANIlAR17 CONSTRUC'ITOT[ SPECIFICATION DQCUMBNTS City Project 1�Fo. 102589
Revised 7irne [9, 2013
330524-6
Ii�fSTALLATION OF CARRIER PIP� [3v CASING QR TiJNNHL LINER PLATE
Page 6 of 10
4) Suitable for supporting weight of carrier pipe withauf deformation or
collapse during installation ,
c. Provide restrained-style castng spacers to hold aIl pipes stable during grouting
operations and prevent floating or mo��rnent.
d. Pro�ide dielectric strength sufFrcient ta electrically isola�e each component
from one anather and from the casing.
e. Design risers for appropriate loads, and, as a minimum:
1) Provid� 10 gage steel risers
a) Provide s#aint�ss steel bands and risers for water installatians.
f. Band material and eriteria
1} Provide polyvinyl chloride inner liner with:
a} Minimum thickness of 0.09 [nches
b) Durometer "A" af 85-90 hardness
c} Minimum dielectric strength of 58,000 valts
g. Runner material and criteria
1} Pravide pressure-molded glass reinfarced polymer ar UHMW with:
a} Minimum of 2 inches in width and a minirrtuzn of 11 inches in Iength.
2) Attach to the band or riser with 318 inch minimutn w�lded steel or stainless
steel studs,
3) Runner studs and nuts shatl be recessed well below the wearing surface of
the runner
a) FiII recess with a corrosian inhibiting iiller.
h. Riser height
1) Provide sufficient height with attached runner allow a minimum clearance
of 2 inches between the outside of carrier pipe bells or couplings and the
inside o#'tha easing linar surface.
2.3 ACCESSORIES [NOT i7SED]
2.4 SOURCE QUALITY CQNTROL [NOT USED]
PART 3 - EXECIITION
31 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
Carrier pipe instatlation shaI� noi hegin until the following tasks have been
campfeted:
a. AlI required submittals ha�e been pro�ided, reviewed and accepted.
b. A11 casing/liner joints are watertigh� and no water is entering casing ar liner
from any sources.
c. All contact grouting is complete.
d. Casing/liner alignment record drawings have bean submitted and accepted by
City to document deviations due to casing/liner installation.
C1TY pF �'ORT WORTH Westside III 24-Inch Watar Transmission Main
STANDARD CONSTRUCTTON SPECIF[CATION DOCUMENTS City Froject No. 1Q2689
Revised J�ne 19, 2013
330524-7
INSTALLATfON OF' CARRIER PIPE IN CASING OR TUNNEL LI3YER PLA'C'�
Paga 7 of 10
�. Site safety representative has prepared a code of safe practices and an
emergency plan in accordance with applicable requirements.
2. The carrier pipe shall be installed within the casings ar liners between the limits
indicated on �he Drawings, ta the specified lines and grades and utilizing methods
which include due regard far safety of waricers, adjaeent structures and
improvements, utilities and the public.
B. Control of Line and Grade
1. Instal.l Carrier pipe inside the steel casing within the following tolerances:
a. Horizontal
1) � 2 inches from des�gn line
b. Verfical
1) �l inch from design grade
2. Check line and grade set up ptior to beginning carrier pipe installation.
3. Perform survey checks of line-and-grade of carrier pipe during insia.11ation
operations.
4. Tha Contractar is fully responsible for th� accuracy of the installation and the
correction of it, as required.
a. Where the carrier pipe installa�ian does not satisfy the specified toleranees,
correct the installation, including if necessary, redesign of the pipe or structures
at no additiona! cost to City.
C. Installation of Carrier Fipe
1, Pipe Installation
a. Remo�e all loose soil from casing or liner.
b. Grind smooth all roUgh welds at casing jnints.
2. Installation af Casing Spacers
a. Provide casing spaeers, insulators or other approved devices to prevent
flotation, movement or dam.age to the pipe during installa�ion and grot�t backfill
placement.
b. Assemble and securely fasten casing spacers to the pipeline to be installed in
casings or tunn.�ls.
c. Correctly assemble, evenly tighten and prevent damage during tightenir�g of the
insulators and pi�e insertion.
d. Instai! spacers in accoxdance vwith manufacturer's recommendation.s.
e. Install carrier pipe so that there is no metallic contaet between the carrier pipe
and the casing.
f. Carrier pipe sha11 be installed without sliding or draggin� it on the ground or in
the casinglliner in a mannet that could damage tlae pipe or coatings.
1) [f guide rails are allawed, place cement mortar an both sides of the raiIs.
g. Coat the casing spacer r�nners witn a non-corrosive/�nvironrnentally safe
lubricant to minimize friction when installzng t�� carrier pipe.
h. The caz�rier pipe shal! be electrically isolated frozn the carrier pipe and from the
casing.
i. Grade the boitom of the trench adjacent to cach end of the casing �o provide a
firrn,, uniform and continuous support for the pi}�e. If the trench requires some
backfill to establish the final trench bottom grade, place the backfill material in
6-inch lifts and eompact each layer.
C1TY OF FORT WORTH Westside III 24-Ineh Water Transmission Main
STh3�[DARD C�NSTRUCTION SPECIFICATION UOCilMEi+!'F5 City Project No. 102689
Revised June 19, 2q 13
330524-8
1NSTALLATION OF CARRIEA PIPE IN CASING OR TUNNEL LINEIt 1'LATE
� Page 8 af [0
j. After the casing or tunnel Iiner has be�n planed, pump dry and maintain dry
until the casing sgacers an� end seals are installed.
3. Insulator Spacing
a Maximum distance between spacers is to be b feet.
b. For 18 and 20 foat long joints, install a minimum of 4 spacers.
1) Install2 spacers within 1 foot on each side of th� bell or flange.
2) ReTnain.ing 2 spacers shall be spaced equalIy.
c. If tha easing or pzpe is angled or bent, reduce the spacing,
d. The end spaeer must be within 6 inches of the end of the casing pipe, re�ardless
of size of casing and pipe or type of spacer used.
e, Install spacers on PVC pipe at the znsertion fine to prevent o�er-insertion of the
spigot into the bell.
4. After installation of the carrier pipe:
a. Mortar inside and outside of the joints, as applicabie
b. Verify �l�ctrical diseontinuity between the water carrier pipe and tunneI Iiner.
1} If continuity exists, remedy the shnrt, hy all m�ans necessary including
remaving and reinstalling the carrier pipe, prior to applying cellular grout.
c. If hold down jacics or casing spacers are used, seal or plug the ends of the
casing.
d. If steel pipe is used and not welded priar to installation in easing/liner, welcfing
of pipe will only be allowed after grouting of annular space is complete.
D. Installation of End �eals
1. For Watet Pipes
a. Grout �nd of casing/Iinar a minimum of 6 inches and a maximum of 12 inches.
b. Place pull-on synthetic rubber end seals on the pipe and pull aver the end of the
casing. Securely fasten with stainless stee.l bands.
2, For Sewer Pipes
a. Grout annuIar space between carrier pipe and casing as indicated in this
Specification.
E. Annular Space Grouting (For Sewer Only}
l. Prepare pipe as necessary to prevent the pipe frozn floating during grouting
operation as necessary.
2. Mi�ng of Grout
a. Mix material in equipment of sufficient size to pro�ide the desired amount of
grout material for each stage in a single operation.
1) The equipment shall be capable of mixing the grout at the requir�d densities
far the approved procedure and shalI be capable of changing the densi#ies
as required by field canditions.
3. Backfill Arinular Space with Graut
a. Priar to �lling of the annular space, test the carrier pipe in accardance with
Sec#ion 33 01 3�.
b. Verify tt�,e zna�cimum allawable pressure with the caririer pipe manufacturer and
do not exceed this pressure.
c. After the installatian of the carrier pipe, the remaining space (all voids) between
the casinglliner and the carr[�r shall be filled with LDCC grout.
1) A11 surfaces of the exterior ca�rrier pipe wall and casing/liner interior shall
be in contact with the grout,
CITY OF FORT WORTH WesCside III 24-Inch Water Transmissinn 3vlain
STANI]ARI) CONSTRUCTIdN SPCCIFICAT[ON DQCUMENTS City PrajecC No. ]02689
Revised June l9, 2D 13
33D524-9
INSTALLATION OF CAStRIER PIPE IN CASING OR TUNNEL LIN�R PLAT�
Page 9 af 10
2) Grout shall be pu�ped. through a pipe or hose.
3} Use grout pipes, or other appropriate materials, to avoid damage io carrier
pipe during grouting.
4_ Injectian of LDCC Grout
a. Grout injection pressure shall not exceed the carrier pipe manufaeturer's
approved recommendations or 5 psi (whichever is lower).
b. Pumping equipment shall he oi a size sufficient ta inject grout at a volume,
veiocity and pressure compatible with the siae/voluma of the annular spac�.r
c. Once grouting operations begin, grouting shall proceed uninterrupted, uniess
grouting procedures require multipie stages.
d. Grout placements sha11 not be termznated until the estimated annu�ar volume of
graut has been injected.
5. Block the carrier pipe during graut�ng to prevent flotation during grout installation.
6. Protect and preserve the interiar surfaees of the casing from damage.
3.� REPAIR / RESTORATION [NOT USED]
3.G RE-xN�TALLATION [NOT USED]
3.'� F�ELD [oR] SITE QUALITY CONTROL
A. Reports and Recards required far pipe installations greater thac} 48-inches and longer
than 3S0 feet
1. M�intain and submit daily logs of grauting operations.
a. Inelude:
1) Grouting locations
2) Pressures
3) Voiumes
A-) Grout mix pumped
S} Time of pumping
2. Note any� problems or unusual observations on Iogs.
B. Grou� Strengt� Tests
1. City wi11 perform testing for 24-hour and 28-day campressive strength tests for the
cylinder molds or grout cubes obtained during grouting operations.
2. City wilI perform iield sanapling dt�ring annular space grouting.
a. City will collect at least 1 set of 4 cylinder molds or grout cubes for �ach 100
cubic yards af grout injeeted but not Iess than 1 set for each grouting shift.
b. City will perforzn 24-hour and 28-day coFnpressive strength tests p�r ASTM
C39 (cylindrical specimens) or ASTM C109 (cube specirnens).
c. Remaining samples shall be tested as directed by City.
C. Safety
1. The C�ontractor is responsi�le for safety on the job site.
a. Perfortn. all Wark in accordance with the eurrent appiicable regulations of the
Federal, 5tate and 1oca1 agencies.
b. Tn the event af conflict, comply with the rnore restrictive applicable
requirement.
2. No gasoline powered equipment shaiI be per�nitt�d in jacking shafts and receiving
shaftslpits.
C1TY OF FORT WORTI-T Westside III 24-Inch Water Transrnission Main
STAIY�,ARD CONSTRUCTIdN SP�C�rICATION DOCiINfENTS City Project No. LD2689
Revised 7une 19, 2013
33 fl5 24 - 1�
INSTALLATI03�1 OF CARRIER P[PE IN CASING OR TUNNEL LINER PLATE
Page l0 of l0
a. Diesel, electrical, hydraulic and air powered equipment is acceptable, subje.ct to
appIicable local, State and Federal regulations.
3. Methads of construction sha116e such as to ensure the sa�ety of the Work,
Cantractor's and other employees on site and the public.
4. Furnish and aperate a temporary ventilation sys�em in accordanca with applicable
safety requirem�nfs when persontiel are underground.
a. Perform all required air and gas monitoring.
b. Ventilatinn system shall pro�+ide a sufficient supply of fresh air and maintain an
atrnosphere free of toxic or flammable gasses in a11 underground work areas.
5. Perform all Work in accordance vsrzth all current applicable regulations and safety
requirements of t�e federal, state and Iocal agenciss.
a. Comply with all applicabie pro�rision:s of OSHA 29 GFR Part 1926, Subpar� S,
Underground Construction and Subpart P, Exeavations.
b. In the event of conflict, comply with the mare stringent requirements.
6. If persofanel will enter the pipe during construction, the Contractox shaII develop an
emergency r�sponse plan fnr rescuing personnel trapped underground in a shaft
excavatian or pipe.
a. Keep on-site aIl equipment required for emergency response in aecorc�anc� with
the agency having jurisdiction �
3.$ SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.1U CLEANiNG [NOT USED]
3.11 CLQSEQUT ACTIVITIES [NOT USED]
3.1� PROTECTIQN [NOT USED]
3.13 MAINTENANCE �NOT USED]
3.14 ATTAC$MENTS [NOT USED�
�ND OF SECTION
Re�ision I,og
DATE NAME SiTMMARY OP CHANGE
I2/2Q/2012 D. Johnson 2.2.5.1-- Modified minimum water line diameter froEn 8-inches to 6-inches
Added Blue'f`ext for clar[ficatian
1.1.0 — Added Conorete Pressure Pipe Specification reference.
6/19/2013 D. dahnson 2,2,B.5 —Added pra�isions for mortar bands on concrete pressure pipe.
3.4.C.3 — Ravised language related to spacing of casing spacers to correspond to the
City's Standard Detail.
CITY OF FORT WOI�TH Westside II124-Inch WaterTransmissionMain
STANDARD CONSTRUCTION SPECIFICATTON DDCUMEIVTS City Projact No. 102689
Revised June 19, 2013
330526-1
UTILITY ivIARKERS/LOCATORB
Page l of 4
sECT�oN 3� a� z6
UTILITY MARKERS/LOCATORS
PART1- G�NERAL
Ll SUMMARY
A. Secti.on Includes:
I. Buried and surface utility markers far utility construction
B. Deviations fram this City of Fort Worth Standarci Speciiication
1. 1.2.A.l.a. li'Ieasarement and Payment
C. Related 5pecification Sections include, but are not necessarily litnited to:
1. Dir+ision 0— Bidding Requirements, Contract Forms, and Conditions of t�e
Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PRO�EDURES
A. Measurement and Payment
l . Meestrt�ement and Payment
a. The work performed and me�eriaEs furnished in accordance with tlnis Item
is considered subsidiaty to the �arious rtems bid. No separate payment will
�e allowed.
3. The price 6id shall include:
�.. �'urnishing; and instailing Utility Markers as specifred �y the Drawings
b. Mobslization
c. Pavemant removal
d. E��avataan
e. Hauling
f. Disposal of excess material
g. Furnishing, placement and compaction of hack�ll
h. Clean-up
1.3 REFERENCES
A. Reference Standards
1. Referenee standards cited in this Specifcation refer to the current reference
standard published at the time of the latast revision date lo�ged at the end af this
Specificatian, unless a daCe is speciiically cited.
2. American Public Works Association (AWPA):
a. Uniform Color Code.
1.4 ADMiNISTRATIVE REQUIREMENTS INOT USED]
1.5 SUBM�TTALS
A. Submittals shall be in accordance with Sectian Q1 33 00.
CiTY OF FQRT WORTH [Insert Project Name�
STANDARD C�iVST7tUCTION SPECIFICATiON DOCUMENTS [Insert Project Numher]
Revised I7ecember 20, 20i2
330526-2
UTILITY MARKERSILOCATOR5
Page 2 vf 4
B. All submittals shall be approved by the City priar to delivery.
l.b ACTION SLTEMITTALSIINFORMATIONAL SUSMITTALS
A. Product Data
1. Buried Marker
2. Surface Marker
1.7 CLOSEOiTT �UBMITTALS [NOT USED]
1.8 1VIAINTENANCE MATERIAL SUBM�TTALS [NOT USED]
L9 QUALITY ASSURANCE [N�T USED]
1.1Q DELX'VERY, STORAGE, AND HANDLING [NOT USED]
1.1I FI�+ LD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART Z - PRODUCTS
�.1 OWNER-FURNISHED [an] OWNER-SUPPL,IEDPRODiTCTS [NOT USED]
�.2 MATERIALS
A. Manufacturers
1. Only the manufacturers as listed on the City's Standard Products List will be
considered as shown in 5ection O1 60 00.
a. The z�aanufacturer must comply with this Specificaiion and rela�ed Sections.
2. Any product that is not lis�ed on the 5tandard Products List is considered a
substitution and shall be subtnitted in accordance with Section p12S 40.
3. Frovide new Utility MarkerslLocators from a manufacturer regularly engaged in the
manufacturing of Utility MarkerslLocators.
B. Materials
Buried Matkers (Detectable Warning Tape)
a. Provide detectable warning tape as follaws:
1) 5.0 mil overall thickness
2) Width — 3 inch rninirnum
3) Weight — 2'1,5 pounds per inch per 1,000 square feet
9�) Triple Layer with:
a) Minimum thickness Q.35 m,ils solid afuminum foil encased in a
protective inert pla5tic jacket
{I) I00 percent virgin low density pnlyethylene
{2) Impervious to all known alkalis, acids, chemical reagents and
solvents wi#hin soil
(3} Aluminum foil visible to both sides
5} Lacatable by conduetive and inductive methods
6} Printing encased to avoid ink rub-off
7} Color and Legends
a) Potable water li.n�s
CITY OF FURT WORTH [Insert Project Name]
STANDAR� CONSTRUCTIDN SPECIF3CAT[ON DOCUMENTS [Insert Project Numberj
Revised Deeember 20, 2p l2
33asz6-3
IJTILITY MAAKERSILOCATORS
Pag� 3 af 4
(1) Color—Blue (in accardance with AP�rVA Uni%rm Color Code)
(2) Legend — Caution Pntab�e Water Line Belnw (repea#ed every 24
inches}
b) Reclaimed water iines
(I} Color — Purple (in accordance with APWA Uniforxn Colar Code)
(2} Leg�nd — Caution Reclaimed Water Line Belaw {rep.eated every 24
inches)
c) Sewer Line
{1) Calor — Green (in aacordance with APWA Uni%rm Calar Code)
(2) Leger�d — Caution Sewer Line Belnw (repeated every 24 inches)
2. Surfaca Markers
a. Pro�ide as follows:
1} 4-inch diameter, 6-feet mini�num length, poly�thylene pasts, or equal
2} White posts with co3ored, ultta�iolet resistant dottzes as follaws:
a) �ater Lines
(1) Color —Blue (in accordance with APWA Unifornn Colar Cocie)
(2) Legend — Cautian Potahle Water Line Below
b) Reelaimed water Iines
(1) Color — Purple (in accorciance with APWA Uniform Calor Code)
(2) Legend — Caution Reclaimed Water Line Below
e) Sewer �ines
(1) Color — Green {in accordance with APWA Uniform Color Code)
(2) Legend — Cau�ion Sewer Line Below
�.3 ACCESS4RIES [NOT USED]
�.4 �aOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Buried Markers (Detactable Warning Tape)
1. Install in accardance wiYh manufaciurer's recommendations below natural ground
surface an.d directly abave t�e utility far which it is marking.
a. Allaw 18 inches minimum between �tility and rtxarker.
b. Bury to a depth of 3 feet or as close to th� grade as is practical for optimum
pratection and detectability.
B. Surface Markers
l. Bury a minimum of 2 feet deep, with a minimum of 4 feet abo�+e gra�and
2. The warning sign for a1l surface markers shall be 21 inches (not including past cap).
3. Where possible, place surface markers near fZxed abjects.
4. Place Surface Markers at the following location:s:
CITY OF FORT WORTH [Tnsert Project Name]
STANDARD CON5TRUCTIDN SPECIFICAT[pN DOCUMENTS [lnscrt Project Number]
Revised December 2D, 2012
334526-4
UTILITY MARKERS/LOCATDRS
Page 4 of 4
a. Buried Features
1) Place directly above a buried feature,
b. Above-Ground Features
1j Place a maximum af 2 feet away frorrz an above-ground feature.
c. Water lines 16-inches and largar
1) Each right-of-way line (or end of casing pipe) far:
a) Highway crassings
b) Railroad crossings
2) Utility crossir�gs such as.:
a) High pressure ar large diameter gas lines
b) Fiber optic lines
c) Underground electric transznissinn lines
d) Or other lacations shown on the Drawings, or directed 6y the City
d. Surface markers not required for 12-inch and smaller water lines
e. �or sanitary sewer lines:
I} In undeveIoped areas, pIace marker m�imurt� of 2%et away from an
above-ground feature such as a manhole or combination air valve �ault.
2} Place at S00-faot intervals along the pipeline.
3.5 REPAIR 1 RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USEDJ
3.i FIELD [oa] SITE QLTALITY CONTROL [NOT USED]
3.8 SYSTEM �TARTUP [NOT USED]
3.9 ADJUSTING [NOT USEll]
3.1.0 CLEANING [NOT USED]
3.1I CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME
12/20/2012 D. Johnson
5UIVIMARY QF GHANGE
Removed references to Utility Marker Balls throughout.
CIT'Y aF FUItT WORTH [Inser{ Project Name]
STANDART7 CONSTRUCTION SPECIFICATEON DOCiJMENT5 [Insert Project Number]
Revised Decemher 20, 2012
33 11 20- 1
HIGIi DENSITY POLYETHYLENE (HDPE} PIPE
Page l af 1 L
SECTION 33 11 00.1
HIGH D�NSITY POLYETHYLENE (HDPE)
PART 1- GENERAL
1.1 SUMMARY
A. Section lncludes:
1. Furnishing and insialling h.igh density polyethylene (HDPE) pressure pipe intended
for potable waier, 4-inch through 36-inch.
B. Related 5pecification Sections include hut are �ot necessarily limited to
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Divisian 1— General Requirements
3, 33 04 40 — Cleaning and Acceptance Testing of Water Mains
4. 33 flS 10 -- Utility Trench Excavation, Ernbedment and Backfill
5. 33 OS 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate.
6. 33 OS 26 — Uti�ity Markersl Locators
7. 33 11 11 -- Ductile Iron Fittings
1.2 PRICE AND PAYMENT PROCEDURES
A, Measurement and Payment
l. Measurement
a. Measured along the longitudinal cenferline of the pipe from the initial
beginning point as shawn on Drawings to the �nd of construction. as shown on
Drawings.
2. Payrnent
a. The wark perfarmed and materials iurnished in accordance with this �tem and
rneasured as provided under "Measurenaent" will be paid for at the u�rkit price
bid per linear foot of "HDPE Pipe" installed for:
1) Variaus sizes
3. The price bid shall include:
a. Ft�rnishing and installing th� specified diameter pipe and appurtenant fittings
b. .iointing
c. All materials
d. Mabilization
e. Pavement Removal
f. Excavation
g. Hauling
h, Disposal of excess material
i. Furnishing, placement and eompaction of emhednctant
j. Furnishing, place�nent and compaction of backfill
k. Trench water stops
1. Thrust restraint
m. Gaskets
n. Clean-up
C1TY OF rORT WORTH Westside III 24-Inch Water Transmission Main
STANDARD CONfSTRUCTiON SPECIFI�ATIDN DOCUMENTS Ciry Project No. 1026$9
Revised Niarch 17, 2022
33 1 l 20- 2
HIG�I DEN�ITY POLYETfiYLErTE (HbPE) PIPE
Page 2 of 11
o. Cleaning
g. Disinfection
q. Testing
1.3 REFERENCES
A. Abbreviations and Acranyms
I. HDPE — High Density Polyethylene
B. Reference Star�dards
1. Reference standards cited in this Specification refer to the curre�.t reference
standard published at the time of the Iatest revision date logged at th.e end of this
5pecification, unless a date is specifieally cited.
2. Ameriean Association oi State Highway and Tran;spc�rtation Officials {AASHTO):
3. American Water Works Assaciation {AWWA)
a. AWWA MSS Manual of Water Supply Practices, �'� Pipe—Design and
Installatian
b. ANSUAW WA C 1111A21. T X-12 Rubber-Gasket .Taints for Ductile-Iron
Pressure Pipe and Fittings
c, AWWA C2Q7-13 Steel Pipe Flanges for Waterworks Service, Sizes 4 In.
through l44 In. { 100 rr�m through 3,600 mrn)
d. ANSI/AW WA C651 �tandard for Disinfecting VVater Mains
e. ANSI/AWWA C906-15 Polyethylene (PE) Pressure Pipe and Fittings, 4 Zz�,
Through 65 In. (I00 mnri to I,650 mm), for Waterworks
4, Plastics Pfpe Institute, PPI www.plasticpipe.org
a. PPI Handbook of Polyethylene �ipe — 2409 (2nd Edition)
b. PPI TR-34 Disinfection of Newly Construc�ed Pol�ethylsne Water Mains
c. PPI TN-34 Installation Guidelines for El�ctroiusion Couplings I4-znch and
Larger
d. PPI TN-42 Recammended Minimum Training Guidelines for PE Pipe Butt
Fusion Joining Qperatars for Municipal aad Industrial Projects (2049)
5. NSF
a. NSF / ANSI 51 Drinking Water System Components—Health Effects
6. ASTM International (ASTM):
a. D3261 Standard Speci�cattan for Sutt Heat Fusion Palyethyl�ne (PE) Plastic
Fittings fo.r Polyethylene (PE) PIastic Pip� and Tubing
b, D2837 Standard Test Method for Obtaining Hydrostatic Design Basis for
Thermoplastic Pipe Materials or Pressure Design Basis for Thern�oplastic Pipe
Praducts
c� D3035 Standard Specificatian for Palyethylene (PE) Plastic Pipe (DR-PR)
Based on Contro[Ied Outside Diameter
d. D33S0, Standard 5pecification far �olyathylene Alastic Pipe and Fittings
Ma#erials.
e. F 1 QS S Standard 5peci�'ication for Elect�rofusion Type Polyethylen� Pittings for
Outside Diatneter Controlled Polyethylene Pipe and Tubing
f. F2206 Standard 5peci�cation for Fabricated Fittings of Butt-Fused
Polyethylene (PE} Plasiic Pipe, Fittings, Sheet Stock, Plate Stock, or Block
Stock
g. F262f� Standard Practice for Heat �`u.sian 7oining of Polyethylene Pipe and
Fittings
C1TY pF FORT WORTH Westside IIT 24-Inch Watcr Transmission Main
STANIlARD CONSTRUCTIQN SPECIFICATION DOCUMENTS CiTy Pcoject Nn. 142684
Revtsed Mazch 17, 2p22
3a i i zo- 3
HIGH D�N51'I'Y POLYETHYLENE (HDPE} PIPE
Page 3 of 11
1.4 ADM�NISTRATIVE REQUIREMENTS �NOT USED]
1.� SUBMITTAI�
A. Submitials shall be in accordance with SectiQn Ol 33 Q0.
B. All subrnittals shalI be approved by the City prior to delivery.
1.6 ACTTON SUBMITTALSIINFORNTATION SUBMITTALS
A. Product Data
1. Submit the following:
a. Manufacturer
b. Da#e of manufactUre
c. Pipe dimensions
d. Pipe stifiness
e. Pipe flattening
f. Pipe brittleness
g. Joint Types
2. Restraint if reqvired in Contract Docum$n�s
a. Retainer glands
b. Trust harnesses
c. Any other means of restraint
B. 5hop Drawi.ngs: When resirained joints ara requixed, furnish for �IDPE Pressure Pipe
used in the waier distribution system including for:
1. Wall thickness design ealculations sealed hy a Licensed Prafessional Engineer in
Texas including:
a. Working Pressure
b. 5urge Pressure
c. Deflection
2. Provide thrust restraint calculatzons for all fittings and �alves, sealed by a Licensed
Professional Engineer in Texas, to calculate the restraint length needed.
3. Lay 5cheduleldrawing for 24-inch and greater diameters sealed by a Licensed
Professional Engineer in 7'exas including:
a. Pipe class
b. .loints type
c. Fi�tings-bends, tees, services, connections, M) adapters
d. Stationing
e. Transitions
f. Deflections
C. Cerrificates
1. Furnish an affidavit certifying that all HPDE pressure pipe meets the provisions of
this Sectior� and nas been tested and meets the requirements of AWWA and ASTM
standards as listed herein.
CITY OF FORT WpRTH Westside III 24-Inch Water Transmission Main
STANDARD CONSTRUCTIpN SPECIFICATIOPi DdCUMENi'5 City Prpject No, 102fi89
ILevised Marcf� 1 i, 2022
33 E 1 2U- 4
FIICrH DENSITY FOLYETHYLENE (f3DPE} PIPE
Page 4 of l 1
1.7 CLOSEUUT SUBMITTALS [N�T USED]
1.$ MAINTEN,ANCE MATERIAL SUBIIIITTALS [NOT iTSED]
1.9 QUALITY ASSURANCE
A. Qualiiications
1. Manufacturers
a, Finished pipe shall be the product of � manufacturer for each size, unless
otherwise approved by the City.
1) Change orders, specials, and field changes may be provided by a different
manufaeturer upon City approval.
b. Pipe manufacturing operations shall be performed under the control of the
manufacturer.
c. All pipe fuz'nished shall be in conformance with AWWA C906.
1.10 DELIVERY, STQRAGE, AND HANDLING
A. Storage and Handling Reauirem�nts
1. 5ecure and maintain a location to store th� material in accordance with Section OI
66 00.
2. Keep pipe clean and fully drained during staraga.
3. Transport, handle and store pipe ana fiftings as recommended by manufacturer.
4. Repair or replace any damaged pipe before installation per the manufacturer's
recommendatian.
1.11 FI�LD [SITE] COND�TxONS [NOT USED]
1.12 WARRANTY [NOT iTS�D]
PART 2 - PRODiTCTS
�.1 OWNER-FUR1vISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT iTS�+D]
2.2 �Q�PMENT, PRODIICT TYPES AND MATERIALS
A. HDPE
General
a. Yrovide HDPE pressure pipe and iittings meeting the requirements in AWWA
C906.
b. HDPE pressure pipe for potable watet shall meet the requ'trements far NSF
b1.
c. Provide HDPE pipes and fittings rrianttfactured from virgin polyethylene (PE}
compounds, conforming ta the requir�ments of cell class 4455474C as defined
and described in ASTM D3350. Outside diamatars must be equal to those of
ductile iron pipes.
d. The use of HDPE pressure pipe larger than 3b inches in diatneter will nat be
allowed. '
Z. ]Qints
a. Provide watertight joints meeting the requirements of ASTM F2620
CITY OP FORT VJORTH Westside III 24-inch Wa#er Transmission Main
STANDARD C�NSTRUCTION SPECIFICATiON DOCUMENTS City Project No. 102589
Revised �viarch 17, 2022
aa i i zo- s
I-T[GH DENSTTY POLYETHYLEAiE (HDPE) PIPE
Page 5 of 11
3. Detectable Markers
a. Provide detectable markers in accordance with Sectian 33 OS 26.
2.3 ACCESSORIES [NOT USEDj
�.4 SOURCE QUALITY CONTROL
A. Tests and Ir►spections
1. Test all HDPE pressur� pipe as specified in AWWA C906.
2. The quality of materials, the process of manufacture and the imished pipe may be
subject ta inspection and approval by the Engineer at the manufactc�ring pla3nt.
3. In addition, the finished pipe will be subject to further rand�m inspection by the
Engineer at the project site before and during instaIlation.
B. Sizes
I. The maximum allowable HDPE pressure pipe size is 36-ir�ch diameter.
a. Ensure that ends of pipe are normai to the walls and centerline ai the pipe
within the limits of the allowable variations as stated previously.
C.. Marking
1. Me�t the minimum requirements ofAWWA C906.
a. Nominal size and OD base
b. Standard material code designation
c. Pressure Class
�. AwwA c�os
e. Seal of testing agency that verified the suitability of the pipe
f. Resin type {FE4710)
D. Pipe Rejection
1. Individual sections of pipe may be rejected i� any of the Specification requirements
are not met.
2. Mark rejected pipe with painted "REJECT`ED".
3. Remove rejected pipe immediately from job site and replace with pipe meeting the
requirements of this Speciiication.
E. EIDPE BUTT FUS[ON FITTINGS
1. Butt Fusion Fittings snall be made niHDP� nrzaterzal with a minimum material
designatian code of PE4710 and with a minirnum CeII Classification as noted in
2.3.
2. Butt Fusion Fittings shall meet the requirements of ASTM D3261. Molded and
fabricated iittings shall have a pressure rating equal to ar greater than the pipe
unless otherwise specified on the plans.
a. Fabricated Fittings shall be Equivalent Dimension Ratio to DR4.
b. Pipe stock used to manufacture fabricated fittings shall meet reqt�irements of
AWWA C906 and meet the znaterial designation cade of PE�F7l0,
c. Fabricated Fittings typically require a lawer DR rating than the pipe to meet
or exceed the pipe pressura rating. Calculate the difference for a fabricated
ftting based an a published rerating percentage.
d. Fabricated bend and tee fittings shall have a minimum of 3 segix�ents.
e. Fabricated b�n� fittings over 45 degrees through 90 degrees shall have a
minimum of four segtnents.
CIi'Y OF FOKT WORTH Westside III 24-lnch 4Vater "fransmission Main
STANDARA CONSTRUCTIOTE SPECIFICATION DQCUMENTS City Project No. 1026$9
[2evised hlarch l7, 2022
3a � i zo- 6
HIGH DENSITY PdLYETFIYLBNE (HDPE) PIPE
Page S of 11
f. Field fabricated fittings are not a2lowed.
3. All fitiings sha1l meet the reauit�ements of AWWA C906.
4. Markings for molded fittings shall comply wzth the requirements of ASTM D 3261.
a. S�andard Designation (ASTM D 32b1}
b. Manufacturer's name or trademar�c
c. Material designation (PE4710)
d. Date of manufacture or manufac#uring cade
e. Size
f. Dimension Ratio (exampie: DRl l)
Fabrieated ittings shall be marked in accordance with ASTM F 2206.
a. Standard Designation (ASTM F 2206)
b. Manufacturer's name ar trademark
c. Mate.rial designation (PE4710)
d. Date of manufacture �r manufacturtng cad�
e. Size
f. Equivalent Dimension Ratio
F. HDP� �LECTRaFUSION FITTINGS
Electrofusian Fittings shall be made of HDPE material with a zninimurn material
designation cade o� P�4710 and with a minimum Cell Classificatzon as noted in
23.
2. Electrofusion Fittings slaall have a manufacturing standard of ASTM F 1055.
Fittings shall have a pressure rating equal to the pipe unless otherwise specified on
�he plans.
3. All eIectrofusion �ttings shali be suitable for use as pressure conduits, and h�ve
nominal bur�t values of four times the VJorking Pressure Rating {WPR) a�the
f tting.
4. Markings shall be according to ASTM F 1 �55.
a. Star�dard Designation (ASTM F 2206)
b. Manufacturer's nazne or tradeznark
c. Material designation (PE4? 10)
d. Date of manufacture ar manufacturing code
e, Size
f. Equivalent Dimensi.on Ratio
Cr. FLANGES AND MECHANICAL JOINT ADAPTERS (MJ ADAl'TERS)
1. Flanges an.d Mechanical Joint Adapters shall have a material designation code of
PE4710 or higner and a tninimurn Cell Classification as noted in 2.3.
2, Flanged and Mechanical Joint Adapters can be made to ASTM D 3251 or if
machined, must meet the r�quirements of ASTIVI F 22Q6,
3. The outside diameter of Flanges shall h� based on rran Pipe Size {IFS}.
4. The MJ Adapters shall be based on Iron Pipe 5ize by Ductile Iron Pipe Size (IPS x
DIPS).
5. Flang�s and MJ Adapters shall have a pressure rating equal ta tha pipe unless
otla�rwise speciiied on the plans.
6. Markings for molded or rnachined flange adapters or MJ Adapters shall be per
ASTM D 3261.
a. Manufacturer's name ar tradertiark
CITY OF FORT WOZt7'H Westsicie III 24-Tnch WaEer Transmission Main
STANDARI7 COFrI5TKUCTION SPECIFICATION DOCUMENTS Giiy Project No. 1Q2689
Aevised March 1'7, 2022
33 i l 20- 7
HIGH DENSITY POLYSTHYLENE (HDPE) PI4'E
Page 7 oi l I
b. Material designatian (PE4710)
c. Date of manufacture or manuiacturing cade
d. Size
e. Where recessed marking is used, take eare not to reduce the wa11 thickness
below the minimurn speci�ed.
7. Fabricated (including machined) flange adapters shall be per ASTM F 2206.
8. Metal gland for M7 Adapter may be either AWWWA C110 (heavyweight) or
AWWWA C153 (lightweight).
9. Low alloy steel baIts shall comply with AWWA C 1 ll.4. BoIts, rods and hex nuts
shalI be manufactured fronn 304 stainIess steel as per ANSI/ AWWA C111/A21.11.
10. Van-S#one style, metallic (including stainless steel), canvoluted or flat-plate, back-
up rings and bolt tnaterials shall follow the guidalines af Plastic Pipe Institute
Technical Note # 38, and sha116olt materials shall follow #he guidelines of Plastic
Fipe I�stitute Technical Note # 38, and shall have the bolt-holes and bolt-circles
conforming to one of these sta:r�dards: ASME B-16.5 Class 150, ASME B-16.47
Series A Class 150, ASME B-1 6.1 Class 125, or AWWA C 207 Class 150 Series B,
D, or E.
1]. The back-up ring shail provide a iong-term pressure rating equal to ar greater than
the pressureclass of the pipe vvith which the �Iange adapter assembly will be used,
and s�eh pressure rating shail be marked on the back-up ring. The hack-up ring,
boIts, and nuts shall be protected from earrosion by a system such as coal-tar
epoxy, galvanization, poly�ether, or polyester fusion bvnded epoxy coatings, anodas,
or cathodic protection, as specified by the Engineer.
H. MECHANTCAL JOINT WEDGE ACTION RE.STRAINT
1. Mechanical Joint wedge actzan restraint shall only be allowed with specific
permission of the Engineer in cases vwhere an MJ Adapter is not feasible.
2. Meehanical Joint wedge action restraint shall be designed specifically for use on
HDPE pipe.
3. The grip of the serrations sha11 increase as the hydrostatic pressure increas�s.
4. There shall be no additional tool requ�red for installation other thar� the tools
required to install standard sizes of hex nuts from 5l$"-1 118". The hex h�ads, bolts
and rods shall be designed to tighten clockwise. The hex heads, bolts and rods shall
be manufactured to a11ow for disassembly and re-installation of the restraint.
5. Th.a gland halves shall be manufactured of high strength ductile iron in accordance
with the ASTM AS3b Standard, Grade 65-45-12.
6. Rods are manufactured from 304 stainless steel and hex nuts are manufactnred from
316 stainless steel as per ANSTI AWWA Cl i I/A21.11.
7. The restraining glar�d shall comply with all applicable dirn�nsions of ANSIIAWWA
C I 111A21.1 i and shal! 6e compatible with all ball and spigat (push-on) j oint
sockets of the standard.
S. 5tiffening insert required.
L STIFFENING [NSERT (STIF�ENER}
1. Provide Stiffeners at each M.I adapter anci coupling per Standard Details.
2. 5tiffening inserts shall be specially designed for use on the inside of HDPE pipe in
conjunction with AWWA C111 rnechanical joints.
CITY OP FORT WORTH Westside Lli 24-Inch WaEer Transmisscan 3Vlain
STANDARD CONSTKUC"CION SPECIRICATION DOCUMENT5 City Ptaject Nn. 102689
Ae�ised March 17, 2422
s3 � � 2a- s
HIGH DEN5ITY POLYETHYLEIVE (EIDPE) PIPE
Page 8 af l ]
3. Provide stainless steel per ASTM 240, type 304 or 316.
4. Stiffener shall �e manufactured within the pipe or M1 adapter by the factory.
S. Field installed stiffeners may be allowed upon approval of Charlott� Water
inspec#or. Wedge style stiffeners are allowed.
5. 5tiffener length must be su#��cient to fully encompass the area of the pipe being
restrained,
7. Inserts must be designed for underground pressurized fluid serviee and are pressure
rated to match the pipe DR pressure rating, derated as apprQpriate for service
temperature. Maximum test pressure limited ta pipe rated pressure.
8. Stiff�ner design shall pre�ent rnovement causing fitting to slide or rataie on the
pipe.
J. FLEX COUPI,ING RESTRAINT DEVICE
1. HDPE flex coupling restraint devices will be rated for minimum of S,ODO pounds of
force.
2. Resin used to manufacture device shall meet requirements of ASTM 335D with
minimum ce11 classif cation of 445474C.
3. Device will include bar cade and product Iabel tag.
4.. Device will install by electrofusion.
K. WALL ANCHOR
1, Butt fusion wall anchars, or force restraint collars, sha11 camply with requirements
af Dk29, Ir�n Pipe Size (IPS), minimum cell class 445474C, and meeting this
specification's requirements far PE pipe except %r striping.
PART 3 - EXECUTYON
3.1 INSTALLERS [NOT USED]
3.� �XAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
1. Install pipe, fittings, specials and appurtenances as specified herain, as specif ed in
AWWA .
2. Establish az�d rnaintain lines and grades.
a. Unless otherwise shawn on the Drawings ar permitted in Evriting, do nat use
heavy earth-moving equipment over the structure un#il a mrnimum of 4 feet of
permanent or temporary compacted fill zs placed over the top of the structure.
b. Before adding each new layer of loass backfill material, until a minimum of
12 ix�ches of cover is obtained, cneck the inside p�riphery of the sttucture far
Iacal or unequai deformation caused by improper construction methods,
1) Evidence of such w111 be reason for cprreotive measures as directed.
c. R�move and replace pipe damaged 6y the Contractor at no expense to the
City.
CIi`Y OF FORT WORTH Westside ILi 2A-Inch Water Transmission Main
5T,4NDARD CON5TRUCTION SPECIFiCATION DOCUMBNTS City ProjeccNo. ]02689
Revised dvlarch l7, 2022
33 t i ao- 9
HIGH DEN5ITY POLYETHYL�.I+l� (HDP6) PIPE
Page 9 of 1 l
3. Canform to the requirements of Section 33 OS 1.0 and Drawings for excavation and
embedment.
B. Pipe Laying
1. Ensure that pipe and fittings are laid and jointed in �rtn trench hottom conditions.
2. Lay pipe to the Iines and grades as indicated zn tr�e Drawings.
3. Provide appropriate facilities fQr hoisting and lowering the sections af pipe.
4. Lift and lower sections of pipe into trench without datx�.aging pipe or disturbing the
prepared bedding or sides of trench.
5. Carefully clean pipe ends before pipe is placed in trench.
6. Protect pipe ogen end to grevent entrance of eart� or bedding material as each
length of pipe is laid.
7. Fit, match and lay pipe io farm a smooth, uniform conduit.
8. Remove and re-lay, without extra corapensation, pipe that is not in alignment or
that shaws excessive settlement after laying.
C. Pipa 7oining
1. Install the joints so that the connection of the pipe s�ctions forins a continuous line
free from irreguIarities in the flow line.
2. Operators must be certified by the manufacturer to use the f�sion equiprrient.
3. Follow the iime and temperature recamnri.endations af the manufacturer.
4. Joints shall be stronger than the pipe itself, be properly aligned, and contain na gaps
or vflids.
5. Remove bead projection on the outside of the pipe to reduce drag during pipe
installation process.
D. Sutt Fusion:
1. The pige shalj b.e joined by the butt fusion procedure outlined in ASTM F2620 or
PPI TR-33. All fusian joints shall be made in compliance �vith the pipe ar �itting
manufacturer's recomFnendations.
E. Sacldle fusion:
1. Saddle fusion shall be done in acco;rdance with ASTM F 2620 or PPI TR 41 or the
fitting manufacturer's re.commendations and PPI TR��1.
F. Socket Fusion:
1. Molded socket fusion fittings are only ta be used for joining ofHDPE pipe from 1/2
inch to 2" in size. Sockat fusion shall be done in accordance with ASTM F 262q or
the fitting mattufacturer's recommendatians. Socket fusion is the process of iusing
pipe to pipe, or pipe ta fitting by the use of a male and female end that are heat�d
simultaneously an.d pressed tagether so the outsi.de wall of the male end is fUsed to
the inside wall of the female end.-
G. Electrofusion:
CITY Q� �'i7RT WORTH Westside III 24-Inch Water Transmission Main
STANDARI? CONSTIZ[3C7'ION SYECIFICATIQN DOCUMENTS City Project No. 102689
Aevised March 17.2022
33 11 2.0- 10
f]IGH DENSi'�Y FdLYETHYLEN� (HDPE) P[PE
Page 10 of l L
1. �l�etroiusian joining shall be dane in accardance with the rnanufacturers
reco�znen�ed procedure. Other sources of electrafusion jozning information are
ASTM F 1290 and PPI `I`N 34. The process of electrofusian requires an electric
source , a transformer, commonly called an elec�rofusion box that has wire leads, a
method to read eIectronicaIIy (by laser) or otherwise input the barcode ofthe fitting,
and a fittin� that is campatible with the #ype of electrofusion bax used
H. Mechanical
1. Mechanical connection of HDP� to auxiliary equipment such as valves, pumps, a�.d
�ittings shall use mechanical joint adapters and ather deaices in conformance with
this speeiiication.
2. [Inless specified hy the fitting manufacturer, a restraint hatness or concrete anchor
is recommended with rnechanical couplings to prevent pt�llaut.
3. Mechanical coupling shall be m.ade by qualified technicians,
I. Joint Recording
2. Butt Fusion: '['ha butt fusion eq.uipment must be capable of reading and storing the
input paraTnet�rs and the fusion results for later download ta a record file.
2. Eleetrofusion: The electrofiisian equtpment must be cagable of reading and storing
the input parameters and the fusion results far Iater do�nload to a record file.
3. The critical parameters of each fusion join:t, as required by the manufacturer a�d
these specifications, shall be recorded by an eleotronic data logging device. A11
fusion joint data shall be included in the Fusion Tachnician's joint report.
J. BackfiIl
1. Canform to the requirements of Section 33 05 10 and Drawings for backfilling pipe
trenches.
3.s REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATIQN [NOT USEDj
3.'� FIELD [oR] SITE QLTALITY CONTROL
A. Field Tests and Inspections
l, Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water
rnains:
a. Clean, flush, pig, disinfect, hydrostatic tsst and hacteriological tesfi the water
main as specified in Section 33 04 40.
CITY dF FQRT WORTH Westside III 24-Inah Water Transmission Main
STANDARD CONSTRUCTION 5PECIFICATTQN DOCUMEI�fTS Ci .ty FcojectNo, 102689
Revised March l7, 2022
33 l I 2p- [ 1
HiGH DE�iSTI"Y POLYETHYLE[�fE (HDPE) PIPE
Page l l of I 1
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEAI�IING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [N�T USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revisian Log
DATE NAME SUMMARY �F CHANGE
CITY OF FOiLT WORTEI Westside IU 24-Inch Water Transmission Main
STANT]AR1l CON57'RUC1'I03V SPEC[FICATION dpCiJMEI�lTS City ProjectNa. 1Q2689
Revised March 17, 2022
APPENDIX
GC-4,02 Suhsurface and Physica[ Conditions
� Geotechnical Engineering Study {CMJ Report 131-21-180)
� C�altural Resources Desktop Analysis {TES Project Ref: 04.080.09I}
v Waters ofthe United States Delineation Report (IES Projact Ref; 04.bSD.091}
� Section 4Q4 ofthe CWA Permii AssessmenY (IES Project Re�: Q4.OSO.p91)
GC-4A4 Underground Faciliti�s
• Test Hole Data —`I'est Hole 6A
� Test Hole Data — Test Hole 6K
� Trinity Ranch Off Site Water Main, Section I, U.S. 80 to Trinity Ranch, X-9344
GC-6.06.D Busines�s Equity Compliance
• Business �quity: Special Instructions far Bidders
` Business Equity: Utilization Farm
• Business Equity: Prime Contractar Waiver Form
o Business Equity: Good Faith Effart
� Business Equity: Jaint Ven.t�ure
� Business Equity: I.,etter of Intent
GG6.07 Wage Rates
� Heavy & Highway Construction Prevailing Wage Rates 2013
� Commercial Construction Prevaiiing Wage Rates 2013
(iC-6.09 F'ermits and Uiilities
o Tarran� County Utility Permit
o T�O'T R.O.W. Permit
� TRWD Crossing Permit
� Barnett Gathering Crossing Agreement
� Enlink Midstream Services Crossing Agreern�nt
� Energy Transfer Company Crossing Agreement
GR O1 60 00 Product Requirements
� City Approved Product List
o Cathodic Protectian Design
Cl'I`Y OF FORT WORTH Westside III 24-Inch WaterTransmissian N[ain
ST.A3YDAAD CQNSTRUCTION SPECIFICATIOI3 DOCi1MENT5 City Project No. 102589
Revised Iuly i, 2D1 E
�C��.�� S�i�su����ce arncl Ph�s�ca� C��dY���ns
'�'�FI�S ]�AGIE ]L]EFT �[I�'I'EI�T'�`��NAI�I1� �3�Al�T][�
C1TY pF FORT WORTH Westside III 24-Inch Water Transmission Main
STANDARD CONSTRUCTION SPECTFICATION DOCU3vIENTS Cifiy Project Mo. 102G89
ReviscdJuly I,2D11
G�Oi�CbNIC�L �PlGINlFI�RIR�Ca 5i4J�Y
W�SiSI�� 111 24-IPlCb I,�ATI�� TRAP�S{UIISSI�AE fVVAIN (Id913��)
Ibn20 A7' �flAEtKUi� k�ANCK RQA�
FO�i WORi}i, i�XAS
CIiY PROJF�Ci N�. '�O�C89
Presented To:
�eague, iVal[, & �e�kins, Inc,
May 2021
�ROJ�C� hlO. 131-21p'i�0
���'763G Pcbble Drlve
� �NGIN�ERI,NG, INC. Fort\Y�orth,i'exas�G118
, _ WS►RY�C(a1�CiS�'C,GOIXI
N3ay � 2, �021
�tepor� No. 131�-2'�-18D
Te�gu�, Nall, � �Qrkin�, [nc,
523� N. Riv�r�ide f�rive, Suife 100
F��C Worih, T�x�� 7C13i
Att�; �Vf�. �renc4a �us4�sio, �.€,
GECfT'�CbRlI�A� �R��IN��RIf�� �T��9Y
�IJ��T�I�� ql �4-iR��H E����R �f����rdYl��lOf� f��IPI (UV3��}
iF�-20 A� fV���KI�M 1�4N�i� RC7AC�
�c��r l�+��i�, i�x��
GlTY PR�,�I��i f�0. 10���9
Dear �Uli�. �usta�io:
�ubmitt�d har� are ttle results af a g�o�echnjcal �ngine�ring study for the r�f�r�nced prQject. This
s�wd� w�s perfarmed in ��neral accord�nce witi� Aur P'r�pos�l Na �0-773� dat�d Juiy 9, 20�0.
Ti�e ��otechnic�l services were authori�ed via S�b-Consult��►t Agream�nt wi�h i�ague, Nalj, &
��rkins, Inc. da#�d January 20, 2021 and �x�cuted by Mr. Jonathar� �engfort, I�,E,.
Engir�eering ana�lys�s ar�d recommend�tlnns are contafn�c� En the text s�ction �if the repori. 7he
r�sults af aur fi�ld and labor�tory servfEes ar� included in the appendix o# #he r�por�. W� would
appreciate ti�e opportunity to be cansidered for pravfdi�g construction materiai testing ��rvicos
during the car�structian phase of thi� prajeet.
We apprsclat� fih� opportur�i�y to be c�f s�ruice to Teag��, N�Il, � PerEiins, lr�c. Please cantact us
i4 you have �r�y quastic►ns or i�` w� may be of further service at this tlme.
R�spectfully aubmittetl,
�11h�J �NGIN�ERTA;G, INC.
ToXns Pinna Ri:casT�►Trot� No, P-9:1T7
�
.�+ R Q R� _
r� �
�t
Ja � ��. Sappingtan IV, P.�.
Pr� id�r�f
Texas fVo. 97402
��----.�
� ��-���Q�.���1�1
p ��; '•. 9s � �
��,p � .�,�1+`
..
.i�e�eo�om�e����ecaoeare�����
JAM�S �'. ���'iNG"��iV, IV;
.. ��c�oeoaua�000�oo�u�.u•.. /
I.�4-�:_ �i�0� : [�,`��
,� ,�,�
t�
copies submiii�d; (�) Ms. Bre�da Eustasio, P.E.; T�ague, Nall, & Pe�klns, Inc. (mail and errtail}
Phone (si`7) za�-�4Ua Fax (B17) 589-9943 Metm (817) 589-9992
iA�LI� O�' CQWT'�FdTS
Paae
1.0 [NTRODUCTION -----_��--------------------------------------------.�....�_-------------_��------------------ 1
1.1 Genera!_..___...._.�_--------------�---------------------------------___.._�.__......_--_____---_------------------- 1
1.2 Purpose and 5cope ------------------------------------------------------------------------------------------- 1
1.3 Repart Format ----------------------------------------------------_-_-_----------------------------------------- 1
2.0 FIELD EXPLORATION AND LABORA70RY 7�Si'ING------------____�_�__________________�_______�_ �
2.'i Fielct Exploratian ---------------------------------------------------_...._____--_------------------------------- 2
2.2 Laboratory Testing------------------------------------------______.__�-__--__-------------------------------- 3
3.0 SUBSURFACE CONDITIONS -______w_..._..___.._..w__....,.._______________________________________..___.._.._____�_ 3
3.1 Site Geology ----------------------------------------------_---__--_-------------------�____�___---______— 3
3.2 Soil Conditions -------------------------------------------------�_�._..W...__....__�_---_--------------------- 3
3.3 Groundwater Observations-----_--�-_____------------------------------�---_�____._..._..�._.�__----- 4
4.0 TRENCH 180RE EXCAVATIONS--�------_____________�__________________________..____�,_.._____________ g
4.1 �xpected Suhsurtace Conditions ----------------_________________�________.___�._______W__�__________ 5
4.2 Open Excavation Considerations ------W--------------_______________________________.�______....�.______ 5
4.3 Comments on Harizontal Bores -�--------____�_______________________________.�.....___.._.�___�_______ g
4.4 Trench 1 Bore Pit Dewatering ---------------------------------------------___---x----_------____r__� 6
4.5 Sofi Trench Bottom Conditions-------------------------------------------__�__��______�_�__ �
4.6 Pipe Installation Bedding--_______________�__�_��_M____�_�._�.______________________________ 7
4.7 Trench Bacfcfill-----------------------------------__.____...._......__------�__--------------------------__�--- 7
4.8 Trench Sackfill Settfement--------------------..___.....----------___------------------___�_---___.._______ g
4.9 Pro�+isions ta Reduce Backfill Settlement------------�-�------___w__________________________�________ g
5.0 GENERAL EARTHWORK--------------------------------...._.,_.......�_��---------------------��_----______�...__ g
6.0 CONSTRUCTION OBSERVATIONS---------------w---------_____W___________________________________......��
7.0 REPORT CLOSl1RE --------------------------.........._....,_..____�vW------------�-----------------_....�..._...._...._11
APP�N�iX A
Plate
Planof Borings -------------------------------------------------------------------___�.......---------------------- A.1 a— A.1 �
Unified Soil Classification System---_____-----__�._______-----------------------------------------------..w___�.......A.2
Key to Classificakion and Symbols -------_.___--------------------------------------------...�._______._.._�.________._ A.3
Logsof Borings ---_____..------------------------------------_____�-----�________------------------------------A.4 —A.13
�.o i�r�o�ucrio�
1.1 Generral
The project, as currently plann�d, consists of an approximate 10,aQ0 linear-foot, 24-inch diameter
water transmissian main in Fort Worth, Texas. The line traverses paralle� along the south side of IH-
2Q frorn Chapin School Road westward. Crossings of an existing 96-inch TRWD raw water line and
an existing drainage chann�l ar� plann�d. Plates A.1A and A.1 g, Plan of Borings, depicts the project
vicinity and loca#ion af the explflration borings.
9.2 �urpose and Scope
The purpose of this geotechnical engineering study has been to determine the general subsurface
conditians, e�aluate the engineering characteristics of the subsurface materials encauntered, and
de�elop comments an general excavatian and directional boring.
To accomplish its intended purposes, ihe study has been conducted in the fa�lowing phases: (1)
drilling a sam�le boring to �etermine the general subsurface conditions and to obtain samples for
testing; {2) perfarrning �aborafory tests on apprapriata sarnpies to deterrnine pertinent engineering
properties af the suf�surface rnaterials; and (3) performing engineering analyses, using the field and
laboratory data to de�elop geotechnical recommendafions for the proposed construction.
The desigr� is currenfily in progress and the locations anc�lor ele�atians of t#�e pipeline could change.
Once the final design is near completion (80-percent to 90-percent stage), it is recommended that
CMJ �ngineering, Inc. be retai�ed to re�iew those partions of the constr�ction documents pe�taining
to #he geotechni�al recommer�dations, as a means to determine that our recommendations have
been interprefisd as intended.
1.3 �epa�t �ormat
The text of the repart is contained in Sections 1 through 7. All plates and large tables are contained
in Appendix A. The alpha-nurneric plate ar�d table numE�ers identify the appendix in whicf� they
appear. Small tables of less than one page in lengfh may appear in the body af the text and are
numbered according to the section in which they occur.
Report No. 131-21-180 CMJ ENGINEETtTCrTG, INC.
Units usec� in the report are based on the English system anri may include tflns per square foot (tsfl,
kips (1 kip = 1,000 pounds), kips per square faot {ks�, pounds per square fioat (psfl, pounds per
cubic foot (pc�, anc! pounds per square inch {psi).
Z.a �«�� �x�Lo�a��o� �w� �a�o�,a�o�v ��s�in�c
2,1 �'ield l�x�loration
Subsurface materials at the projeefi� site were explored by ten ('[0) vertical soil borings. Borings B-5
and B-6 were drilled to a depth of 25 feet in the area of th� praposed bore crossings and the
remaining borings were drilled to a depth of 15 feet along ihe alignment. The borings were drilled
using continuaus flight augers at the approximate locations shown on the Plan af Borings, Plates
A.1a, and A.1B. The boring logs are included on Plaies A.4 through A.13 and k�ys to classifications
and symbols used on the logs are pro�ided on Plates A.2 and A.3.
Undisturbed samples of cahesi�e sails wera obtained with nominal 3-inch diameter thin-wafled
(Shelby) tube samplers at the focatians shawn on the logs of borings. The Shelby tube sampler
consists of a thirt-walled steel tube with a sharp cutting edge connected tn a head equipped with a
ball valve #hreaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of
#he drilling rig. The soil specimens were extfuded from the tube in the field, logg�d, tested for
consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture.
The consistency af cohesi�e soil samples was e►►aluated in the field using a calibrated hand
penetrometer. In this #est a 0.25-inch diameter piston is pushed into the relatively undisturbed
sample at a constant rate to a depth of 0.25 inch. The results o� these tests, in tsf, are tabulatec� at
respective sample depths on the log. When the capacity of th� penetrometer is exceeded, the value
is tabulated as 4.5+.
To evaluate the relative density and consistency of the harder formations, a modifi�d version of t�e
Texas Cone Penetration test was performed at selected locatians. Texas Departme�t af
Transportation (TXDOT) Test Meth�d Tex-132-E specifies driving a 3-inch diameter cone with a 170-
pound hammer frealy fiaAing 24 inches. This results in 340 foot-pounds of energy for each bfow. This
method was rnodified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350
foat-pounds of energy for each harnmer blow. In relati�ely soft materials, the penetrometer cone is
driven 1 foot and the number af blaws required for each 6-inch penetration is tabulated at respecti�e
Report No. 731-21-i80 eMJ Fav��r�uvc, INC.
2
tesf depths, as blows per 6 inches on tha �og. fn hard materials {rock or rock-lik�), the penetrameter
cone is driven with the resultrng penetrations, in inches, recorded for the first and second 54 blows,
a total o# 100 blows. The penetration for the total 100 blows is recorded at the respecti�e testing
depths on the boring [ogs.
2.2 �abora#ory iesting
Laboratory sail tesfs were perFormed on sel�cted representative samples reco�ered from the
�iorings. In addition to the classification tests (liquid fimits, plastic limits, and perc�nt passing the No.
200 sieve}, maisture content, unit weight, and unconfined compressi�e strength tests were
performed. Results of the laboratary classification tes�s, maisture confent, unit weight, and
uncanfined compressive strength tests conducted for ihis project are incl�aded on the boring logs.
The above laborafory tests wer� performed in general accordance with applicable ASTM
procedures, or g�nerally accepted practice.
�.a �u�su���c� eo��i�i��v�
3.1 Site C�eology
The Dallas Sheet o# the Geoloaic Atlas of Texas indicates the afignment is located in an outcropping
of the Duck Creek Forrnation of Lawer Cretaceous Age. The Duck Creek Formation of over BO feet
thick and is composed of limestone and marls, with limestane predorninating the lower portion. The
residual soils of the Duck Creeic can be deep and generally acti�e. Groundwater can occur along
the ir�terface of the [imestones and the overlying residual clays.
3.2 5ail Canditions
Specific types and depths of subsurfac� strata encountered at the boring locations are shown on the
baring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings is
discussed below. Note that depths an #he borings refer to the depth frvm the existing grade ar gratand
surface present at #he time of the inWesfiigation, and the boundaries �efween the �arious soiE types
are approximate.
SurFicial soils encountered consist of dark brown, brown, light br�wn, fan, and gray silfy clays and
cfays. T#�e surficial soi�s in Borings B�5 were noted as fll to a depth of �4 feet, to include a 1-foot thick
zone of limestone gra�el fill from 2 to 3 feet. The various clays encauntered typicaqy contain
Repo1't No. 135-21-180 CMJ ENGINEH1rTNG, IT�TC.
3
calcareous nodules, calcareous deposits, pebb[es, limestone fragments, fractured limestone seams,
iron stains, and ironstone nodules. A one-foot thick fractured tan limestone layer is present within
the clays at a depth of 2 feet in Boring B-9.
The varia�as clayey soils encountered had iested Liquid Limits (LL) of 27 to 82 with Plasticity Indices
(PI) of 13 to 55 and are classified as Cl, and CH by the USCS. The various clay soils were generally
stiff to hard (soil basis) in consistency with pocket perzetrometer readings af 2.25 to o�er 4.5 tsf.
Tested unit weight and unconfined compressive strength values rar�ge from 81 to 125 pcf and 2,330
to 15,280 psf, respectively.
Tan limestone is next encauntered at depths of 2 to 9 feei beiow existing grade in all borings, except
Boring B-5. The tan limesione occasionafly contains clay seams or occurs fractured in upper reaches
and is moderately hard to �ery hard (rock basis), with Texas Cone Penetrorrieter (THD) test �alues
af 3/ to 2g/a inches of penetration for 140 hammer blvws.
Gray limestone is next encounfered at depths of 10 to 18 fieet belflw exisfing grade in Borings B�2,
B-4, B-6, B-8, and B-10. The gray limestone accasionally cantains sha�e seams and is �ery hard to
extremely hard (rock basis), with TexaS Cone Penetrometer (THD) test �alues o# '/ to '/e inch of
penetration far 100 harnmer blows.
3.3 �rrounciwater� Ol�servations
The borings were drilled usir�g cantinuous f�ight augers in order to observe groundwater seepage
during dril[ing. Groundwat�r seepage was not encountered during dril[ing operations, and the
borings were dry at compfetion. Fl�ctuations of t�e groundwater le�el can occur due ta seasonal
�ariatians in the amouni of rainfall; site topography and runoff; hydraulic conductivity af soil strata;
and other factors not e�ident at the time the borings were performed. ❑uring wet periods of the year,
seepage can occur in joints in the clays, ar atop or within the tan limestones. The possibility of
groundwater level fluctuations sFaould be considered when developing the design and construction
plans for the pro�ect.
Report Na.131-21-180
CMJ ENGINEER�NG. WC.
4
4.fl TR��lCb 1 �OR� �XC�4VAilOfdS
4.1 �xpecfed Suhsurfac� Canditions
Conventional earth moving equipment is �xpected to be suitable for excavating the near-surface
clayey soils and existing clay and limestone gra�el fills. Heavy-duty excavation equipment ►rvilf be
n�cessary for excavations within soils containing abundant limestane fragments, fractured limestone
seams, and within the tan and gray limestones.
The tan and gray iimestones are generally hard to Wery hard (rock basis} and will present a high
degree of exca�ation difFiculty and rippability using normal exca�ation eq�tipment. Special
techniques for ripping/rock removal can be expected through the tan and gray limestanes, with very
hard to extremeiy hard zones of intacf rock. fn addition, ov�rexca�ation should be anticipated within
tl�e limestones ar limestones containing weathered or clay seams or layers. Overexcavation may
result from larg� [imestone blacks or chunks breaEcing along either weathered fimestone or clay
seams beyond the planned exca�ation.
�.2 �pen �xcavatian Considerations
The trench exca�ations shfluld be perfflrmed in accordance with OSHA Safety and Health Standards
(29 CFR 1926J1819), Subpart P. For excavations less than 5 feet deep through the variaus clays
and limestones, it is expected ti�at near vertical excavation walls will be possible. Howe�er,
exca�ations which occur through soft clays, granular soils, loose fill, or submerged soils, it will be
necessary to either slope the excavafian sidewal�s or pro�ide temparary brac[ng ta cantra! exca�ation
wall instability. In addifian, far excavafions deeper than 5 feet, the excavatifln sidewalls must be
sloped, or temporary bracing must be provided, regardless af the soil conditions er�countered.
If open trench cuts are performed wifhin 1.25 times the trench depth of any surtace structure, trench
sMoring {noi trench boxes} shou�d be used within open trench cuts performed within this distance.
Hydraulic shoring struts should be used and installed during exca►ration as needed to provide full
fateral support #o �ertical trench sidewalls, and thereby help reduce lat�ral ground mouements near
existing structures. A pre-cans#ruction condition survey should be performed prior to beginning
excava#ian r►ear any si�ucture that cauld be affected by the trench exca�aiion to �erify existing
conditions {e�cisting distress) prior fo construction. Construction monitaring should be perfQrmed ta
v�rify tha# existing structures are nat impacted or damaged by construction operations.
Report No. 131-21-180
CMJ ENGINHERING, INC,
5
4.3 Comments on Horizuntal Bores
All borings enco�ntered predomi�ately fimestone materiafs below depff�s of 2 to 9 feet, except in
Boring B-5. Any tunnel bor�s extending into the limestone strata will be encountering moderately
hard to �ery hard and occasianally extremely hard and intact rock. The upper soils also appear to
present difficuity in tunnel bor�ng activities, as limestone fragmer�ts and seams are present. The
limestane materials will likely require rock drilling �quipment and #ools to removelexcawateldrill
through due to their Y�ardness and abrasi�eness. Insta[lation by pipe jacicing is fikely not feasible in
these materials and in most locatians along #he a�ignrnent, given the predominate presence af the
limestones.
4.4 irench 1 �ore f�it �ewafiering
As discussed in Sectian 3.3, Groundwater Observations, groundwater conditions can vary with
seasona! fluctuations m rainfaEl. In the case that groundwater is encountered, contralling the
groundwater is essential to the construction of the proposed water main. Failure to controi any
encountered groundwater could result in excavation collapse, excavation battom heave, an unstable
bottom, and de#rimental pipeline settlement and pipe deflections afE�r backfilling. Groundwater
levels should be maintain�d at least two �eet below t�e base of the excavafion for the full term of
cons#ruction. Protection of the open exca�ations should be pravided cEuring periods of maderate to
hear�y rainfall, as surFace wat�r will most likely channel and collect in the exca�ations. The water
level should be lawered prior to exca�ating and shauld be maintained at this lawered level until the
pipe trench is backfilled. If water infiltration rates are high, it may be necessary to install a more
elaborate dewatering system. The design of any dewatering system required is the contractor's
responsibility.
4.5 Soft irench �ottom Conditions
Soft trench bottom conditions are unlikely w�ere the trench bottom is situated in th� natural clay soils
or limestones. Control of groundwater as discussed abo�e, if encountered, is the key to a�oiding an
unstable trench bottom. Unstable trench battams are unsuitable for support o� the proposed water
line. Soft clays could occur where groundwater is present. in areas where unsuitahle c�ay bearing
materials are encountered at fhe planned invert �levatian, the trench bottom can be prepared using
the following me#hoc�:
� LJnder-cut to a suitable bearing subgrade and replace with a structural compacted fill.
The over-exca�ation shauld extend laterally a distance of at least 1 foot b�yond the edges
Report No. 131-21-180
CMJ ENGTNEERIIYG, �NC.
6
of the pipe, and then at least 1 foo# laterally for every 1.5 feet of fill required beneath the
pipe, The o�er-excavatior� backfill shauld be surrnunded with a geot�xti�e consisting of
Mirafi 140N, Amoco ProPex 4545, or equivalent. The backfill should cansist of a free
draining aggregate (i.e., sands, gravels, crushed limestone, or crushed concrete)
appro�ed by the geotechnical engineer. The bac�cfill should �e placed in rr�aximum 9-
inch loose lif�s and uniformly compacted io a minimum relati�e density of 65 percent as
determined by test methods ASTM D 4253 and D 4264.
4.6 �ipe Insta[[a#ion Bedding
To assure adequate base support for the pipe, it is recornmended that beddinglembedment materia)
be placed around the pipe, 6 inches below the pipe, and 12 inches above the pipe. If concern exists
of nati�e backfifl above the embedment migra#ing into the more coarse embetlment (and eausing
back�ill settlement), a filter cloth is recommen�ed �t the embedment/r�ati�e soil intertace. The filter
clotF� should cover the entire interface and up through the sidewall a minimum of 1 foo#.
Bedcfing material may consist of gra�el/stane frorn 1" ta No. 10 sieve size. Gravel should be
consolidated upon pla�ement by raddmg or pneumatic �ibration methods. Such methods should nat
cause harm or distress to the pipe. The fiilter cloth should be TenCate Ge�synthetics Marifi 14DN or
equi�alent.
4.7 Trench �ackfill
Site excavat�d materials are generally considered suitable for use as backfill abflve the pipe bedding
materials. Alf trench backfill should be free af del�terious rnaterials. Use of rock fragments greater
than 4 inches in any dimension should be prohibited, since attaining a uniform moisture and density
without voids would be difficult. Si nificant rocessin of the on-site limesione wil) be re uired in
order to utilize as backfill. Backfill shvuld be compacted in maximum 8-inch laose IifEs at a minimum
of 95 percent af fhe Standard Practar density (ASTM D 698}. The uncompacted lift thicicness shoufd
be reduced to 4 inch�s for structure backfill zones requiring hand-operated power compactors or
smafl self-prope�led compactors.
Clay sails having a Plasticity Index greater than 20 should �e compacted at a m�isture content
ranging frorn 0 to pfus 4 percentage points abave th� optimwrn moisture content. Granular soils
having a PI less than 20 should be campacted at a maisture content ranging from minus 3 ta plus 3
perce�tage points of the optimum moisture content. Jetting to compact ti�e pipe backfill should nat
be aAowed. In areas wi�ere settlement of the backfill must be closely controlled, the trench
Report No. 431-21-180 CMJ ENGINEERfNG, INC.
7
excavation should be back�lled with eifiF�er cement stabilized sand or flowable concrete haWing a 28-
day compressive strength ranging bet+�veen 5p and 2Q0 psi.
4.� T'�ench �ackfill Settlemenfi
Settlement of the backf[II sails should be anticipated. It is anticipated that praperly campacted on�
site clay fill soils wi1[ se�tEe between about 1 and 2 percent of the fill thickness. For example, 10 #eet
of fikl would be expected ta settle on the order of i.2 to 2.4 inches.
Where passible the trench backfill could be over-built in order tn reduce the pot�n#ial for a surface
depression along the trench centerline. We recommend the bacicfill be crowned. The centerline of
the excava�Eon should be over-built by one foot and sloped down to match grade at the edge of the
excarration.
�4.9 �rovisio�s fo Reduce �ac�f�ll Settlemertt
Field testing will be a critical element in controlling the compaction af the backfill to limit settlement.
A[I trench backfilling in these criiical areas shall include full-time observation of soil compaction by
an experienced geotechnician under the supervision af the geotechnical engineer. The confiractor
should provide protection for the testinglinspection personnel while working in the trenches and shall
move the protective shieldlshoring such that areas to be tested are readil� accessible. The
compacted moistureldensity of all backfill sails should be tested at a rate of one tesi per 100 linear
#eet of trench, for each lift of fill placed, during compaction. �igging through existing lifts o# backfill
to access and test underlying lifts should not be allowed.
1n addi�ion, to limit settlement, where crushed stane materials are used as pipe bedding materials,
they should be wrapped with a suitable geotextile to limit the intrusion of fines into the crushed st�ne
material as previousfy discussed.
5.0 ��R�I��►L �AR�Fi1�O�K
�.1 Site I�repapation & �'ield 7esting.
The area should be stripped of vegetation, roots, old construction debris, and other organic material.
It is estimated that the depth of stripping will be on the order of 6 to 8 inches. The actual stripping
depth should be based on fie[d observations with particular atteniion given to old drainage areas,
une�en topography, and excessi�ely wef soils. The stripped areas should b� observed to determine
Rsport No. 131-21-780 CMJ ENGINEERING, INC.
8
if additional excavation is r�q�ired to remove weak or otherwise o�jectionable materials tha# would
ad�ersely affect the fill placement or other construction activities.
The subgrade shauld be firm and able to support fhe construction equipment witi�aut displacement.
5oft or yielding subgrade should be corrected and made stable before construction proce�ds. The
subgrade should be proof rolled to detect soft spots, which if exist, shauld be excavated to provide
a firm and o#herwis� suitable subgrade. Praof rolling should �e pertormed using a heavy pneumatic
tired roller, laaded dump truck, or similar piece of equipment. Ti�e proofi rolling operatians should be
abserved by the project geotechnical engineer ar hislher representative.
Th� on-site sails are suitable for use in site grading. Imported fill material should be cl�an soil with
a Liquid Lirnit less than 5Q and nv rock greater than A� inches in maximum dimension. The fill
materials shau[d be free af �egetation and clebris.
5.2 �lacement and Campactio�
Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The
uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-
o�erated pawer campactors or small self-propelled compactors. The fill materia[ should be uniform
with r�spect ta material type and maisture content. Clods and chunks of material should be brak�n
dowr� and the fi[I material mixed by disking, blading, or plowing, as necessary, so that a material of
uniform moisture and density is obtained for each lift. Water required for sprink[ing to bring the fill
rt�aterial to the proper moisture canteni should be applied evenly through each layer.
General fill material shauld b� compacted to a density ranging fram 95 to 100 percent of maximum
dry density as determined by ASTM D 698, Standard Proctor. Crushed stone should be compacted
�ia three passes of a �ibra#ory roller o�er a 6-inch lift. In conjunction with the compacting operation,
the fill material should b� brought to the proper moisture content. The moisture content for general
earth fil! should range from 2 percentage points below optimum to 5 peroenfage points above
optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended
ranges. For some soi�s and under some conditions, the con#ractor may have to maintaiR a narrower
range of moisture content (wifhin the recammended range) in order to consist�ntly achiev� the
recammended density.
Report No. 13i-21-180
CMJ ENGJNEERING, INC.
8
Fie�d density tests should be taken as each lift of fill material is placed. As a guide, one fiefd density
test per lift for each 5,Q00 square fee# af compacted area is recommended. For small areas or critical
areas, the frequency of testing may need to be increased to one test per 2,500 square feet. A
minimum of 2 tests per lift should be required. The earthwork op�rations should be observed and
tested on a contir►uing basis by an experienced geotechnician working in conjunction w�th the project
geotechnical engineer.
�.3 �xca�ation
The side slapes af excau�ations throug� the a�erburden soils should be made in such a manner to
provide for their stability during construction. Existing struciures, pipelines, or other facilities, which
are constructed prior to or during th� curr�ntly proposed construction and which requ�re excavation,
should be protected from loss of end bearing or lateral support.
Temporary construction slopes andlor permanent embankment slopes sho�ld be protected from
surface runoff water. Site grading should be �lesigned ta allow drai�age at planned areas where
erosion protection is provided, instead af allowing surface water ta filow down unprotected slopes.
Trench safety recommendations are beyond the scop� of this report. The contractar must comply
with all applicable safety regulations concerning trench safety and excavations including, but not
limited io, OSHA r�gulations.
�,4 AccepEance of Importeci �ill
Any soil imported firom o�Ff site sources should be tested fvr compliance with the recommendations
for the applicatifln and appraved by the project geotechnical engine�r prior to the materials being
used. The owner should also require tF�e cor►tractor to obtain a written, no#arized certification from
the landowner of each proposed off-site soil barrow source stating that to the best of the landowne�'s
knowledge and belief there has ne�er been contamination of the barrow source site with hazardous
or toxic materials. The certi�catian should be furnished to the owner prior ta proceeding ta furnish
soi[s to the site. Soil materials derived from the excauation of underground petroleum starage tanks
should �ot be used as fill on this project.
�.� Soil Corrosion Rotential
Specific testing fiar soil corrosjon potential was not included in the scope af this study. Howe�er,
bassd upon experience an other projects in the vicinity, the soifs at this site may be corrosi�e.
Report No. 131-21-180 CMJ ENGIlVEERIIVG, LNC.
40
Standard construc#ion practices for protecting m�ta� pip� and similar facilities in contact with these
soils should be used.
a.fi �r�nsion and Sediment Control
Alf disturbed areas should be protected from erosion and sedimentation during cons#ruction, and all
permanent slapes and other areas subject to erosion or sedimentation should be pro�ided with
permanent erosion and sediment contro! facilities. All applicable ordinances and codes regarding
erosion and sediment control should be followed.
6.0 CONSi�UCil01� Q�S�RVATIONS
In any geotechnical inv�stigation, the design recarnmendations are based on a limited amount of
information about the subsurface conditions. In the anafysis, the geotechnical engineer must
assume the suE�surface conditions are similar to the conditians �ncounfered in the borings. However,
qu�te often during construction anarnalies in the subsurface conditians are revealed. Therefore, it is
recommended that CMJ Engineering, Inc. be refained to observe earthwork and foundation
instalfation and perfarm materia[s evaluation during fhe cons#ruction phase of the project. This
enaE�les the geotechnical engineer to stay abreast af the project and to be readily a�ailable fo
evaluate unanticipated conditions, ta cand�ct additianal tesfs if required and, when necessary, to
r�commend alternative sofutions to unanticipated cortditions. lJntil these constructian phase
services are pertorrned by the project geotechnical engineer, the racomm�ndations contained in this
report an such items as final foundation bearing ele�ations, proper soil moisture condition, and other
such subsurFace related recommendatEans shoufd be cansidered as preliminary.
It is proposed that construction phase observation and materials testing commence by the project
geofiechnical engineer at #he autset of the projecf. Experience has shown tF�at the most suitable
method for pracuring these services is for the owner or the owr�er's design engineers to contract
directly with the project geotechnical engineer. This results in a clear, direct line of communieatian
between the owner and the owner's design engineers and the geotechnical engineer.
�.Q ���oRi cLOSUR�
The boring logs shown in ihis repori contain inforrna#ion related to the types of sail encauntered at
specific locations and iimes and show lines delineating the interface between these materials. The
Report N.o.131-21-180 CMJ EIVGTNEEIiING, IivC.
41
logs also contain our field representative's interpretatian af conditions that are belieu�ed to exist in
those depth intervals between the actual samples taken. Therefore, these boring logs contain both
factual and interpretive information. Laboratory soil classificatio� tests were also perFormed on
samples from selected depths in the borings. The results of these tests, along with �isual-manual
procedures were used to generally classify each stratum. Therefore, it should be understood that
the classification data on the logs of borings represent �is�al estimates of classifications for those
portions of each straium on which the full range of laboratory soil classification #ests were nof
perfarmed. It is not implied that #hese logs are representative of subsurfac� conditions at ather
iocations and times.
With regard to groundwater conditions, this report presents data on groundwater le�els as they were
observed during the course of th� field work. In partic�alar, water level readings ha�e beer� made in
the borings at the times and under conditions sta#ed in the text of the report and on the boring logs.
It should be noted that fluctuations in the level of the groundwafer tahle can occur with passage of
kime due io variatians in rainfall, temperature and other factors. Also, this report does not include
quantitative information on rates of flow of groundwafer into excavations, on pumping capacities
necessary to dewater the excavations, or on methods of dewat�ring excavations. Unanticipated soil
canditions at a constructfon site are cammonly encountered and cannot be fulyy predicted by mere
soil sampl�s, test borings or t�st pits. Such unexpected conditions frequently require that additianal
expenditures be made by the owner to attain a properly designed and constr�cted projeet.
Therefiore, pravision for some contingency fund is recommended to accammodate such potential
extra cost.
The analyses, conclusions ar�d recommendations contained in this r�port are based on site
conditians as they existed at the tirr�e of our fie[d investigation and further on the assumption that the
exp[oratory borings are representative of the suL�surFace conditions throughaut the site; that �s, the
subsurface conditions everywhere are noi significantly different from tY�ose disclosed by the borings
a# the time they were compl�ted. If, during construc#ion, different subs�rface conditions from those
encountered in our borings are �bserved, or appear to be present in exca�ations, we must be
advised promptly so fihat we can review these canditions and reconsider aur recammendations
where necessary. If there is a substantial lapse of tim� between subrr�ission of this report and the
start of the work at the site, if conditions have changed due either to naturai causes or to construction
aperations at or adjacent to the site, or if structure lacations, structural loads or finish grades are
changed, we urge that we be promptly informed and retained to re�iew our report to determine the
Report No. 931-29-180 CMJ �NGA�E�E[txNG, �NC.
12
applicability of the conclusions and recommencfations, considering the changed condiiions and/or
time lapse.
Further, it is urged that CMJ Engineering, Inc. be retained to review thos� portions of the plans and
specifications for this particu[ar project that pertain to earthwork and foundations as a means to
def�rmine whether the plans and s�eci�cations are consistent wifh the recommendations contained
in this repor�. In additian, we are a►�ailable to obser►fe construction, particularly the cornpaction of
structural fill, or backfill and the construction of foundations as recommended in fhe repor#, and such
other field observatians as might be necessary.
The scope af our services did not include any environme�tal assessment ar investigatinn for the
presence or abse�ce of wetlands or hazardous or ioxic materials in the soil, surface vtirater,
graundwater or air, on or below ar around the site,
This report has been prepared for use in deWeloping an overall design concept. Paragraphs,
statements, test results, boring logs, diagrarrms, etc, should not be taken out of context, nor utilized
withaut a knowledge and awareness of their intent wi#hin the o�erall concept of this repor�. The
reproduction of this report, or any part thereof, supplied to persor�s ofher than the owner, should
indiea#e tha# this study was made for design purposes only and ti�at �erification of tF�e subsurface
conditions for purpases of determining difficulty of excavation, traffcabifity, etc. are responsif�ilities
of the contractar.
This repart has been prepared for the exclusi�e use of Teague, Nall, & Perkins, Inc. for specific
application to design of this project. The only warranty made by us in connection with the ser�ices
proWided is that we ha�e used that degree of care a�d skill ordinarily exercised under similar
conditions by reputable members of ou� profession practicing in the same ar similar focality. No
other warranty, expressed ar implied, is made or intended.
a� * ,� ,�
Report No. 131-27-780
CMJ �NGINEERING, I1�iC.
13
� _� ' _� i�.
- -----»-�:�-.�r� r �
r
4F'+
ir �
,5
���
f� `���
� } �_j..
r�
��
�
9NR108-- :�ano� }ua�ln� souiaoq
�. ���
,# . ��'
__ � �
r. T:ti,
. �
� 4
�� {;
� �
�� � � A � �� - � �_� � i - -
� i� —
��; � I�= - _ ;` ,�_
� + � � .,.` .
� �, 1
� -
� �
.�
/ �� �
� •� _ � � ,
{' �*� .� � , �
.� y�e, �r r �'� � r` .
w #��� � �
� �
�� �, , �
x
��� , + F � �
� � �•
�
i
• � i r �
� `*+ '. �..
. -� + �� �-�
• N �
� � �
ll � � _;
L � i � � �
�4 � }
�
��' 4+�i �i � �. ' . z
�
t ;� . f
_ �� --� � f + �� �
� , k � . � � ' �
: � �
- ' � . .
„.
�4� �
'OBL—LZ—I�!\f`YV�\s6uiMoap\suoi}n1�3 dll —
�
�
...
�
�
�
�
�
�
c� �
� �
�' �_
Z
� U
- w
�
0
a
�
�
�
c�
�'^.
'� J
�
�
��
Z
�
(/� a
� ��
Q
~ �w
� Q�
m ~�
� �o
o ��
�/�
� �' IV1
Q � �i
�
� N
w
0
�
W
�
PLA TE
A.IA
LZ/96I£0 �874(i
y. _��
—�t+^
�s� .,� �r.s
i I�r F
+� . `_ .
��� � � � ' 7
fi'� �
-�� — -
��7t'
"�
� �� '�
#
.r? ,��„��i . . ,+ _ �- .
�# ' _. �'' ' � I _ , .
_ !�� � _
*� ��
_ �5 �'�-;i� �
,I Ir � � ,
��' � — � ,�� I
1' 'J �
� -i .
�� .
�_*� �
�
-; .� .
�, - s �; �
,�*�~�� *
� +�� , � _,
��w � ' . -, i
� -r _ �
� �
. �
��� � � � . ' �f r
� � r
• * � �`�ir
�r` � F i;
� ��.�' *
��. � � �A
� -r 4 �
� —
�r � � �
- ,� � : �
�. ,
,.� �
�a�,� -
11�� ';� � i
.. - � - -��� � r :''� � f
R {�* � ` ;A c
I � i
c
� ' `� [
yk�y L
_ ��r ri i� . I I' }f (
+ I { I I� y1 �
{ � 11 � . _ — � - — I i
� "� I C
� � ' � U [
�� F � � , �
�,� 1 � R
� f�' � — f �i � �� _ �' I��
�
m
�
U
�
�
C7
�
�
if�
�
�
`�.
I—' 1
��
�
�
O
ti
�
Z
ti
U
7
�
�
�
U
�,
�
�
�
�
�
�
�
�
� z
0
� ��
� N�
� �ti
m ~ti
� wo
o ��
��
Q z `�
� �
� N
�
�
ti
w
�
�..
F � � � I
� � .
4�" , f•. .
F . �� M _
�r� � . f� �i7��:��1�'��i�J ' � � �
�;'� .���-_ . . ---e ,�— o o^o ��-- —-�.��� - PLATF
- A. IB
9Nfi309— ua/�o� }ua��n� iz} s6uiaoq -;no/o� 6mP'08l—LZ �l£l\('W��s6uim�ap\suoi;nl�5 dll — an+�paup�Iloosi101�a4��s�asfl��� lZ�8L�£fl :a}op
4 � _ +��
_ ' -�� i ��
F�
Major Qivisions Sy�: Typical Names Laboratory Classification Criteria
� �, Weil-graded gravels, gravel- � p �Q z
�c � c GW sand mixtures, fittle or no y c� so- greater fhan 4: C� -- �0� — between 1 and 3
vr � o fines •a p+o �m x 4eo
.c �� � aU �
� � .y � � Poarly graded gra�els, gravel •� � � E
�u � v c� � GP sand mixtures, little or no � v�i � N Not meeting all gradation rec�uirements for GW
'� �
�, � � ,� fines � a � 3
�y `u y � C7 � �o
� � �' ..
� � � o � a ' � � � Liquid and Plastic limits
$ o� � o Sil#y gravels, gravel-sand-silt y �:� Liquid and plastic limits
N �� GM �; •y befow "A" line or P.i.
m���� mixtures � v ;� reater than � plotting in hatched zone
z° �� 3�� �,w ;� g between 4 and 7 are
� � �n .� `� a� � � borderline cases
,y .c '"'' m � o N o :�, Liquid and Plastic limits
� v Cla.yey graveis, gravel-sand- �N � requiring use of dual
°� o � a GC c : a� above "A" line wi#hs P.I.
-� a, g � a clay mixt�res •� Z :� symbols
� � ¢ � C : � greater than 7
'� �n E w : �
�•`�-� � y � Well-graded sar�ds, gravelly � @ � °� �eo ��ao7�
�� � c SW 7� C� p--- greaterthan&: Ci=----- between 1 and 3
o�, � �� sands, liktle or no fines �, o x❑
h � o � � 10 io so
U� �n rn c �' o
N ' � � �— ' �
o .��°-� N m� Ponrly graded sands; o� �; �;
�. � N v J SP gra�ell y sands, little or no �`+ �� : Not mes#in g all gradation re quirements for SW
`0 y ; � fine.s � � � Q .;
� �
ro c��' ,� �� aNa�i
�� � o �, C n, � ��� Liquid and F'lastic limits
0 o z a� 7 Silty sands, sand-silt � � � y ,,
� '� c w� S� mixtures ��� y� N below 'A' line or P.I. less �i�uid and plastic limits
�� ��� `� o� o o than 4 plotting batween 4 and 7
� 3� � a. o N'� �� ar� borderline cases
� �•� � .� �`0 Liquid and Plastic limits requiring use of dual
o �� �� Clayey sands, sand-ciay E �� above "A" line with �.I. symbols
mixtures a� u� '-
? ¢ �, � � greater than 7
❑ ❑ U
Inorganic silts and �ery flne
sands, rock flour, silty or
u�s M�' clayey fine sands, or clayey
�, � silks with slight plasticity
��
� �� Inorganic clays af low to so
•y � v medium plasticity, gravelly
o y� C� clays, sandy clays, silty �
� '—' = clays, and lean clays
� � � CH
Z a-
� � �� Organic silts and organic silty q
�, ` clays of low plasticity �
.a �' C
� N o Inorganic silts, micaceous or :� 3o
�_ +� M H diatomaceous fine sandy or � QH a d MH
� E � Sllty SOIIS, @I�StIC SIItS a o�
� � y .� Z
Il � � `
� � CL
� �� �� Inorganic clays of high
L y� plasticity, fat clays j
"= E 7
L �� 4 ML a d OL
� � Organic clays of inedium to 4
� -J— �H high plasficity, organic silts � �D 2D 30 44 50 6U 70 8p 90 id0
Liquid Limit
c�
rn�'o Pt Peat ancf ot�er highly organic Plasticit� CF�art
= 0 v� soils
lJN[gI�D SOIL CLAS5IFICA7IQN SYS�'�iV� PLAiE A.2
SOI� OR R�CK TYP�S
�m
�m GRAVEL LEAN CLAY LIMESiON�
�o o• SRHD �� o SANaY — SHALE
� � •� �
SILT 51LTY ^. SANDSTOfV�
HIGHLY ���•-��_ Shelby Split Rock Cone No
CLAYEY PI.ASTIC CLAY !:�'. ;':� CONGL�MERAT� T�� Auger Spaan Core Pen Reco�ery
i���VS ���CRI�IN� CONlSISiFPlCY, COP��IiIOi�, AN� S�RUC�UR� O� SOI�
Fine Grained Soils �More�nan 50�o Passing No. 200 Sieve)
Descripti�e Item Penetrometer Fieading, (tsf}
Soft 0.0 ka 1.�
Firrr� 1.0 ta 1.5
Stiff 1.5 to 3.0
Very Stiff 3.0 to 4.5
Hard 4.5+
Coarse Grained Soils �nno��ma� so�ia Retainedon No. 200 Sieve}
Penetration Resisiance aescripti�e Item Re�ati�e Density
(bl owslfoot}
0 to 4 Very Loose 0 ta 24%
4 to 10 Loose 20 to 40%
1D to 30 Medium Qense 4� to 7a%
30 ta 5p Dense 70 ta 90%
Over 50 lfery Dense 90 to 100%
Soil Struc#ure
Calcareaus Contains appreciable deposits of calcium carbonate; generafly nodular
Slickensicled Ha�ing inclined planes of weakness that are slick and glossy in appearance
Laminated Composed of #hin iayers of varying colar or texture
Fissured Containing cracks, sometimes filled with fine sand or silt
lnterbedded Composed of alternate layers of different soil types, usually in approximately equaf proportions
��Rn�s ��sc�i���� �aysic�,� ��o����i�s or� �ocK
Hardness and Degree of Cementation
Very Soft or Plastic Can be remolcfed in hand; corresponds in consi5tency up to very stiff in soils
Soft Can be scratched with fingernail
Moderataly Hard Can be scratched easify v+rith knife; cannok be scraiched with fiingernail
Hard Difficult to scrateh with knife
Very Hard Cannat be scratched with knife
Poor[y Cementecl or Friable Easily crumbled
Cemented Bound together by chemically precipitaied material; Quartz, calcite, dolomite, siderite, and iron
oxide are common cementing materials.
Degree of Weathering
Unweathered Rocf� in its natural staie before being exposed ko atrnospheric agents
Slightly Weafhered Noted predominantly by color change wiih no disintegrated zones
lNeathered Complete colar change with zones of slightly decomposed rock
Extremely Weath�red Complete calor changa with consistency, texEure, and gen�ral appearance approaching soil
K�Y Y'O C�ASSIFICATION AND SYf4���LS I�LAi� A.3
C�J LNGINEERING INC.
Project No. Boring No. Project Westside II! 2�ninch IAlatee T'�ansmission NYain (11V3�)
131 21e180 �a'� Ci Project FEo.1026�9 - Forf Worth, iexas
Localion Water Ohserrratians
See Plate A.1 �ry during drilling; dry at completion
Compleiian Completion
o�pu, �s.a� Qate 4-56a�
Surface Elevation Type
L���, w! C�,De
lL � � N � LL
� � m �a z e ��i ��d.
o � ��r�turn De��ription � o � ; �d e e � � � z a � � �
�� ,c �.o� a c3,� x�� ❑� a aC
U ❑ r ,+„� 5-- '�=' inm NC oE�
ul CJ a as� �c.� �E ro E �v o o c c o 0
a f� m�� �U) �� 0.� d5 �U �� �Ua
CLAY, dark browr�, wl limeston� fragrr�ents and 4.5+ 19
calcareous nodules, haM 4.5+ 17 'i 12 4640
SII.TY CI.AY. light brawn, wl limestone fragments, 4.5+ 4B 15 31 15
calcareous deposits, and caEcarenus seams, hard
-grades tan below 3' 4.5+ 8
5
LIME5TONE, tan, hard to very hard 00l0.87 '
0011.25'
1
0011.25'
� _.._�------------���.......�--
�
�
�
0
[9
�
V
'a
[7
�
�V
M
C7
Z
K
b
ua
u.
o LDG O�' BORING N�. �o'� ��T� �.�
J
(YM ENGINEEItING INC.
Project No. Boring No. Project ►lyestside lil �4��nch l�ater Transmissian iV�ain (W3�)
131 �21 �1 �0 �-�� Cii Project Wo.1026�9 -�ort Woeth, �exas
Location Water �bservations
See Plate A.1 �ry during drillieg; dry at completion
Campletian Compl�tion
Qepth 15.0' paie q,��-21
Surface Elevalion Type
�4�, w! CFA
� o � a .
� � a py N G 4L
p_ � � 0 .� O � � � � t/l
o � � �iF�tum �escription ,� o _ � me � ; � � � �.� � �
o a� �n� �; .� � � � alc = � ❑ � �p a-�
U O 5 � y]'9 '" in = in ai y L � O
W Q p�� 10.� QE 16 E �'O O � G N C O O
�' 2' 070..1- dN JJ a� d5 .�U �� �ULl.
SII_TY CLAY! CLAY. brown, wl limestone 4.5+ 12
fragments and Calcareous nodules, hard 4.5+ 70 36 16 20 14
SILTY CLAY, Ilght brawn, w! calcareous deposits 4.5+ 16
and pebbles, hard
LIME5TONE, tan, hard to very hard 0010.fi2 '
5
10011.5"
� LIIUIESI'ONE, gray, wl shale seams, very hard
7 --------------------_.._._— 00I0.87 '
�
�
0
c�
�
U
a'
�
�
�Y
M
c�
z
�
0
m
LL
Q
a LOG OF BORI�VG NO. ��� ��q�� d�.�
Project t3o. Boring No. ProJect 1lllestside III �4-inch Water �ransmission �ain (Ifi�3n3) C� $NGINEERIN6 WC.
131e�1d180 ��3 City �rojact i�o.1a268� d Fvr�INarn�th, �exas
Loaaiion Water Obseruations
See Plate A.1 �ry dur+ng drilling; dry at complefiion
Camplefion Completion
�epth 16.0� �afe 4-s�-�1
Surfiace Elevakion Typa
��47, wl C�A
� N O .
d p, p� N C�
a � ro �v Z ° �� � yC�
n � S�r��urrt �eseription e o�; � a o � o.� ��� � ���
�LL .� � ��; . _ d ❑� a=
w C�7 � a�i u? � d �,� m'E �� o o 'c � � c o
a' � mdl--� [1.fq J� dJ 0. C gCi �J �Ud
CLAY 1 SILTY CLAY dark brown, wl limestane 3,75 22
fragments and caleareous nodules, �ery stiff 4.5+ 16 104 3890
SILTY CLAY, ligi�t brown, wl Vimestane fragments 4.8+ 70
and �alcaraous deposits, hard 4.5+ 2$ 13 15 6
-grades tan below 3'
5
LIMESTONE, tan, very hard 10011"
0010.37 '
1
001Q.87 '
15 ------------------------
J
4
3
]
7
']
L
�
]
0
T
7
�
9
C
7
0
L
> LOG OF B�RING NO. �d3 �L�11T� A.s
J
ENGIN��RING INC.
Project No. Boring No. ProJect Westside III �4�inch IIVaEer Ttansmission PAa➢n (W3��)
131��1�180 �� City f'roject P�o.1D2689 � Forf Worth, iexas
l.ocatian Water Observatians
See Pfate A.1 �ry during drilling; dry at completion
Camplefion Comple#ion
Qepth 1�A� Date �,5a21
SurFace Elevaiion Type
��7, wl CFA
L�L � � � .
n. pj N C LL
� � � C 0 .
o � � S�rafurr' ��scFiption � � � � Z� o � � � � � `� _ �y �
o lJ.. Ole �+ j �� N
° � �Q•'!L � Qj 'O V� � X � � �U 0 a�
V Q C tyq 7 �7 - Vl'�= N QI y C. U E^�.
w C7 0 0� � m� v E � E �c 'rr a o c� c o 0
� � mar= arr� JJ �� �5 �t> >� �Vd
CLAY, dark brown, w! limeslone fragmenfs and 4.5+ 23
calcareous nodules, hard 4,5+ 85 81 26 55 23
4.5+ 21 906 152$0
LIMESTONE, fan, hard to very hard
� 1 U�11.5"
-fract�red aboWe 5'
-wl clay seams, 5' to 9'
� 0010.62 '
LIMESl'ON�, gray, very hard 00J0.62 '
� ._.��---------------------
LOG OF BORING NO. �� ���� Q.%'
� � BNCIl�[E�RWG IlVC.
Prajact No. Baring No. Projeat Westside Hl �4-inch IdVater iransmission Niain (W3 �)
131oa�1-180 ��� City Project No.10�689 -�or� Worth, Texas
Location Water Ofoservations
See �lafie Q.1 Dry during drrilling; dry at completion
Completion Campletion
Depth ��.�, Date ,�021
5uriace Ele�ation Type
L���, wl C�A
LL � � � C ll..
OQi- E � } �q @p ! {q �� Z °� � LL 01 p(/y
O � � ����E�1 � i ��t�b��p�f�� ■ o l� d 81� � \ � i C � � � � �Ui
a � � � - �� U� � �w �U � d�
U � �=G'- �> '�= y^ v,uxi yC ..`• $E3
U1 C'1 o mV? �c.� aE � E m� o o c� � o 0
� � mal— acn JJ o.� a5 �U �� �U�
51LTY CLAY, brown and gray, w! limestone 2.75 Z�
fragmenis and calcareaus nadules, stiff ko hard 4,g+ 48 48 30 19
(FILL)
IM�STONE GRAVEL 1 it. fhick (FlLL} 3,75
SILTY CLAY, brawn, wl limesione fragments and 3.75 68 25 44 28
� pebbfes, very sfiff {FILL}
CLAY. brown, w! limestone fragments and
caicareous nodules, very stiff to hard
-w! fraotured fimestone seams below 5` 4,,+ 17 100 2560
-wl calcareous deposits below 7'
CLAY r SILTY CLAY fight brown and gray, w! 3 2� 2�
1 limesfone iragmants and pe6bles, ironstone
nodules, and iron stains, �ery skiff to hard
� -wI cafcareaus depasits, 14` to 15' 3.25 91 56 20 36 22
2 -�locky below 19' 4.5+ 16 113 1108fl
4.5+ 14
25 -------------�----------
�
�
a
c�
�
�
U
'R
�
d
m
i
N
m
�
Y
�
O
m
w
� LOG (}F BORING NO. �-� ��-p►�� A,�
J
Projecf No. Boring Na, Project V�lestside II I 24�I I1CI1 VVBt@i Yf Sf1SPY11S51011 {VYal17 �VII3�S? �'M� �c�R�NG IN�'
�s�-z�-�sa �-6 c� Project No. �aasss o�o� w��n, ��Xas
Location Water Observaiians
See �late A.1 pry during drilling; dry at completion
Completion Comp�etion
�epth ��.�� oat� �_�,21
Surfaoe Elevation Type
�a4'�, wl Cf�A
LL � d p .
Li.
Q � � `p � O o1.1..
n � N S�rafurn �escrip4ion � � iy w rne � ��+ N b � LL C y�{ f/)
o � o vc V� � C �'� C r:.�
i� d ��� y 7 �•- 'i%'j+-' M y Ui e�U ���
W CJ o a�U? w.� erE m E ma o o c� � a o
[Y_ CC mal--� d(n JJ D.J 4� 2U �J �W�
31LTY CLAY 1 CLAY brav�m, wl fractured limestone 4.5+ 18
seams and limestone fragments, hard ,� 5+ �4
SILTY CLAY, light brown, wl limestone fragmenks, q,y.� 14
calcareous deposifs, calcareous seams, and 4,�+ 69 27 14 13 �0
occasional iron stains, hard
5 -w! ironstone nodules, 2' l0 3' 4.5+ 8 124 8220
4.5+ 10
LIME5TONE, tan, hard to very hard
� 100l1.5"
-wl clay seams above 13'
� �DI0.37 '
LIMESTQNE, gray, very hard lo extremely hard
z 001025'
25 __ U010.92 '
�
�
0
�
�
U
'a
�
0
ao
�
i�
C9
Z
�p
m
�
O
1 LOG OF BORING N0. ��� ���� �.�
C� ENGINEERING TI�TC.
Project No. Boring No, Project Westside II[ �4-inch 1lllater �'ransmission 94Aain (W3��)
131��1-1�0 �-� City Project F�o,102689 � I�o�r Wo�h, �exas
Location Water Observations
See �faie A.1 ��y during drilling; dry at compl�tion
Completian Completion
Depih ��.0� Date �21
Surface Ele�ation iype
�04�, wl C�,�
� o � o �
Y � Q � N C li.
¢ a, � }p*� �q A@ I��e °� Z ' �� � ofA
O � � �{�l �F�:�I � � �6�3b[ � ���� LLL q�j rno a �2 �' i� � �^ � � � Of
� ° � Q' .0 � � �. V � � � 113 ❑ Ci � d.�
U ❑ �'Cu' �7 '3'- �i'i'�' i"nu� ,�+c :ey �Ea
w d pm� ro,� �E �a� w� oo c,Q coo
� � maF a.rn '�:� a� d � �U » �Ua
ClAY, dark brown, w! Ifinestone fragmer►ts and 3.5 82 27 55 27
calcareaus nodu[es, very siiff 3.p 33
CLAY! SILTY CLAY brown, w! fractured limesione
seams and calcareous nodules, siiff to vary stiff
LJMESTONE, tan, moderately hard ta hard
� -fractured above 3' 0012.75'
-w! clay seams below 3'
- 100I1.5"
1
-hard to very hard below 13'
10011"
1 -----------------�--------
�
�
0
�
�
�
U
'a
�
d
m
N
�
i�
x
a
0
m
�
o l.OG OF BORWG NO. �-� ��T� �-�Q
�
Project No. Boring No. Project Westside III 24einch 4.fHlater ir~ansmission �flain (W3��j
CrM ��czrraEnmtc mrc.
131-a1 �1�0 �-� Ci �'ro'ect Na 10a6�9 -�or� l�ifor�th, Texas
Locafion Water Observations
5ee �'late A.4 Dry dueing drilling; d� at completian
Completion CompleHon
Qepih 1 �.Q� date �6d21
Surface Elevation Type
��l�, wI C�A
� o � �
�
a 4 4i M c li
� � � �C o � �� ���
n � S�Pafum �escription � � �,� ` " �
;e o �m � � �fl •� �'� �'_ ���u
aLL; •�,�; v � �a� ❑v SE�
� � P�0.1- �uJ �:7 a� � � �C) �� �U�
CLAY. dark brown, wl limestone pebbles and 4.25 23
calcareaus nodules, very stiff 4.D 53 23 30 2ff
CLAYI SILTY CLAY, brown, wl limesfone 4.5+ 16 112 4910
fragmenfs, limestone pebbles, calcareous nodules, 2� Z3
and occaslonal calcareous deposits and
5 calcareous seams, stiff to hard 0010.25'
-grades fight brawn pelow 2'
-w! gray below 3'
LIMESTONE, fan, very hard
1 0018.62 '
� LIlNESTQNE, 9raY, very hard -----Y----- DOID.75'
N
a
�F
❑
L9
�
U
a
U'
d
m
N
�
�
S
K
�
�
0
o LOG �F BORING NO. E��� ���� �y,'�'�
C� ENGIIdEERRVG INC.
Projact No. 8nring No. PPajecl �y��id� ��� ��inch I�Ilater� ��ansmission IUoain (�il3�uj
131�29a180 ��9 City Pr�oject Nn. 1026�9 � For� Wor�h, �exa&
Locatian Water Observatians
See €'late A.1 Dry during drilling; dry at completion
Comptetion Campletian
Depih ,��.�� [7ate �6oa,�
5urface �levatlan Type
8�47, wl CF�A
0
LL � � � N CLL
�
�. �, � g¢ w Q� � o �� a��
Q N � ���RL6�1 � i �6�M[ � ����� a a ��IJ � C � � U o '�i] � � � � C � a
� 5��" ' � � ' % `� ❑U � � �
W G �m� m� a'E ��E �-�a op c`�' coo
(X � ma� asn JJ a.� a� �ta �� �Ua
CLAY, dark brown, w1 iractured limestone seams, 3.75 78 26 52
limestone pebbles, and calcareous nocfules, stiff to 225 38 81 2330
very stiff
LIMESTONE, tan, fracfured
51LTY CLAY, light brown, wl calcareous deposits, � � 14 121 3270
5 calcareous seams, �nd Iimestane pebbles, stlff to
very siiff
4.25 80 35 13 22 14
LJMESTONE. tan, wery hard 0010.62 '
1
�OIU.37 '
1 ------------------------
�
�
0
�
�
U
n�.
�
d
m
�
M
�
Z
�
�
LL
o LOG OF BORIf�EG N0. �e� ��►�� �.1�
a
Proj�ct r�o. Boring No. Project Westside 111 �4-inch Water �'ransmission i�ain (W3��}
�:M En�c�asxrnrc �rc.
131�21-1�0 ��� � City �ro'ect Wo. 1Q�689 ��or� Wo�th, iexas
Location Water Observatians
$ee Pfate A.1 �ry du�ing drilling; dry at completion
Compleiion Campletion
Depth � § �� �ate ��a,�
SurFace Ele�atian Type
B�i, w! C�A
LL fl d � -
Q Q � N C �
Q A� O� O �o � �'� C
o�� S�ra4um �esc�iption e o w� � o p �a � w w- �,; � s�
L� �[ �
U O S� u' N 7 7- N� Ui Q1 .N C �� U� 7
� Q' CQO.� dVJ JJ dJ d L �U �� �U�
CLAY, dark brown, wl fractured IRrneslone seams, 4.5+ �$
limestane pebbfes, anc! calCareous deposits, vary 4.2g 17
stiff io hard 4.5+ 13 111
-grades bro�+rn below 1'
SLLTY CLAY. lighl brown, wl limestone fragments, 4•5+ 2$ 13 15 11 128 8370
� limestone pebbles, calcareous deposits and 4.5+ 9
cafcareous nodules, hard
-grades tan below 4'
LIMESTONE, tan, very hard
� 0010.37 '
LIMESTDNE, gray, very hard
15 _ UQl0.62 '
LOG OF BORING NO. ���0 ���� ���3
1,
� ' J
int�gra�ed environmantal solutions
2� February 2021
Mr. Mark Wolfe
Texas Hisforical Commission
1511 Colorado Streek
Austin, Texas 78701
RE: Cultural Resources Desktop Analysis for the Westside 11124-inch Wafer Transmission Main Project in the City of Fort Worth,
Tarrant County, Texas
IN��O�UCTION
In#egrated Environmental Salutions, LLC {IES) has been contracted by Teague Nall & Parkins, Inc, to canduct a culkural resources
review and agency coordination for the approximately 12.59-acres (ac; 1.81 miles [mi]) of proposed 24-9nch (in) water line alang
the southern edge of the road right-of-way (ROW) far Interstate Higf�way (IH) 2� from the intersection of Chapin 5chool Road to
the west approximately 11,000 linear feet �ft) in the City af Fort Worth, Tarrant County, Texas (Aftachment A, �igure 1).
���TIN�NT ��GULATIONS
Antiqvities Code of Texas
As the City of Fort Workh (City) is considered a Qolftical subdivision of the State of Texas under Seetion 52, Article Ill, or Section
59, Articls XVI, of the 'fexas Consfitution, the City is required to wmpiy with the Antiquities Code of Texas (ACT). The ACT, as
outlined in the Texas Administrafive Code (TACj Title 13 Part II and the Texas Natural Resource Code (TNRC) Title 9 Chapter
191, requires that political subdivisions notify the Texas Historical Commissian (THC) at least 30 days in advance prior ko any
project that may affect potential or designated archeological sites, While advance project review by the THC is required far
undertakings wifh mare than 5 ac or 5,000 cubie yards of ground dEsfurbance, the THC can still request praject informafian andfor
an archeological survey in advance of more minor ground disturbances since all publicly sponsored proJects must comply with the
ACT. �f the activity occurs inside a designated historic district, affec#s a recorded archeological site, ar requires on-site
investigations, the project will need to be reviewed by the THC, regardless of projeci size.
%xas Health and 5afety Code
Under the provisions of fhe �fexas Health and Safety Code STHSC), as amended by Texas Senate Bill (5B)1630, the owner of a
� __�_a
property on which an unknown cemetery is discovered or on which �n a��;�si:sr�eu ��u�a�� is located may not cons ruc
improvemenfs on the prAperty in a manner that would disturq the cemetery �inliG kl�e fnunisn rema€ne Ir�����ed in the cemetery are
removed under a written arder issued by the state registrar or the staie regist�ar s desagne� �TFk�� SecEi4n 7rt �. Q04[f]). A person
who discovers an unknown or abandoned cemetery shall file notice of the dis�ory of I�e oemaGery k�r�kY� ��� c�a�n4y c!prk of the
county in wi�ich the cemetery is located and concurrently mail noiice to the landaw�ae� on recawd in li�e counkY apRrais�l dl��rict not
later than 1D days after fhe date of fhe discovery, The notice must contain a legal des��ipt�on of Ihe la*�� on v+i�ic� the �nkn�;u^
or abandoned cemetery was found and describe the ap�roximate location oi the cemetery ar�d iha evidenc� q! i�e oemetery I�a#
was discovered.
NATURE 0� UN�E�f AI41NG
The projact area or Area of Potenfia! Effects (APE) is for th� installa6on of approxlrnalely 1.8� mi oE �e,r� pota��e w�ter I{r�e
paralleling IH 20 fram the Inte�seciion of Chapin 5choal Road to a future ground storage fank sHe loca�ed a�r€oYima���y ��.4i7�
linear ff west of the intersecfion, Approximately 90 percent of the APE is located within exiti�g I H 20 �0�4, wilh k�e �^reslernnkasa
exkent ofi lhe APE located within an upland pasture setting. Although the precise verticai impaeks assoclased wH#� Ihe wa��€ line
and road wnstrucfion project are currentiy unknown, it is assumed the depth of praposed �a� skruGiiq+r will not �xceed 14 fi.
II't'�:I'-��;�ir��c�+1,.c:�it,'_,!; ,i . ,'��-�, ., � I t �� l I .� , ,.� ���. ., I � .;�i�
�..'..: . ��._�. ,.�., j`�i��t� +1VWW.II�t�'I1'1�•s�i:��iin
Te��phor��: {�7�_Sf�?.7G12
Mr. Mark Wolfe - TFiC page 2
Culfura! Resources Desktop Analysrs �- Wesfsrde 11124-rn Water Tr�nsm�ssion Main Praject
A�ETF;OoOLOGY
During fhe background review, a variety of literature and online saurces were referenced to deEermine if potential culfural resources
were located within the APE. These sources include (J,S, Geological 5urvey (USGS) topograpf�ic maps, t�e Sor! Survey of Tarrant
County, 7exas, the U.S, �epartment of Agri�ulture (USDA) Natural Resaurces Conservation 5ervic� �NRCSJ digital soil database
for Tarrani County, lhe Geologic Atlas of Texas (Dallas sheet), the Texas Department of Transportation (TxDQT) Potenfial
Archeological Liability Map (PALM] of Tarrant County, 1986 State Mighway Map of Tarrant Gounty, and both pasf and current
aerial phafography of the proposed pro��ct corridor. Additionally, a file search of the Texas Archeological Site Atlas (TASA) and
Texas Histnrical 5ites Atlas (THSA) was performed for fhe praposed location and surrounding areas. The background revi�w was
conducted by principal Investigator Anne Gibsan on 12 February 2Q2�.
The ixDOT PALM examines "#he character and classification of the soils and assesses fhe shal[aw and deep geoarcheological
patentia! or fhe likelihood that soil could contain buried cultural materials in reasonable con#exi (i.e., historiclrecent disturbances,
landscape sefting, and soi�s dataj for each soif series" (Abbott 2011:1fi1). The TxDOT PALM model iden#ifies where sites are likeiy
to be preserved in a reasonable context versus iRdicating where sites are likely to exist (Abbott 2019;179), As the resolution af
the PALM is appropriate to the scale af landform mapping (appmximafely 1,24,OOD), any analysis of the da#a beyond the scale �f
mapping can result in a misunderstanding of the defail of mapping (Abbott 2011:175). Due to fhe more detailed evaluation required
to accurately evaluate the potential for presence of culturaf resourc�s and the development of appropriate field methodolagy
(#ypically at the 1;7,OOQ scale or �ess), the culfural resources potential evaluation presented in this report includes an assessment
of the PALM results aC a more detailed level to deiermine if the APE has retained a reasonable degree of contextual integrity as
assumed by the PALM madel,
RE311L75
Topography, Geofogy, and Sorls
The Afedo and Benbrook 7,5-minute USGS topographic quadrangle maps illustrate that tF�e AP� is generally located in an upland
setting (Aitachment A, Figure a}. The APE occupies the apex of a g�ntly sloping ridgeline that separates South Marys Cresk
and Walnut Creek. The headwaters of an unnamed tributary form within the APE near Markum Ranch Road and flaw soufhwards
to Wafnut Creek, Elevation within the APE ranges between 865 to 940 ff abova mean sea level tamsl),
The APE� is located •within the Grand Prairie subreglon of the Cross Timbers ecoregion (Griffith et al. 2007). This area is
distinguished from surrounding ecoregians by undulating plains underlain by limestone with interbedded marl and clay. Soils wifhin
the APE are underlain by the Cretaceous-age Duck Greek Llmestone Formatian (Kdc), which is described as beds af limestone
(McGowen et al 198T; USGS 2021; Attachmenf A, Figure 3).
As depicted by the Sorl Survey of Tsrrant County, 7exas, there are five soil map uni#s witnin lhe APE �Ressel 1981; iable 4;
Atiachment �, �igure 4), The APE contains soils typicai of rn situ soi� devefopment and erosian in upland settings within the
Grand Prairie ecoregion, Soils data were raviewed from the USaA NRCS Web Soil Survey (USQA 2021).
Tabie 9: Soils within t�e APE
9011 M�p Un I! �as�dpl�on
�ar�eMkd�e
af Af�E
1— A�eda gravelly clay loam,l l0 8 percent slopes � 7his compnnent is describ�d as gravelly elay loam focated on ndges. Typical Bk
su6soil horizort deptit ls 4 to 12 in (iD to 30 centimeters [cmjJ, Qepth io a root re.s6rictiva layer or bedroc#c is 9 to 20 in {23 to 51 cm) to 26.1
bedrack. The naiural drainage class is well drained.
2— Bolar•Aledo compfex, 3 to 20 pprcent slopes • This camponertf is described as stony clay loam located an strucfural 6enches on
ridges. Typlcal Bk1 subsoil horizon depih is 16 fo 32 in {41 to 81 cm). Dapih to a root restriciive layar or hedrock is 20 to 40 in (51 to 102 16.2
emj to bedrock. The netural drainage class is well dralned.
61— Purves clay,l ta 3 percent slopes • This eomponeni is descri6ed as clay located on ridges. Typical Bk1 subsoil horizon depfh is B
to 12 in (20 ta 34 cm). I7epih to a roo1 restrietive layer ar hedr�sk is 8 io 20 in {20 ta 54 cm} to qedrock. The netural drainage class is well 46,0
drained.
66 — Purres clay,l ta 3 percent slopes • This component is descri6ed ae clay located on ridges. Typical Bkssi subsoil herizan depf� is f
1U to 24 in (25 to 61 cmj. Qepth to a root restric6ve layar or bedrock is more than 80 in (203 cmj. The netural drainage class is wefl I 4.2
drained.
74— Slidell clay,1 l0 3 percent elapes •This companent is described as clay located on ndges. Typical 85s subsoil hor¢on depth is 19
io 32 in (4$ fo 81 cm), l7epih io a root resirictive layer or hedrock is more than 80 in (203 cm). The natural drainage class is mode►ately 8,4
well drained.
Mr. Mark Wolfe - TNC �'ag� �
Cultaral Resources Desktop Analysis — Wesfside !!I 24in Waier Transmissron Marn Project
Texas Archaologrca! 5ites Atlas Review
A file search within the TASA and the THSA maintained by the THC identified no previously reoorded archeological sites, National
Register properties, historical markers, or cemeteries located within fhe APE (TASA 2421; THSA 2029 ). TASA records identified
one previously conducted archeological survey wifhin 1 mi of the AP� (Table 2; Atfachment A, Figure 5).
7able 2:
U.S. Army Corps af Enginesrs (USACE)
f Reri�ll
Np, �irniilrltlilu
6220 SWCA
�s wifhin 1 Mile of the AP�
�at� Surwa F p LocaClan A roxlmh�+
2012 Linear 0,99 mi sauthwest o( AP�
Disturbance Analysis
During the background review, it was determined that the A�E was used regularly for agricultural and ranching purposes since
1942 and presumably since the late 19� or early 20w cenfury. In 1984, construction of IH 20 and Markum Ranch Road began
within and adjacent to the APE. By 1990, lH 20 was complete and operational, 7he APE was impacted by the construction of a
staging or storage area in 2001 and redevelopment of the property in 2646 for cammercial land use. In the late 2000s, natural gas
explorakian and exfracfion expanded to ihe region, Currenfly, three pad sites and associated access roads are in the vicinity of
the APE. The footprint of new canstruction is visitile near the eastem APE f�rminus in recent aerial photography. In additian io
the highway corridar clearing and terraforming, starmwater drainage ditc�es and buried utiiiiy lines are located within the APE.
Gultura! Resource Pofential
Preh9storic Resources
Prehistaric archeologica! sites are rare within the upper reaches of the Walnut Creek wa#ershed. Recorded sites downsfream of
the APE are typically identified as open campsites characterized by scafters of lithic debitage, stone tools, and hearth features.
The ixDpT PALM for Tarrant Co�nty 9ndicates that the majority of the AI'E feafuEes a low potential for containing shallow buried
archealogical deposits and deeply buried archeological deposits with reasonahle cantextual integrity, 7he area surrounding the
unnamed tributary af Walnut Creek contains a moderate potential for shallow and deeply buried resources, puring background
review, it was determined that the APE has been previously disturbed by inftasiructure projects and utility instaflatian. As such,
the APE has a low to negligible patential for containing intact cultural deposits,
Historio-Period Resources
Misioric-period resaurces within North-Central Texas are primarily rela#ed ta farmsteads, domestic dwellings, and associated
outbuildings and skructures that date fram the mid-18� fo the mid-20�h cenkuries. Typically, fhese typ�s of resources are located
along ald roadways, but also can be lacated along railroads, creeks, and apen pastures. Alfhough determining the presence of
the earliest 6uildings and structures were prQ�lematic, thorough and accu�ate maps depicting these features are available post-
9 855.
Historical and modem aerial photographs show that the APE and much of the surrounding area was used for agricultural fields or
pasture. This was verified an hisforical aerial phofography dating to 1942. The 1895 Sam 5freefs Map of iarrant Caunty illustrates
a house belonging to "Hightawer" within the eastern third of the APE corridor. The 1920 USDA sails map for Tarrant County
indicates no buildings were located within or adjacent fo the AP�. Accarding to hisforical aerial photographs, no buiEdings or
struct�res were constructad within the APE during khe 201h century. Based on background research and previous ground
distur�ances, the potential for encountering historic-age culkural resources is low.
COI�GLUSIONS
Based on the results of fhis desktop analysis, tha AP� features a low to negligible patential for encauntering intact prehistoric and
historic-age archeological deposlts. Fflr these reasons, I�S recommends that no formal c�ltural resources surveys would be
required to comply wikh the ACT. However, if any archeological depasits ar unmarked graves are encountered during constructian,
IES recommends that the operators immediately stop constructian activities in fhe area af the inadverfent discovery, and the praject
cuitural resources consultant be contacted ta evaluate the significanca of the findi�g andlor provide guidar�ce on conducting agency
coordinafion.
Mr. Mark Wolfe - TNC
f'aga 4
Cultural Resources Desktop Analysis — Wesiside 1!! 24-rn Water Transmissr`orr Main Aroject
If you have any questions, please contact me by telephone at (972) 562-7672 orvia email at kstone@intanvsol.com.
Sincerely,
Integrated Environmental Solufions, LLC
✓
Kevin Stone, MA, RPA
Vice President — Cultural Resources Directar
IES Projeet Re(ereace: 04.080.09?
Mr. Mark Wo1fe - TNC Page 5
Cultura! Resources Desktop Analysis — Wssfstde !!I 24-r� Wa�er Transmrssron Main Prajecf
REFERENCE.S
Abbatt, J, T.
2041 Houston Area Geoarcheology: A Framework for Archeologica! Inaestrgaiion, lnterpretation, and Cultura! Resources
Ma�agement in the Nouston NighwayDistrict, Archeological S#udies Program, Report 27, Environmental �lffairs Qivision,
Texas Department of Transportation, Austin.
2011 Geoarcheology oi North-Cenfra! Texas: A Framework for Rrchealoglca! Investigatron, lnfe�pretafion, a�d Cvltural
Resourees Management in fhe Forf Worfh Nrghway Drstrict. Report 13�, Areheological 5tudies Program; Environmental
Affairs Division, Texas Departmeni of 7ransportation, Austin,
Grif6ith, Glenn, Sandy Bryce, James Omernilc, and Anne Rogers
2407 Ecoregfons of Texas, Texas Commission on Environmental Quality. Austin,
McGowen, J. H,, G, V. Proctor, W. T. Haenggi, D, F, Reaser, and V. E. Barnes
1987 Geologic Atlas of Texas: nallas 5�eet. Bureau of Economic Geology, The University of Texas at Austin.
Ftessel, D.
1981 5oil 5urvey of Tarran# Caunty, Texas. lJnited States Departmenk of Agriculfure, Soil Conservation 5ervice, �n cooperation
with Texas Agriculfural Experiment Station.
Texas Archeological Sites Atlas (TASA)
2021 Texas Archeological Sites Ailas. s,v. °Tarrant County" http:lfnueces.thc.state,tx.usl (accessed Fe6ruary 2021).
Texas Historic Sites Atlas (THSA)
2D21 Texas Hrstorrc Sites AtPas. s.v. "Tarrant County" http:llnuec�s,thc.state.tx,usl(accessed February 2021).
U.S. Department of Agriculture (UfiDA)
2029 U.S. Qepartmen# of Agriculture — National Resources Consaruafion Senrice,
http;llwebsoi�survey,nres.usda.gavlapplHomePage.hkm (accessed February 2021).
U.S. Geolagical Survey (USGS)
2021 U.S. Departmenk of the Interior Minera! Resources On-Lin� 5patial Qata Wabsite.
http:llmrdata:usgs,goulsgmcltx,html (accessed February 2021)
Mr. Mark Walfe - TNC p�g� g
Culiu�a! Resources Deskfop Analysis — Westsrde !f! 2R-rn Wafer Transmrssron Marn Projeci
ATTACHMENT A
�IGUR�S
'� -�.. �'�,� - - + r� �'�� �• � `� � .�� •� r* _ �
�i i � ���� ' _ 'w� 1� � �
# ., . , , - �. �,�. � •�. -
_: � �
. _ * - i, .�y� I I
— r
*; v - , r- _ _ Lr �
�* . #" rk ' � , . �
� . �
�� +'� •' '}# ' ��;� y — - �'I-�� .
��r
# � F . � � R' � ` � �. ��
_ • � � i � • .
1 -�x �` � Y �_F � � � � �*+
I . � . � F I ' ' � �� ' '� . f ;� " ���
. ti T �r + � - � � � �
L 4 # ���` ��
� ' � } ��1'' y ~ �. �
P ' . r
.#� ' i. a.�_ '. � � �+ �T' .` ` �.
� — . � ti`-.
! ` � yr + � ' _ � .
� *� + - - • +�� � k,� - � �� � # � �
- i # � _
J + '�� � � � y `� �� { `� � r1�� - �
��'� ~ `���ik;. . . - �� � " '�_ ' � ' �i.(,� � $ �
�F � ��� � ,�. � r
. r - ' .._� . � ,���� , � � .
-� � , ,
#,� _, ,
i �� _ ...r_ � _ — _ - �
+� �� ���� �• i
. � - � � �- �� � �.,� -
� � � � � - - - �
, �, � * � • �+y • F ` �
�/�
�� , t.-�; r�� �; %r�.�t
.� _�� _•.����_ — � ir� '�; +� '�,�# ~ �"� _
_„ *f ,
� ' - �i f � � ' T �� r _
�� +-�� ��'����-� � � �W
� ' � � �,� + �y _ 1��'� �
■ � � '
� � r''" .� �**} ��' _. ... �:�-t '^ �t_{ „ 1
� '� , . . � �� � _� . - - " � r �.� �� � . '
� I 1 � � �. # � }�7 � �
+ � � ' � � . �,�� �� r � ���, '; i1
k . ' � �. � � i� Y�F ��' ' � � � r . ♦w.w �� I �
��+� 4 � 1 J i �I. . .• �f� �. � . . � r
i � �F. . i� .� _� i � � v _ :� ' i
� - � } . ' # '# ,�t"� . �
# . � ..
_ . .. ,�, • � 1 , .: ����
.� .. :
- � � � j�. '� ' "�. � �
F
3 ' �� i�Y �
� � Area of Potential Effects ��.�Q��� � "�:.
,;�ni �a�
� Figure 1 `'�`}��;:�
�' ��:�' 14�.?:'�
General Location Map �"� ��������
County: 7arrant
State: Texas
Date map created: 21101202i �
Source: Google, Goagle Maps,
Google Earth & Relevant data partners 2020
IES Project Ref: 04.080.Q91
1 inch = 1,200 ft
ft
0 1,2DQ
.., ,
SIl.vtieilJl�u�i r
�
��
4 �
�:....
� ,
3 *
�
4 �
� Wr�4�id4F R+I :
n
� .A�GEd�.��aro�id R�
• . �• ~ 5�'f I `��• �{' F t � ��� `i'� "#• _ ++# �
� y t � � . t . - � r ' * �-. =�1. i —
J ' �� � "��� { * `Y + � ' � � + �+ �
- - . � } �� � .' �°*� � � � � �� .'. '�° -' ��
'� ' � ;' �r' ' �`�'� ��-x,.4 -. T'.�:� �. . �"* +��.�;, '��+ i
' ..� � � .�^-�,. __ * _� ��• }: _ �#•,�•* � �f �' . _ . I
'�� � �' I�� � r,
�' ` '
I � f I�� �.� * - '�.— —,i� � } *#��' u � ��� ��' — -�` I
�I I ' �} T— i � .��� �M1�� � �' . ' y � � �r� �f? .{i i
� � � { � /� � � i 444 �� ,{ /�} I, ( � #►!� ��
k �� ! { { f f � � F � � �s �.I '- r1 .
� f ' � _ J � � �
�$ r �.. �. ~ '"� 1 ,
� 'rr� Y '— � 7 � # +���� �' *+ r+ '�'. �—
. � �'/ � � r� �
'� � . �-' . ' � � �' . .� � ��� Ra�4'fa�r �+ �'$�l .0
� - � ' , ���� ' � � -
,# � } h� r' � � �� �f " .� � � _ - , .
� - ���+ � �' -� ��' � � i � f; -,._" .�� � �
�. __� r, � `, � .=k=� �_ ._ ,�k_.�
� �� f � x� i +' ti _ �� � *� .� I!
. � - - . y � �ii � � �t#��
w�.. � . � + • •.* ' .' � �� x' �. �.
, f ,'--'
, 1� � -�"�� 1I �-
xx, — _ � � � � . �
�k . . � , I
� � k r _ _'
i� � � A� I x � Ir ��
_� �•� � �Y � � � � �
i�. R L '�\ x�� tIt•
r � �
'i
� �� i I �. . - .,i �.' ,� 'l� —_�
. 0 � . .' �� � . 1 .
� � «• ` � *- � ` � � M1 �� � �y}ti
Y- _ �� � ` - .�` � �
� � �+
y- �4 , � . � � � .
_ ��4. � � • ' � . } � 4
y �� ''� r � �� �� • � ` _. • , . F - T � �,� �•
-- � . ,r.J o -`�- �+. , µ� �-., +� _�� ^�..`�
'tT3 � ' *� ' ' 4 � 4 ' — � ���, � � , � �
� * .� ' i (,'� 1� '� ' � T� "'� �
�k� ' �x ! �. - ` • —�k� }' + �
' — ` * � �� — �'�—�w� _ ��'. . --. _ •''r � - ��� T7� � _ .
Mi'IJhK".� r � ' y � ��
. ' f ± i I + �'� � �� . � � .
, ` 1 � � T`:.`� �
� , ;', �� _ � � ■ � *, '*-, �
. �, : � ��� -� . , f -_-� , � � �, :�`� -
w � f , � ^ �1 ' � � - ��
- — - ' - � • ��
F'Egure 2
Topographic Setting
�� Area of Potential Effects
��
County: Tarrant
State: Texas
Date map created: 211012b21
5ource: USGS Topographic Map
7.5' Quadrangle
Aleda 1982; Benbrook 1983
IES Project Ref: fl4.08D.091
1 inch � 2,000 ft
ft
0 2,000 4,000
� 1 �
i 11. a* ■.. t
r {
' M ; �
a f � �
_.k
��
�� �
�
�
��+r' �yi .� . �},.s ...
�
1 �
! : �i �,.. � � �, ' T�
� � ; i ��
. - ���' � ��
� �� t
1
F y
�� �1 � 1
.. i.+ � � � ' j T �, �
� � � 5 .
` ��, i
+ r � ��J
�
��
�f
.,�
�.ti ' - � � ,
��� _ ` �.
. �
•
� �+�
� �I
.�
,�
�
���,a � 1
i�''.�� ��
J
1
yf �; J
�' # F �� 1
�,
,
� - * ,.
� �
F F �J '�
�� .
�
Y�l
Figure 4
Soil Map Units Located Within and
Adjacent to the APE
Caunty: Tarrant
Stat�: Texas
Date map created: 2110/2D21
5ource: 2007 USDA
NRCS Digital 5oils Database
IES Project Ref: 04.08Q.p91
� Area of Patential Effects
�oil �flap Unf� {see Table 1)
� 1- Aledo gravelly clay loam, 1 to 8 percent slapes
2- Balar-Aledo compfex, 3 to 20 percent slap�s
61 - Purves clay, 1 ta 3 percent slopes
,�_;'I 66 - Sanger clay, 3 to 5 percer�t slopes
l� 74 - Slidell cEay, 1 to 3 percer�t slopes 1 inch � 1,2oa tt
Q 1,2Q0
�
�ft
2,4p0
• _, .
. ,,
��
,, , �.
� -- --
�n�c��6�� ���,��;�r����t�;�§�+p� s�l�°;�r�s
23 �ebruary 2Q21
Mr. Jonathan Bengfort, P.E.
Teague Nall Perkins, Inc.
5237 N. Riversicie Drive, Suite 100
Fort Worth, Texas 76137
Re: INestside 11[ 24-inch Water Line - Waters of the Linited States Delineation
An apprvximately 1.8-mile-[ong water line paralleling the souYh side of Interstate Highway 20, west of the
intersectian with Chapin School Road in Fort llVarth, Tarran# County, iexas
�ear Mr. Bengfort,
Integrated Enuironmental Solutians, LLC. ([ES) performed a site survey to identify any aquatic feaiures that meet a
definition of a water of the United States an an approximately 1.8-mile-lang ubrater line paralleling the sauth side af
Interstate Nighdvay (IH] ZO r�rest af the intersection vuith Chapin 5chool Road in Fort Vllorth, Tarran# County, 7exas
(ARtacDaovten�t A� �6gu�re Aj. This report �rill ultimately assess and delineate potentiallyjurisdictianal aquatic features
to ensure campliance with Sections 401 and 404 of the Clean IMater Act (CV11AJ.
u�ur�o�v�ro��
Vllaters of the United 5tate5 are protected under g�idelines outlined in Sections 401 and 404 of the CU!lA�, in Executi�e
Order (EOj 11990 (Protection of We�lands}, ar�d by the review process of the Texas Commission on EnvironmentaE
Quality (TCEQj. ,4geneies that regulate impacts to the nation's waier resources �nrithin Texas include the U.S. Army
Corps of Engineers (USACE), the U.5. Envirvnmental Protection Agency (USEPA), the U.S. Fish and Wildli#e Service
(USFViIS}, and the TCEQ. The U5,4CE has fihe primary regulatary authority for enforcing 5ection 404 requirements
for dvaters of the United States.
Navigable Waters Protection Rule (Effective 2Z June Z020j
On 22 June 2020, the IUavigable Waters Protection Rule (i�t�l/pRj bet�rne e#fective The final regulations �nrere
published on 21 April z020 vvith a 60-day waiting periad before bee�ming a F��,al rule. �'he streamlined regufations
ha�e redefined vuaters of the United 5tates as the folloaving at 33 Code o� Fe�deral i�eg�alat+ons (�FFtj 3�8,3 (a} as:
1. The territorial seos, vnd waters which are currently used or were used fn t�e �ast, ar rr1�y be susceptible
to use in interstate orforeign commerce, including waters which are sub�eet ta t�ae ebb Qr�d�low of the
tide;
2. Tributaries;
3. takes and ponds, and impaundmerrts of jurisdictrana! waters; and
4. Adjacent wetlands.
s�' �
'T�i���,�',#'�urt1�� �a:� �'o.�t:������'�
Mr. Jonathan 8engfort; P.E.
WesCSlde 11! 24-lnch Water Llne - Waters of the United 5tates Oelineatian
23 Febru�ry 2021 Prlge 2
The following features are excluded from jurisdiction at 33 CFR 3z8.3 (b� as:
1. Lake/pand/impoundmenr or wetlar�d thcrt does nat co�tri6ute surface waterflow directly or indirectly to an
(aJ{1J water and fs not l�undated by floading from an (aJ(1J-(aj(3) wate� rn d typical year, surface water
channel that does �at conirrbute surface water flow drrectly ar indrrectly ta an (aj(IJ water in a typica! yeQr,
or Water or woter feature that is not identified in (a)(1)-(a){4) and cloes nar meet the other (bj(I) sub-
categorres;
2. Graundwater, including gro�ndwater drai�ed through suhsurface drainage systems;
3. Fphemera! feature, ir�cluding an ephemera! stream, swole, gu11y, rill, or pool;
4. [liffuse stormwater run-off over upland or directional sheet flow over upland;
5. brtch that !s not an (aJ(1J or (o)(�) w�ter;
6 Prior canverted cropfarid;
7. Artifrcrally irrrgaied areo, Including fields flooded for �rgricultural production, thot wovld revert to upland
should application of irrigatron waCer ta that area cease;
S. Artifrclal lake/ponr! constructed or excavated in upland or a non jurisdictronal water, so fong as the artificial
Iuke or pond is not ar+ impaundment af o jurisdictionQl woter;
9. Water fi!!ed depression constructed/excavated rn upland/non jurisdictior�a! water incidental to
mining/constructran or pit excavated in upland/non jurisdictianal water ta o6tain fiff/sand/gravel;
.YO. Stormwater control feature constructed ar excavoted in upland ar in a non jurisdictiona! wdter to convey,
trear, infiltrate, or store stormwater runaff;
11. Grou�dwater reeharge, water reuse, or a wustewater recycling structure canstruct-ed or excavated in upland
or in a non jurisdictional water; and
12. Wcrste kreatment system.
Further de�nitions located at 33 CFR 3�.$.3 (cj include;
(1j Adjrrcent wetlands. The term adjacent weiland means wetlands that:
i. Abut, meaning to touch at least one point or side af, a water identified in paragraph (a)(1j, (2y, or
(3j of this section;
ii. Are fnundated by flooding frorri a water identified in paragraph {a)(1j, (2], nr (3} of this section in
a typical year;
iii. Are physically separated from a water identified in paragraph (a)(1), (2), or (3j of this section only
by an artificial dike, barrier, or similar artificial structure so long as that strueture allo�nrs for a direct
hydrologic surface connection between the wetlands and the water identified in paragraph (a)(1),
(2], or (3j of the section in atypical year, such as through a culvert, flood or tide gatie, pump, or
similar artificial feature. An adjacent wetland is jurisdict9onal in its entirety when a road or similar
artifitial structure divides the wetland, as long as the structure allows for direc� hydrologic
connection through or over that structure in a typical year.
(6) Lakes and ponds, and impoundments of jurisdictional waters. The term lakes and ponds, and
irnpoundments nf jurisdictional waters means standing bodies of open water that contribute surFace
water flaw to a water identified in paragraph {a�[1j of this section in a typical year either directly nr
through one or more waters identified in paragraph (a](2}, (3), ar (4] of this section. A lake, pond, or
impoundment o# a jurisdictional water does not lose ies jurisdictional status if it contributes surface
water flaw ta a downstream jurisdictianal water in a typical year through a channelized
nonjurisdictional surface water feature, thraugh a culver�, dike, spillway, or similar artificial feature, or
through a dehris pile, boulder field, or similar natural feature. A lake or pond, or impaundment of a
Mr. Jnnathan 8engfort, P.E
Westslde !N 24-inch Wrrter Line - Waters af the ilnited Sfates Delfieatlpn
23 February 2021 Aage 3
jurisdictional water is also jurisdictional if it is inundated by floading from a water identified in
paragraph {a}{1), (2.}, ar {3} of this section in a typical year.
(12f Tributary.7hetermtributarymeansariver,stream,orsimilarnaturaflyoccurringsurfacewaterchannel
that contributes su�face water flow ta a water identified in paragraph (a)(1) of this section in a typical
year either directly or thraugh one or more waters identified in paragraph {a)(2), (3J, or {4} of this
section. A tributary must k�e perennial or intermittent in a typical year. The alteration or relocation of
a tributary does not modify its jurisdictianal status as lang as it continues to satisfy the f�ow conditions
of this definition. A tributary does not lase its jurisdictional status if it contributes surface water flow
to a downstream jurisdictianal water in a typical year through a channelized nonjurisdictional surface
water feature, through a subterranean river, through a culvert, dam, tunnel, orsimilar artificial feature,
or through a debris pile, boulder field, or similar natural feature. 7he terrri tributary includes a. cEitch
that either reiocates a tributary, is constructed in a tributary, or is constructed in an adjacent wetland
as lang as the ditch satisfies the flow conditions of this definition.
7F�is guidance does r�ot void the January 2001 decision of the U.5. 5upreme Court in 5olid Waste Agency of Nortf�ern
Cook County (SWANCC) v. USACE which disallowed regulation o# isolated wetlands under the CWA through the
"Migratory Birrl �tule." Pre�iously, the USACE assumed jurisdiction over isolated waters of the United 5tates based
on its i986 preamble stafing that migratory birds used these habitats. The "Migratory Bird Rule" pro�ided the nexus
to interstate comrnerce and thus protection under #he CWA. However, the new guidanc� does require that the
"significant nexus" test be performed in additian ta an analysis of other potential interstate commerce uses for
isolated wat�rs.
METHODOLOGY
Prior to conducting fieldwork, the U.S. Geo�ogical 5urvey (USGS} topographic map {Attachment A, Figures 2A and
28), the SoIlSurvey of Tarrant County, Texas, and the U.S, Department of Agriculture (USDA) Natural Resources
Conservation Service (NRCSj digital soil databases for Tarrant County {Attachment A, Figure 3), the Federal
Emergency ManagementAgency (FEMAj Flood Insurance Rate Map (FIRM) (AttachmentA, Figure 4), and recent and
historic aerial phatographs of the proposed survey area were studied to identify possible aquatic features that could
meet the definition of waters of the lJnited 5tafies and areas prone to wetland cie�elopment. Mr.lared Hall of IES
condueted the delineation in the field in accordance with the USACE procedures on 04 February 2021.
Wetland determinations and delineations were performed on loeation using the methodalagy outlined in the 1987
Corps of Engineers WUetland Delineation Manual and the Regional Supplement to the Corps of Engineer Wetland
DeEineation Manual; Great Plains Region (Version 2.0}. The presence of a wetland is determin�d by the positive
indication of three criteria [i.e., hydrophytic �egetatian, hydrology, and hydric soils}. Patential jurisdictior�al
boundaries for other waterfeatures (i.e., non-wetland) were delineated in the field at the ordinary high-water mark
(OHWM). The 33 CFR 32$.3 (c)(7j d.efines OHWM as the line on the shore esta6lished by the fluctuations af water
and indicated by physical characteristics.such as a clear, natural line impressed an the bank, shel�ing, changes in the
character of soil, destruction af terrestrial �ege#ation, the presence of litter and debris, ar other appropriate means
that consider the characteristics of the surrouncling areas.
Water feature boundaries were recorded on a Trimble GeoExplorer Xi Global pasitianing System (GP5) unit capable
of sub-meter accuracy. Photographs were also taken at representative points within the survey area {Attachment
B). Historic aerial photagraphs, from Environmental Data Resources, Inc. (EDRj, were used in the jurisdickional
determination of some aquatic features, are included in Attachment C.
RE5ULT5
8atkground iteview
7���raphic Settin�
The USGS topographic maps �Aledo and Benbrook 7.S' Quadrangles 1955 re�ised 1982j illustrate a blue line feature
originating fram a pond oriented north-to-south near the central portion of the survey carridor (see Attachment A,
Figure 2A}, The 2�19 �ersion of the Aleda and 6en6rook 7.5' Quadrangle maps illustrate the blue line feature in
similar alignment; howe�er, the pond is no longer illuskrated and IH 2� is d�picted along the northern border (see
Mr. lortathan 8engfart RF.
Westslde f!! 14-inch Wafer zrne - Wtrters of the Unrted States aelMeution
23 Febrvo �021 PQ e �
Attachment A, Figure 2B). The overall topography of the site was illustrated as a series of ridges and valleys with
slopes oriented north-to-south. The maximum elevation af the property was approximately 934 feet abave mean
sea level [amslj,and a minimum eleuation of approximately 860 feet amsl.
Sails
The Sa[lSvrvey of Tarrant Caunty, Texas identified five soil map units within the survey corridor: Aledo gravelly clay
loam, 1 to 8 percent slopes; Bolar-Aledo complex, 3 ta 20 percent slopes.; Purves clay,l ta 3 percent slopes; 5anger
clay, 3 to 5 percent slapes; and Slidell clay, l to 3 percent slopes. None of the soil series were {Isted as a hydric snil
on the Hydric Soils of Texas list prepared by the National Technical Committee for Hydric Sails [accessed 29 January
2Q21, Tarrant County, Texasj (see Attachment A, Figure 3). Hydric soils are descrlbed as those soils that are
sufficiently wet in the upper part to develop anaerobic conditions during the growing season.
FEMA FIRM
The FEMA FIRM (Tarrant County; Map Panels 48439C4260K, 48439CO270K, 48439CO280K, and 48439CO290iC;
effecti�e 25 September 20�9} shows the entire survey corrldor to be within Zone 3( {Areas determined to be outside
the 0.2 percent annual chance floodplain) (see Attachment A, Figure 4}.
HistaricAerial Phatosranhs
Historic aerial photagraphs fram an aer9al photograph decade packaga from EDR were also reviewed to understand
the sequence of e�ents that have occurred in the survey area (see Attathment C). The following paragraphs pro�ide
a description of the aerial photographs based on site canditions:
19�4� —The survey corridor is characterized as an active agricu[tural area comprised of plowed crop fields
within the eastern portian and pastureland to the west. One drainage can be seen crossing the survey
corridar near its center, ariented north-ta-south.
1950-1981 — A small pond appears to have been constructed near the central drainage, located north of
the survey corridor. Little cievelo�meni is obsen+ed until tfie 1979 aerial photograph. Adjacent property is
being developed with residential and commercial buildings alang with oil pad sites assaciated with
raadways. Additionally, a pond has been constructed on-channel of the central drainage, south of the
survey corridnr by 1968.
19842995 — IUorth of the survey corridor, the construction of IH 20 has started. Markurri Ranch Road Easf
has been constructed west of the central drainage, oriented north-to-south through the survey corridar.
Additional oil pads and assaciated roadways have been constructed surrounding the survey carridor. The
construction of IH 20 was completed between 1984 and 1990.
2006-2016—The survey corridor remains similarto previous historical aerials; hvwever, several commercEal
and residential buildings ha�e b�en construc�ed near the survey corridor.
Weat�er History
7he weather history for Wunderground,com Garcia weath�r station (KTXFORTW966) recorded �,01 inch of rainfall
during the 7-day period, and a total of 1.10 inches during the 30-c�ay period prior to the sEte visit. The Antecedent
Precipitatian Toal (APTj indicated that t�e conditions on-site at the time of the er�aluation were considered
hydrologically 'normal" based on the 3�-year ciimactic auerage (32.692933°N, -97.513741°W}.
Field lnvestigation
7he survey corrridnr was characterized primarily as roadside areas on the south side of IH 20 with minimal tree canopy
co�er. Two �egetation communities were identified: a maintained right-vf-way {ROW) vegetation comrriunity and
a prairie ve$etation community. The maintained ROW was identified through the majority of the survey corridor
and was associated with the mowed roadside of IH 20. The vegetation obser+red inclucEed Bermudagrass (Cynodon
dactylonj, Carolina geranium (Geranrum caralinianurr�), 6astard cabbag� (Rap�strum rugosum}, with honey mesquite
(Prosopisglandulosaj scattered throughout, and Chickasaw plum (Pru.r�us angustifo[ia) along fence lines. The prairie
vegetation community was abserved at the western terminus of the alignment and was predvminantly comprised
of native grasses. 4bserrred grass species included little bluestem [5chizachyrium scopariumj, tall dropseed
Mr, lonpthan 8eng�art, P.f.
Westslde !1! 24-inch Water Ilne - Waters of the lJnited Si-ates Oelinevtran
23 February 2021
{Sporobolus campositus�, annuaf broornweed {Amphrachyris dracunculoides), rescuegrass (8romus catharticus), Kfng
Ranch bluestem (Bothriachla4 ischaemum}, Carolina geranium, and honey mesq�ite also scattered throughout.
Water from the sur�ey area flows south into unnamed tributaries that flow into Wafnut Creek. Walnut Creek flows
into the Clear Fork Trinity River, the West Fork Trinity River, and ultimately into the Trinity River, a Na�igable Water
of the United Siates. Tahle 1 and the following paragraphs detail the aquatic features ident+fied within the survey
area at the time of evaluation (Attachment A, Figure 5J.
_ Table 1,
W�[�� H+�dro��gY
I�C�t�f�tatEqn CFI�r��leriski�s
Ditch �1 Ephemeral
Ditch 2 Epherrmeral
Ditch 3 �phemeral
uatic Features Identified Within the 5urvev Area
�If�a Le�rgth �p��r]g�hl� UU�tars Proteclion �3 C�FR 3�8_3
�4C��} �r�ear Fe��} #[uRe ClaSsi[Ic�t2pr1 �lefin�tiprs�
O.OI"` a1
0.01* 42
0.03 146
Ditch
Ditch
Ditch
�(a)(Z-4J deflnitians are regtllated urtderSectlon 404 of the CWA, while (6J(1-12J are excluded from regulptlon
*Actual acreageless than D,01 vcre
A uatic Features that M�et a Definition of Non-Jurisdictional Waters
Ditches (bJ(Sj
�itches i through 3 were identified as artificially excavated trapezoida! channels to convey stormwater from the IH
20 servite raad to a dawnslope drainage. A re�iew of aerial photography illusirated Ditches 1 through 3 were
constructed in 1984 as part of the IH 20 construction. All ditches w�re dry at the time of the e�aluation. As these
aquatic features were arrificially exca�ated roadside ditci�es that da r�ot replace a jurisdictional aquatic f�ature,
Ditches 1 through 3 would be excluded from jurisdiction at 33 CFR 328.3 (b}(5} and +�vould not be subject to regulaEion
under Section 404 of the CWA.
CDNCLUSIONS
Ta summarize the delineation, three ditches were identified and delineated within the sur�ey area. A summary of
these features" cheracteristics and a summary of the jurisdictional assessment is presenYed in Table 1 under #he
NWPR, Under t�e NWPR, none of the identified aquaiic features would meet a definition af a water of the United
5tates, as of the date of this repart.
This de:lineatian is based on professional experience in the approved methodology and from experience with the
USACE �ort Worth District regulators; howe�er, this delineatian daes not cons#itute a jurisdictional determinatfon
of waters of the United States. This delineatian has been based on th� proFessional experience of IE5 staff and our
interpretation of USACE regulatians at 33 CFR 328.3, IES' interpretation of the NWPR, current judicial re�iews, ancf
the Regulatory Guidance Letter (RGL) 08-02. While IES believes our delineation to be accurate, final authority to
interpret the regulations lies solely with the USACE and USEPA. The USACE Heacfquarters in association with the
USEPA often issue guidance that changes the interpretatian of published regulations. USACE/USEPA guidance issued
after the date af this report has the potential to in�aiidate the report cqnclusions and/or recommendations, which
may create the need to reevaluate the report canclusions. IES has no regufatory authority, as such, proceeding based
solely upon this reporC does not protect the Client from poter�tial sanction or fnes from the USACE/USEPA. The
Client acknowledges that they have the opportunity to submit this repork to the USACE for a preliminary
jur�sdictional cletermination for concurrence prior to proceeding with any work withfn aquatic features located an
the survey area, If the Client efects not to do so, then the Client proceeds at their sole risk.
Mr.lonathan 8engfor� P.E.
Weststde 1!! z4-inch Water line - Waters of the United5tates Aellneatfon
23 Februa �021 Page 6
IES appreciates the opportunity to work with you and Teague Nall Perkins, Inc. on this projecY, and we hope we may
be of assistance to yau in the future. If yau ha�e any comments, q�estians, or concerns, please do not hesitate to
contact us. We can be reached at 972-562-7672 or by email at ski�pC?fntenvsoi.com or rreinecke@inten�sol.com.
5incerely,
Integrated Environmental Solutions, LLC.
�
Mr. 5hae Kipp
Ecologist
Attachments
File ref.• 04.�8U.091
�� � � -.-' , -�-- �� + ' � _ >� ,%�
� � - � 4 ��� x { E ��� � �P f f+ � N �
�� - �-- � � � � N�
�� � '` il � '� r � �-._� _ � �-
�'- 5 . r � _
�
�
� y� � M1 � � _ 4` ' * � � � � � 1 % � ',
*� ��� - • i :�� � Jf� � � r
k � �
_ � -f r "� � ' r F . }F ' � �
31'w f , �� ��� _ . ,�� , - �, •-
� l�`.� � ���. ' � �
�� ��. • � ,x.. �a
,� � _� . � , � �
�� _ _ � �
.� f ��
aa
;F� x �
� � € ' � 4 �+y/ � .�.
�� � � �
� ��� .� � � . a �
�� cnm' �
� � � � �� � � � �
� � � � } � U c
�.�� �ti _� }� r •-
�� _ � ' � - N N
��~ � � � � �
} � � �__ _ .� . �� -- � � � f ua U
'�,I � � � �� Y � . 1
. •.x � � ��Q
� � r+� ■ � . _ _ .
f � 5 .� '- ~F �♦ �
V + ; I - y� � _ l "
{. � ry
}l� fY� _ � " . _ � �� ��Y� ���!
� � - : - � �'� � � � .-� .
. � - ,,, ���f� . * - . � � ,
" �~ 7 k ~; ��� �'^' �+ � ���# �-�'}��. - { � I { ��- '
,- {�� ���� {- � � � � � �-.. � . ,
• ��� ' . F�.� \ �ti ` - -� �,/.S.� �`�"� 1.� - - ' ��
'I;' r `�- � � �f! . •! * � �-�� `' �
I' ; _ ��� _ � _. - 4 ��Y i ' _ }I f ' � ���/��x J f
�� Y�"�ry_ � �'. � -� +f
� � '� .�� �� �. - , � . ' ,� � �' .
���- } . � i _ — - — I r�i '. � � �%� t�
. �� � �, � - , � T 1 ��- � ` �
� � i --.a � ��°, ,' '.
. #. �� r ..� .
; �,� �� __ , '�- .
' �• 1 � 4 a � . _— i � �
— , ' ' � � � � A — �. . � � z��
: f//; ~ . 1 � h ` �
/}'_ }_ ,. ��� _ _ f +,' rr �,,, �, [n w� � � $
r ` " *� �` o H
� � ;� � �5 � � Q N �
� �, ,_ � c� � � .�
- . � +. ' � � � .0 O � m 4 P
. � �.' . w�..' '1 � � V V-' /�� � m�
� � , � } - , ' , _ y � �� yr . � �i � N O V $ S�
� � _ '. ', L f �, � r _ f F' - - � � � � � ^ � � a �
_ " _ _ �}'�`-� �y �%� J _' - � �I� � �1V v �L ❑
f�.v � ���' '} �,�� �`_ - _ v T I , � r- p
. J# S�{� o
� r
_ " - , ' k x; � 5 � 4 � +I 1� I � � t ' � ` C
. ���,; ',.�� M1 :'r -
�
��
,
� .�
Fr� �i w+ .
, �i
. +� I , . , ' �:�; � �
. �
- �` F � +r � . +
. . i T •r
. y �l�- + . �� � S
-��i � �v� � � _ `Ia � .
r �'?`.��
r. _ - . �
.•.2r �� : � � ° ' ' t �.
., � _ • � ; �
4! F '.
� '�1 r � . l� � � �[!�1: ' _
{r �,�• y � -� � 1�3
{� - - .
. • ,..
' y � �
�� � i .
r �
r - � _ -
. . - .� � � � + . � - , ,
� ?y.'�. • � , - ;'•' � ,[� �
.�! �� _ ' . . _ ' a . -
r i� :vs. * � � � �,,. ' - � ' - _
_ �i �
� �. , . - a f!7
; - -- � � y p N
r � j a
� N O
� N
� �
�
, � * - U C
� � Q1 y fA
� �� �' - :;, w1: ' . � � U � N N
� Q � a !1. N
.• * ,��� r , � � a N � a
` � o 0 0
N +• N
i.'. ; .� �� � c c ..�
I� �: y ' ��i � � � V U N
. ' � � � M � L
U
" , ,ri � 0 X � � A.
-'� . � F . ' - �'�r. 4 �r 'k ��� � M �
UI 9. M
w. :O i� � � a
� _ _ rf ��r.]� �M'�. � . ' ' . . . '� :-��' ''� UJ U � y � Q
— � a � ��� � — w�* �� � � � - , - i O O T U � � �
'Z7 � N O c� � �+
_ _ -• - t"'� � - . �� - '` :� � N V i U
� L
F +� }i r* �/ C Q d Q j Q1 �
� r�.".`� � . � _ . ' _ . ' . �'' '� N '� [5'i �-' ;'C]
# 3 fC
�, , � , � ,• � � � E Q � a cra va
� , . � ,_., � � �
� � + ~ � �., - � • � ; � � 'o � � � cD �
� s� U v� N r c.� cn ca �
I y .� 1 1 r. � .' . , . � . � .:
� - � ' ''�� '# I a I J �!1 :1 _
. I � W
_ � � , .
_ � ��- � � � I *` �, C z v�
� . r ,' -- _ Wa'` �. �� '*;. � ,J �
i ...,�i4
�� r�, :t � '�'� � V1 0
. � ' (� p
_7 �} � � � �
� } ~ �. � � ` '� z � ' i .- F�,. � '�• � � � ' �
' #��+_z. I + _ i r�" Y M � � � �
� • � . 4 . y' - . _ i S }+ �
� y �i�j�`� II � � x � � - ' - � IF. � ` i LL�. C� N
+� '� � 1 � � Q N
��. _ � � _ � ' � u} d' � Q m �
rlr� � �N N a U b$F
-'_',. _ ' I- - - �� � � ,�, �
. . �� � �
N
- ����� } V � � �
� . � . � ��:�° . ���; s. � � �, � �
.�:;a7 _ � . 4 � �., � iT. o
� ' . T `r� � � o
- - � — -- --- - - '� -- �
..0
� �
i ;
i
! ^ ���
'I �
�'" �,,
� � I ��
�,
�
r, w4
# 7y
7
��,
���
j +- . �� �
-i ' `� ,
� ;-� � ° . 4# �
. '+� ��� - � �� i
� .�. �►����*• �� �
` _ � �,��� � �i� �
"1 y t • � '1
� '� �I
5 � �
r ■ r� � -
� � .� � �
��
.
�
�
� � .; .��
_ . �� �%�
r "r�- �"��.
� �*� ` � �
. {� �
`y �i _
r 'f � i . ` . .
c �°
�
�n a �
� e�n � m o
r � � � a �
so �
� � � ru' � n,
e v � � �
� N G C �
� o C C O �
C � � � � �
C p 'O � a C
�
� (� (R t r � C
o � '� E � � n
I � � O� Q c U N
u) �3 � y � � d •�
� � 0 � � 9
N � � N .�7 '6 r=q d
"a r- N) yl M d �
c�CT � �u�
� � m� � j a O c
� N N a� ro N�
i9 � d l�
Q
N
C O O R 'fl � �
N � �1 n � O 2� CC
� .0 `+�i N s� 0� �
� � N N� Q ai Q� R
O. +�+ O�'a lL �� R1 L�c
� •� � '� d {� 4�O lG Z 'U � `G
� Q �,p � j d N �� C
.� �o ��E a� �o LL
o a� �`�� �� �� Eu� LL
c� �,� x� x'�� ag ¢$ a
�.
N N� c� �a � c� c R c
49 P �
� N U� N v N�.- N u N c�i 1�
� f � 0 � �l �
- �•r ----- -�
. � �, �* � „�� ' �,��
�-- � •� ��- - *+� �
. _ �;r, * �:� :
�.:��, -�.-�' �,. ,
- .r. k-,
' F .
� � ��' ��. '''iPl�
•
rt � �
• ,� '"3�j. �
���'r��� t ' `
■� _ t.� # * � �
..� �
r,
� �� I I
�l � �
�
� �� �
� �' I
��
.~- �_�'.
��� �
� 1 �-
F .�� " �
� '
_ �
��"� �i
# � � � .��
�� ' r� � -
� � _,.
� ��`�
� � � ,�
,�
_ - �
J n
Q .,
� z��
� � �
��� ��� o
��� ���
� a �, �;
� � � � � � � � ��
�� � � � LL d ��
'� i� � 5 N� V b�
� � � � �
m � � o
� / � �
� C� � � V S"' a N
� G O� r � � �
�
(f� O
LIo � O
u
�
. 'f =_. �� ' �., � � �i �� ��� ` �--
— � . � _ . . ��� -�r,.�-�-.�-���. � i . � M 4 � �,
} • � �[�'�� � � ..��
. 8 � f F •
� . � �. - � � * ' _
• � � �t ''�r —�- , � �l � -�..-�
�I'• � � �� ' .I ���*� - �
� � � f��
y ' ` f � . �'�:
� *� �' �' � + ■ ��r1 " , c
-• � I` � a
- r � � - � c�'.ti
, �#- - -� �� , �
' -- - �
�- �� . �� - � ' . . . �
_ � � �� �
� � . '� �+`"' W � � ~_ � ,:�.��-.� o
� . � I .y � �1 I I i+� y ��}* #i4 f� •�F �
�� �� .� 'F�� j
i '-
+ � � �k�� Etx.l
�
� r I ' { � � � �R� . a � o
. L w* � r'" �� � �
' =+�� `�� � � ° c � � .a
� ..,.��� ; � � � � � �
R� i a�'i v s v
�4� . � � ! � u�s }+ � �
k �
- + �� � U1 U 3 � U
-. . � �-�~� � DIQ��
� �` � {. ' ' ' . � �
. � . _ ..- -
.*.
GJ � ' '. � ' f . _�� _ �
- � � �+ R
� � p v�� ,
� ,. - � • �
� �� ��
- a � � � ...�
� „�
� *
� � y �r
�•� ' I
I y � #
� . � %. {�
� - ' � _ `� ' � � Y/ F'i w t/i
1 " . � � �
��� � � � � �
_ �' � $... 4 i� � � Qi �$ a
� t � Q � � � �
�� � � T � o H
. - r' `'� � �i � ; � �i � � � � �,
. � � �r; �v� c��C �
� ��� ,� � o�
u �� v1 �. li a g�
� � . �i �
� � --- �� � � y � N � � ��1
r` � � +d o
� � � + ti � C � {� 5'i
� � �' '�nU� � �o
� �� �3 � o
.� � � �
¢ ��
C
ATTACHMEfVT B
5ite Photagraphs
�— �� ��� � � � � — _
� k; - �
� � # -' � � � � �
t �k 'll . : —
� �`f � -
y� � '�
� - R"- (C� li:i — _ _
. �* . �i=,z
� 4 +
F � - � � � 4 � 'I �
L.L� * • � � i * Yr
. � �� � �
_ �' �'�
�f � � F# .. J _
.� # s t�
�Y 4 � � � , . �
, i. � + � F +� .
�I �
� . } � i �
:� _
� 1 - � �' `i - y�
■ � ,� � — � k
+.� ti� _- f., .,. �:Ce,� - - ' w��� * � t
�: � . ' � t � ��" � �,- . ' R'., ;+ � — �w o a
a� �� ��Y�+I C- �r�*••t�F��r M' f�hF+' � �
� `�� � � �F �T � O
� - : � ` ��r.,.. ���„ ;�?�� �,,, � t
..� �� �`,'� -•�+, ���
� � � �� � �' ' �i �, .' '� U �
��- � ��'
� �' � I � 1 . U � �
�� ; � K , F����r,��,'��I:� �i �
i-�� � *. * ` *. � � i. . � _ . +'� t
. �'i� � � . � i � � n �
�� i � �� �
:� � �� '� ` .
�� �
���--�--
.� ;�. -��- - -
,;
�¢ ���- �
. .�.�. �.��� I� � . �
� �� i h i .
i -
1
_ , � ��* _ � �
y ` a • � � �.
— -� �y�F� I �7 � I �i �
� ,`� � +f
a � �}
� + , f; a .
� i � �� �
� �`` � �
I li �
+ �, �� ' � �
� � �{ , ,
r � �. � .
. �� ' �ir � � '
. �__ � �! � � �
�-
I • � �
. � I
_ _ ' _. _ _ _� ..� �
_� � I � -
�= _ � �I�`.� �
W
� ���
Q �
� J 3
� �
C �� x
�
� �oM
� � o
� � '� C � a� Nt}
� �' � O ¢ C
4
� N aU LL ��
�
� � c o
O �U � a�
�
� � � � �o
� � o
�
� ���# ',e�' y � �
��� 3 f � �� , �� . ' ~ T —
u� _ "''�`����
Photograph 3— Facing south depicting t�rairie community Photograph 4— Facing east depicting maintained ROW
' - „� k
I I I I �
.�
• _�� ,�
: ��
��4'i 'r }!�'i,' ,,. . ,
� �� .����:- �`' ��;�� � ,
__� �
#_. a -:,�-. +��. ..;_
. � �.i•�sr � _ �� - r#� +.� � �
•� �
�s �• ' � � �_ . . �r'� �
Photograph i— Facing east in maintained ROW
Photagraph 2— End of alignment facing north
Photograph 1— Facing south toward end of aElgnment
Photograph 5— Facing west in maintained ROW
' � �4��.�.7±�}��:.: + .
Phatograph S—Fac€ngeast in malntained ROW
Phntograph 8— Facing west in maintained ROW
*,�
� _��` -.- •--
Pho#ograph 9— �itch 1 entering culvert
�""-�..� � � . � �� _�.�.
�i 4
fi- s ,
���" - . � �'•}�
,�,
i# � *
F: � Y�S 4, '.i� �
_. i�il }' �}� ' �
Photo�raph 13—Facin�west in maintained RpW
� _�_.__"�� `� f . � -� ��
� ��'� i � � �
.,..�- . '�� � - - - ,��,�:� `_��!!1�i "� �` ��� � • '�9T �
��� �r'�*1�� �`�,�r�,��f -"r.' +'"'•i . _'+r�f�,.�
���;;.;€�" �f "�'��� �'�`���'��. � �.ti. �� �I
� ,��w,. �� �,, r , .. , h „. . o- „� .
+�,r} ,w' � � � ." i . �•�x:
.�''' , � . ' � f.�:�����1i �- ��- I.�. f' , �a= �
�' ��' �' i,ti' �i'. ' � M Sf 1 �' # fF
��L . . �.1s��r.�..��4,����� T.5L5 � 5��/� ,�.I
r. � 1 : �Y� 4 IL' ��'������' 'a�� �i',
�'.�� ��.� w ,y`, �, r:�,
����'j � �� �' �+'y
�t;'-��+� s } �;5� �,� ���„� , � ;��`
�; �} ,R R�'�4�,°S, ��' --�. .: - �� ; — � —
Photograph 15 — 5outh of the survey corridor depicxing
culvert opening
�;�' •.��;���'. _�
�`lu+w:"��: �
' � '��i`r=�'w'F�- ��� �� .� -- *
�aJ� � -' �ZF� ,���,"`' -` -Rte
, �1,,._ �;`�+""'�' � � � �,' . , ,��.�•—"`�.
I . ' ..b�. �:�i...���"~�
{ � .t /��4� ' ' � �. � I ~y,, �� ��j
! . 4 �'- � � .+� fir " �k� I %r I
' 1'. .,. �. " �' . ''�`�, .r.A.�-: �_ •
�''�� . ' �"► � �� - ,�4
�' �. • - , - -
photo�raph 12 — Facin�. aast to Ditch 2
i �
� ��
. �--
��� �4�'.:._ ' � � �rT:'�;r" �+.
, _� 'r+��,��i- I'�; %
� � � . ' { 1� . .,� :�'s��':'�X �
. }' �f��.��'�7 � �. �H�� � 1��
- .F. i .
w �..� r,�����",�;�' /�� f.,;��r'f�r
�j{ � � 4y�� �1 F.�. .
1 � y � 'I��J 4���''`5 f'��� �I�r��
?':f. ��', �'�� ����Y" ���
- � ��.�"����r�y�},�� "?�����I�'f.��
� ;� ,,
pI x� � y �♦ ,'ti4 !„5� .�' ° � s,�t '$�
I':. ,,�` � �' . . �7 �����rf � �.,
- �����'�_ �
'-i�� +�.
Photograph 16—Facingeasttoward alignment
4
~.-� r .
� �,:
. i - � i
� '� � � ��'
J .
'..� . ,`..;; ,'i
Phatograph 10—Facing eastfrom end of Ritth 1
� �
.-., � �� � . _
Phatagraph 11—Facingwestin maintained ROW
Photoqrapn 14— Facing east in maintained RQ�vH
x '
r� rFE � ��; F � " � ' �.��- � -
� ���- �
����� � .,�.' ��- `;' . . ' • .� h �
�i� rIG�.�{i}� '� �r� '��kx' '�{_ ' �, �
� '��� r''` � �*`• ' 4 �'� �� .
_ _ .. 1 �'.�. -3.� ���i��' � u -�+. �
Photograph 17 -- Facin west in maintained ROW
I
:*�; - ` , - `'-�- w..�.:� -+4 � .��
�y + ���"�-i� y.�' -�� M1{.�,+�• z '"`
� � e. �!7; �,r�-'" r� :�c' -}P� * '�
�.� . '�� � '� .� •I
� �� - --=� `'.�"� � �'=��#'. �r�_ � '��� — ,
Photograph 19-Facingwest in malntafned ROW
� -
y- } _ ,
I�L.'� ]7f: +-�. �
� z ,�, x � . . ..
� , ` , � � M i+
� �� ' � ' � - •' �'r+ �` � �F��l'
����� a' �'' ' ��-_ C� �`' f��� � -`�' . , �� ' '� �
� -�+-� ti �.��� : � � ' r.-�. ��-�� '; .
�!F"~ '* r ..�.o��
_�� �.� ��' _ �. .. ���� .��
Phoiograph 21—Facin�west in maintained ROW
�- _ . - . ■ � - — .
. _ ' . �'ti � .
, f � �"1 '=� ~�� y4
` ��'r~ �� �y ,��
�_.�� - `t. ' �; � _ .
'4 Y� `*` �A ' '+ ,,,��' � ; �Y� �'. '
: ?� ' �- ��' �r+-���'�-� �;r'
Photograph 23- Facing east in maintained ROW
� -.
�
��: � -._ . �.•...r. ,.e.�� .���
�F � ,�.y::'y,�,cY-:, -
+x s"_ 4 ���-_r r�� �t'~��` .��i+J��#�� ;�� a
�' � � � �� � �r �L-.t �R`� � �+ ���
���r��+'� � '�'-,�� �� ' �;#��'�,� = �+`��. ��' x
�.� • �'' �.� •,a,���l,yy, .,•�`
�" • � �' '�.w* �� �r � # -�
�� �'��� � . �� �
•--`� y�-+• `� � �,�•y4 •,
l�� � �f"�. - +� �_. _ . ',F''''=�t� ��5� � . _ "
Pho#o�raph 18 - Facin� east fn malntalned ROW
I' - `
� �-.i
i�� _
L.F ' .`"�� �� .
, _ � � �
. , � � � " � _=�'�j
f ' "_�� , _� _ '• t-.�'' ' `� � ; ��`'` ��+'� .
��`'*# , .i� �.�� -,�,�R,* ���t.�
-- • ; �+-- -.���. ,� r . �� ..+r + �. ,.
�#d.�� 4 � .,�,w, `�wV-
���'-'� ��� ;� ��.�� . - _
Phptograph 2p - Fac[ng �.ast in maintained ROW
�
Pho#ograph 22-Facingeastin maintained ROW
I I
Photograph 24-Facingwest in malntalned ROW
' � � �� �T�iw' , - �'�.
� . i
:r� � - . =��� � G
}��',:v ''� .+_ �� _� `�
' M•l: "�' � ,i.+��x' ' �'' . �. �..4�_ '
.'€ ` � - �,,.� _ b 's .�.M�
. .� �;, ,.# �'���.,:��;j , � _ �
fy .+4' 'Y`
L����y'���r � i4� ' ��' ..
I��'u"'� i *��•�.��r 'r'
''r < - � � ' ----'--� ■
PhotograpF� 25—Facin�s east in malntained R4W
�.' �Y�r'� .�_
—v+
�
�'� I �I-' .- �, �
i�.. '
4+� � ' 4� � ''„�` ' ' . �I
*, � �w
,� }f_ • ���5�; +�.
� '��} '
_ � ���'� a
� '����_ '
� � f ��' � �
���� T _ � .�.��"� ,}
l�' 4 �'f } � t
- ��=', :4;� '. ���-�w��;;�.� .
�. a F .r �'"' ` � , ��: ,
�y: . 'F�i�.4"�. i.." + , �4, �
,�f '} �kry �• �,i��,'• ' �.
�h��Fu'_{ a� �,' ��" `� f ,. .
�.: .! {' ��'.�i�' _ '�e '
I�; • �'�.�1!..}'��.��J� 424��. r
LI L S .' � F' � . , � � a-f. _ . .
I � � � +1�5*r�� �T �*�p.. , ; � ; � Y
��?#�~��lY.l�",i'*5.' � �-.-�-+r �
Photograph 27 -- Facing west toward end of Ditch 3 Photagraph 28 — Facing east in ;7itch 3
Photo�raph 26 — Facing west in maintained RQW
l
_ `
.: � ' _ r
integrated snvironmentc�l solutions
Z1 April 20z1
Mr. Jonathan Bengforfi, P.�.
Tea�ue Nall a�td Perki�as, Inc.
5237 fdorth Rlverside prlve, 5uite 100
Fort Worth, Texas 76137
Re: IA►estside III 24-inch Water Llne—Section 40� ofthe CWA Permit Assess�eni
Ari approxitnatel.yl.8-rrrlle water Ilne �hat pafaiiels the s��th slde o� interstate H�ghway; IN) �0, tw�st af th�
intersectian of IW 2d and �.ha�.n Schoaf Raad In F���e Y4'tv�th. ��arrartt Cot+nty, T�;.=v.
Dear RIlC. Bengfort,
In�egrated Env�ronm2nt�al �alutian5, 6LC, (!@Sj perfarmed.a delinestien of w�ters ofthe United States in accardance
uvith the U.S, Army Carps of Engineers (USAC�j pracedures on p4 FelSrua.ry 2021 an �n ��xp�:'axlfTk�tely 1_$=�ike wr3te�
fine that parallels fhe soctth side of I�l.20, west oF the intetsec#inn af IH 20 and Ghapiol Scrio�a Roar� ir� Fort wor�l,,
Tarrant Coun�y, 7exas. The report, titied UVestside Z41nch Water Li»e - Waters of �the t�r��t�a 5t�tes �e�lnectlar�, wes
publlsh.�d on 29 �ebruary 202�..
Activities tllat r�sult in the dlschar�e o# dred$e or fill materiaf into waters u{ t!:p Ufi11t�tJ St8#25 8Ca rp��lated under
5�ction 404 af the CWA. 7}�plrally, kl cliscnarg�s at a�.single crpssing result irr khe loss o� less than 0_5� a�re �f loss �#
waters ofthe unir�d s3ates. th�n kl�e, prqjett cou:d l�e a;:�::�*:�Pd by a Natiun;;�:d2 Pe�mil (NWP� with thti pv#en#kal
for a.pre-coi�s.truction r,utifirat�cn ���hl� !O 4�:� lJS�4�E �}eP �a?n�:'�� CC :L:*'Un 3�. if u# 3 Si1��le Crb'i„i1g. t�7tw Ifi?�}w.^.IS
exseed �,1 a.cre of wetfand o: a�e�, �.at�rs �+r 0,03 acre o# 4ril}u#�iy a^� �pqwr� a�r��, ev�npens�t�ry !?'.l��g�Lfi3Ek
would he r�qu�red for all impa;ks �l that crossing. Ik Is Imu�rlartt Lu note an #JUVP P�r� I,as a�45-day reulew p�r�od_
As #he prop�sed develapr�errt v�4�i1d hn �s�nr;arec� with � utllity I;�� pro}ect, �-d1�JP 5$ — Ut�IJtyt Ll��e AG*!���Caa; E��
Water and Other Substanees c�u;� � used ta a�t::orize �fischarges ;� w�at�rs rsf t�4 L'ri;:ea cr�.Ps. ��,yp ��
a��thoriras artivities reauired {pK khe �or�skrt��ti{,n, m�kiuenance, repair, and rerrio+��l �� util�ty �i� ��5 fof ti^+�kP� �nd
oTher suhrta::�os, NWP 5� r����lrws a R��p [�a tite dlstri�l e���!^ear prlar to cnmmwncing lhe a�Yk�+ity If a;ett��:� 1t1
permit Is � e�ulred. Ur the dlsch.�rg� wlll �esutt �:� the :ass oi gaea[ee tl�a�i 1{��-aCi e oi v,��:ar� r�f [h� Uni[�d 5,�±es,
All potent�a� a}.:vitias a;s�e!�t�d;�hth taye �:Illiy Ilne praj�cr waul[i Rot result in a�l15fil3�r�,e in wat�rx oE !ha 1�ni.�d
5tates as no regulated aquatit fea;�rres w�:e;�Lnt�fled w.thln th2 surwey area, As s�et�, na 5e��ian 4�r� af the Cti•,�A
permit wauld be rec#uire�d for skris proje�t,
IES appreclaCes the opp.artunity tQ work with you dnd Teague Nall ar�d Perklns, In�_ an khMs pro+ett, and we hvpe �we
may be of assistance ta you in the future. If you have any cqmments; quesslons, or �one�fns, p1+�as� da ryvk h�s�tat�
to contact us, We can be rea.ched a.t 972-562-'7G72 or by email at na 1�;� tenvsol.�om of r�2�necke a knt�r�v5ol_Curn,
Sineerefy,
Integrated Environmental 5o[utions, LLC.
G���'"l
lared Hall
Ecnlogisr
Ffle ref.� U4.OEQ 09i
�
���..'..I� �I:.'� � �.II'����I'F�7111i�1Yi �i� �ii���l�i �� � � ��711 �'i'' ,IP '��'I, �III[�' ���?�
�'Ir 15.1i il ii�.�. � . . � �� li i� ' i-... , .' �i,� �r�it �� i� x � �I Iri
r����n���; ���.��?.�c3��
��-�0�4 �7�n�e�°�moa�.�.dl. F'ac�lu�ies
�'�I�S PA�E �L��"'�' �N7['�El`�TI�l`TA]L]LY ��A1�Tl[�
CI'I`Y QF FpRT WORTH Westside IlI 2A-Inoh Water Transmission Main
3TANDARD CONSTRUCTIDN SPECIFICATI�N DOCUM�NTS City Project I�Io. 102689
Revised July l, 201 l
��ague nall 8� perkins
� 5437 N. RIVB�6�lD@ �P.r Sui1e 100
� Fort Wor�h, Yexds 76137
81 i.33b.577"3 ph 817.832.7756 fx
t�ag�� t�e�ll & porkins www.�npinc.eam
TEST HOLE DATA FORM
Tesf Hole: 6A Point Number: A9006 Project Number: FTW20303 Completion Date: 08-3Q-2021
Location:84' South of the Centerline of EB IH 2Q Frontage Rd. and 113' West of the Cen#eriine of Chapin 5chool Rd.
C{ient: City af Fort Worth City/Town: Fort Worth Cotanty: Tarrant State: Texas
Utility awner: City of Fort Worth Utility Type: Water Pavement Thickness/Type: Natural Ground
Utility Size & Material: 24" P.C.C.P.
PLAN VIEW (N�`S}
.
�
��=
r � _ •� , . . a . �_• • -
�+ - � �
, ��_
� ' �
�
.__ _ �.. �
�
SURVEY INFORMATION
orizontal Datum: Texas Caordinate System of 1983, Narth Central Znne 420�
urface Ad'ustment Factor= 1.0000000000
ertical Datum: NAVD88
POINT NORTHING EASTIR{G ELEVATIDN
i
-I
��
Su
Su
���"� ` �
- aat� � � - � �fi�7
�`A�}{{T � . , ���C.�
�[CST 1iUkE k ,.�
�'?'� � —
�41is C'�'�Nl�i � . ,��.
" �,���,.��..� �t� ����; �
�.���� � � � �
rxE4w . . . � �� � �
� :Rhu� A
: w�a�FY�{�]1r1."'' -=---*-
- .x,tss-
,�'
By: Juan Gonzalez
s�c-riorvA�. viEw �Nrs;
ELEV, SURVEY MARKER {5/8" CI
858.94
EXISTING NATURAL
GRADE GRdUND
!+EPTH (TOP)
J.90
� 849.D4
ELEV. (TOP)
�.,
. . .'.t1 .
� - " `i
��,��a��o�
�P,�� o� TF q� Q P
� �.•�� � �s �
m* ��� � - ��l
i�.� ���
� . ........................... .
/ ANDREW R. LUCE �
� ...............................�
� �. 1 1 QO$q �i���
�
��$�4�SroNAL����1��
e��\e�
���;r�- `� , o9/a7/2oz1
Andrew R. Luce, PE
Benchmark fnformation:
6 (EL=889.57} CP
5/8" CIRS TNP RANDQM
leld Manager:
ate: OS--30—
DESCRIPTION
Natural Ground
oa of 24 R.C.C,P.
,'
i5 CUfCfU.LU
' ±.
��
�
�
i'@pg� 1M��� �e ��1°iC��S
f��gue n�ll � pePkie��
3237 N. Rivarside Dr., Suite 100
Fort Worth, 7exas 7613i
817.336.5773 ph 817.332.975b €x
www.tnpinc.co m
TEST HOI.E DATA F�RM
Test Hole: 6K Point Number K9�06 Project Number: FTW2Q303 Comp�etinn Date: 08--2D-2D21
Lncntion:55' South af the Centerline of �B IH 20 Frontag� Rd. and 132� West of the Centerline of Chapin School Rd.
Client: City of Fart Warkh City/Town: Fort Workh County: Tarrant 5tate: Texas
Utility Owner. C�ty of Fort Worth Utility Type: Water Pavement Thickness/Type: Natural Ground
Utility Size & Arlaterial; 2�" P.C.C.P.
PLAN VIEW (NTS)
�
n
` ��-"�-���` � — • • +�• �
� -_ - - - � •. ■ �a--�+-_ - - . � .
� � „ ,
.*
� .4 ,�
Horizontal Uatum: lexas (:oqrd
5urface Ad'ustment Factor= 1.i
Vertical Dakum; NAVD88
POINT NORTHING
K9006 6936083.1 �
� . ��._�___
���-'�,_ ;
� ; �
`�`'��+ s -
' OJ�7E ' _ u�.,,.,�,... �
�� i _ t
�� � 1�S! �IULF � i
C� - �-� - �
�r- �453[�� �•` -• - � �+
W7r. . k , w� r
�:�w� �:
�i '�f
�#1i . . .
� �� � � �
5urve Mana er: Timath Fros
5urveved Bv: Juan Gonzalez
SURVEY INFORMATIQN
of 1983, North Central Zone
�• .
,�M
. ;
� � ?�
N
2276291.22 � 849.08
SECiIONAL VI�W {NiS)
ELEV. SURVEY MARKER (5/8" CIRSj �
857.18 + - -
NG � NA7UF2AL I -
�DEPTH (TOP}
I ����
$49.08
EL�V. (70P)
����a��y
� ����� , aF r� �s4 ��
,� �.�� � .¢�P
��:
��
� ANDREW .... ...... . . .
.
R, LUCE �
/ ....... . ........... ...... �
��l �- . 1 1 0084 �i�,��
�$ $'�'�C`�:�.rCE�f5�0. �US,r���
�4�A��� ����
��, ,
1��." _ 09/Q7/2a21
Andrew R. Luce, PE
Benc�rr��rk Information:
6 (EL=8$9.57} CP
5/S" CIRS TNP �tANDOM
(2011} Epoch 2D10
DESCRIPTIQN
Natural Groun
Top of 24 P.C.
+ ���
:
r LL �
,. `� �Jr
Field Mana er. Luis Cardoza
Date: 08-20-2021
1
1
r
r
�
r
�
,�
�
:�
�
�
L
I
�
� �i �
�
�
�
�
� � �
� � �
�
� �
� � � �
� � ��
F � "` /
�
� � � � �
� �
� � � ��
' ��
� �
� � — a� �
� � � ��
�
�
� � ���
� � �
t� � � �
� � � �
� °� � �
.�
� � ��
� � �
� �
�
�
�
�
�� � �
VJ
I
� �`e
� � "fYT
r �3s
1
� �C �
I �} �K�
. I ._
W ��
��° � ��;,'�y�•�'�{.��
� ` M A������ •
�3
�` W4
!e UJ :
{] \ . H
iW � " �
SA �, _ N m �
�' � } N
M 4 }r �` �
w. ��j � � 5 I
`—� � � � I �
d��� �
��#"
# � � 'f
� �:J r�s fl .�..
W
C7 � (. �`��
`w I �.-�°
i
� �
� � � �
�^ � �% ' �
a �
� � 4�. d �� �a"Q
�Q. � � , 3�0, r��-
�e �w �������
t � +���
�W � � � �x:�:a
r
� j �f'� � - � - � ..r
� � � � �
� O e� . "
�� ��
�� ��
� �G
�
�
O}
�
�
�
�
` �I� ' __ — _ _ y�} __-_ _ - �� 4
� � � I I � l � �a x-r--�
� �� �_� , , �
� � � :�
___l�� , � � �:
I � -- ' � � '
�t— —�L E
—� �. s .—i �
�� ��. ����J� �I�, ;
�� ��_ �++Y . f�-��- -
�# �'�}��`�`�M1fi
� �� � � t�{� ���- '
� �`. �w„ .. �� .�, r �''M1 � ` � �� , I
� � _ �� :�� �.�-1 _
� -f� i �+� ��
� � � --
z �
� ,. �
� �� � �
�� _� � �
°6 v� � � F
�� � � � 4
� � V � �
w,
❑ �
a
�
�,
�
�
�
�
�� ��}
�L 9S Q
L�L R w
� Q s � m
a � � W ro
�����
�
u���N
� � � � �
� � � � w
��
��
��
�
m
�
�� `�����y �
� ��� N
_ y _ / l
�- -��a��!'egz
� - -__i
•. ,Gtr�
..4r� - ��
�/—ooa �
C � ,/�`�l�
1� ��J .
� �.
��'-� -/ ,`�
\�
��l �
_� ,��J i.
��
_ ,, �
��b
�� . {
! ii Y� �f
������
r'���1�.`7
"n. ��. .- r��
.,_� 1 � J �.
/ �.l O� / �
� �''1.
� • . � �. .
�l�' ��'�(�r��l `<
1 �1C.�� � s I ! �
_�_. ��
�
���
..,y'��
/ Z69
' �`w:a� d, .
i,�— ��/
• ����
PVOH DU1�73 Nkltl �
� i/ g �
r �
S �� u�dBy� �
���/ W
� � r��
J�� � ``J ` .w 5� ».
�� s4e :�
\� ��� c�:5 ���
��-'� '"--�_ : §s"" ' �
r
� • o ,.
; �effi
� :Cn
n^X
��4 ` �, � a� E �g�
�-� 6 `�,� � w $y` a.. ����
� �e
:
��4 '� �°.1 � 80
Y.� a� C» ���2
. � ��
a '�i�
h �¢
# � W
• / yyl
- � ✓ �? 3'
� � � FV
� x
V � N�
KF L
� .m
I� �x� U~F_ � Ie S c
��(�� -zz�� ����4
B�' ��///{{{''' o�7 � ��
` 1 q � � � '
ey
� ` . Y� ",�� 1 -
� � r � a�3s �
} V ' ° p � N � ',� �� ,e
� V� i� $ 3,yy�i ^g �
� i� � 5 3 !
~ � 6 � s�Si � _ 9 Y'
� � 1�¢ y�k���¢
�
� k4 e�:: h �
, �k��� ��
_ E5E
;� �l , , .nAaA
��, _ . �� . . + a �: :s • � : n , , � a �i
$? ����aaxs'�3.�x:;:"s e: !�&�a�a �? ��
j Y" � i��r�s-� k� T a a-e, c�.; ��s 3� ::: � i"�.;{ y!; ��: �:
� 1 `` c '- - =�`s?�e = b s . - --- -_,?� :3e .: .. .... � � a u tis.. - . - - -I
�� � ����aoa" "a„�� .t� i 3�,.Ar rx a� s R+ aa�
� �. � _.x _ N ». �..=-a �^ s�
�� , �� . . .. . ., a . . - � • R ii 7. «
1`�� � I w a .t� ' - a ' ' _ -.��' � t ^ �
��� � _ f' i �i 3 ��5� a 5 i S 3�� :: '.: �p Y s = $ � ; [Y. � � � � � �tt
� �d $ A 0. � RGG� 4}. fi F G � LC S LL � ��� �7. 0. G.S h +� 6 R A
� �r h 7 ? .. . .. .. ? � ..... ....... � . . � . 1 Y 4 7 , .� ... .� ..
� '3 1i: =S :��.'. :' .�C S�:' � 1..:
���� � a : . . ;, I: v
� i• �� ��'R N 8 S 9 �� k R 8
l�� �`°`� a-'� .. a..:. �: $ a� z � s x a a? a s
� �_.��. �..- � _ -_� ---1g� �� ���
a�_. .
\ ~ � �4 � + � ~ ' Y. L' y g
' lr �" �a ' p'� F ,� =! �� S S
`� ` ? j e �� $�' a� -a� � �^�� ��i n �g �; � s � x �
� o d Cwd .� �19;: . L't���"� � �_� z ' .
' j 3� p�' �' sR �g��. ��a����a fi s^a xi�
� (/��� �: �.e: ��� e�A 3a:� � C� ,� p� a�� "r a ff � R d,
�_ ��ji C $ � ��S ��, �S� ��� : ��,����'� Ek ��; �� F� � � � �
4l � e= ^ c�a �z� a�� QY'2� �a� °s��'��wg �= a��
\._Y-� , ��4 „ tl , a.0 :�� �^e ^y^; s$ - S�7"^ �. -[igp - M a �s n
� �� Y q'a E�'�d3 C� ¢��" g 9� If
� c �� �oG.�� ��� :au oa �= "���a �e . a� .
ii� � &e �� �� -r �q�r ��x .��� ep �s��ea:� R €�c
u 5� �� �.� �,.n ,�" r .. o Ya s�G;ay"s� g� ��o$
ii / a g �t ca�- g t�
�� � � `.�` �' u �� �'sstt: 'S^ �a„ s'r9� 5s ����osYs �^ �$�a
-'`��� -- � e y � � �"� w:
_� 'r� x. c� ��y e�: 3�� @� n�3:^.: i�"�
B�� �d 'g' � c�- a. E� �� 6 s���e.� tl�.7.�.
��/. � e et �3 `�� �;? 5�� =��e wd �xa..n�c b� ���a
II �
�
,
I
E �
t �
x � ;
� � �,:
� Q �0
�
� 1,U �
���� ; � �
I �:���js W
�CY'g: �II �
. s;,�.�
�
-n�.gi �
��A y+��
��n ��'��
a c o
'N� � ��� `l�Su�
; ���sg���'��� �
�� � r� �� �Y r
� x r��
a� � ��
�w� � 5���?� �yi � �
��t3:���$i�'.�4�� (�i
I�, x . x '
� ��
fi�� �'
� s R3
I �3�
�
� g4
e�
��„
� s* '
�p��„°''°_�
i 1 I f�� 3Tr�
'��� �a$
�
�
w � N �-
4�a � ,�,/�-
� $ ? �pg 1„
j� � � i �R� "Y
N 4
�� n3
��
3°
nd � ��� a� l
� � � ;:�, �
• � y �� 3
� � R- � a
l�M I Lk �'� � h NL. ' .. ' � 4 I � t��.iiibwwtw�.�i �%� �5� 1G5'4 �
- '} C:i�@p�l .' • - - �� y�~yJ ' -�.u�t; ,�:� u- ' 1
�:',1 I} L�4x sr�. ,�:�r� I�' '��t� l.�`�,� � �: i�K�T ' i�r,�l;�ti���
a :y -�FI I �tiry-� ,I.la� + !I•, I} I � :��' .47��xr,r2��`�
4� — ^v L�-_"`+Ya��_' 2� 1 [:�I!�� L_ ili ��il�' `4�_ '`���� -__ �
�* I � � "9' i I � � ' '' �i� ' _. ' : _.!_. °��
y : I�k I •y�=i 1'�_ -.�_� ;t�' �� �� X� � , ,
S �' i� :�' i�. �= " � -.-� ��'� .;'.a,! �._.�� I�.�I
r ':`-"" "'T � - ', i ��:, ,i,.,..l�i,.._!. �,J
i � 1 ��� i 5 I
? ':� �k'r ' n'''x �I ,tir.s� Lr;�_ � I4:'��LU'-:�.:i�'r'�':;=:��._.� �'1:�
�` _ � � .; ar�: "[i :� .� , •�:i�. � : �I� � :.u,o- �i
�� �ti� � R h 1 S ' {�. e:_q4_ Ii3� ii_iw4'_�'_'� "_''�a � I�
� a . {r�tin F..T �ir,. . I _ �,�.�'
, _ 4 �t ��-� I I : i �T-�.I_ I II ..�.. ,. -�i--�
_'� i Y y �} .+' . ' -'�}y L ' L u1.�La. � � I j11 ;�I,.4-4 � �'�� . � . . " ' - � I i
� � I �i L
il'' 4 �:!1.� �J � � _.l�.I�i..�L1L��.1.����� �� _il I�jy�t}L
,y�-,�i+`^�ti'. u mG-JY=J_.II_I_�_' 'r� �j, ' /:!�'^�
,r '�' � Y f :���'��f:*i'' . ��:, I� I � � � tl�� }� r���' ��[
h`i' �'x.; I� `I�c .I � �}. _ LJ� � �-'I�_ '{ --Y'�,�'�-G�. .. li•�:-h• -
�Ai.y i' ne �•' A? i r I.: �-� '.`tr",
��.� "�sFe_ F i� .r�s-n-+r��
� i�0l�r s�,1.',4 � �-_ ��� { I_ � 'll. I � I I
' - :G:�.�1�� -�; ;�� i�;� _4s ;�1.. : --
- 4 .e� ., ;:.� , �� ;��� j _;, °++�G�;� ;Is�`::=� :�_
�7 Y� .. .L_�_.. �� 1�1w . ��� -� '
4; , ' � .�7ay .� :: �I � �.d� - � .�:I �I:�..�o'!'�I-' '+ r�
C 1 A y ��@ __ ��� _ .' �'��; � E-i. I �� � i
�'� r� �F95' '-''." _ .�.,�_ �7 _ 'y:i;���J.4;,,���-4-IT. ��I,�:
�� 5 �>�e� �: _ i:� i�'= :�' l� �� �.L i-.�� !d� � i ! ��l al ' = � ' ` ��iirwri ��� . �
.�i:. - - �'x I I _
�_ - � ;�i � .��'�ti_ ��:` r_ '�i t�' �.� �i.t
—_ �. _.i i �i.�. :.G i : { � J�,iJ H �
:� ; o» —I- .�; I;4�.a. .;i- '��. _� ;
wh -'i: . � -J. 1�. I Gi^ � .I_j._ i� �.�_.�
��f F f:a " - I. c I . � � .�_I "f_: :.LJ_:a�..� �_ .
_ 'CI :7e � ¢�� J! � Jl .IJ��.L. �,�.;
� �e � -- ' yx''r '.L,.' L�-�"4i ' i. ^:-I- . :� �
t; i � '�7 3 : -L;; ' I. . I .k _. 1_�.J ' LL_J ' .
� , � �' .•=�:-�A �.�. _�:°�..�_�__,_���.-�rt_�r �G..� : .
g„ rr= _; ����. .�. _� �,.,, :._; �� E ��
' � ;� "�efiek. s � I :i�.y.i}��: : _ .._.]I � _i]����� , .�.,
t F o�� i' _ s a�i' ii�•r #� i_ J -�
� l �� n. .. .1i�4 It-��F`�r�i�� �' �_� _il ,I� �
�.i+ �
y� �i: +i'���_i'. I� �il� ��r�..�
/} I ��_ � _i� ! � � I . . I ��I � _I . � .I � I �._l ` ;_ �
i����I � i �� I � ��1--' ' �c r � 1 1 � I
u� M1s � ,�L1' � I , i.�1kl.- � i � }� : .
:���ii5i�''? '��, ,+_i.�_I.,.T�.li!;' I� `- �,�.J .i..r.l
'I � � ��.� f � �.i � � � � : e, . I` .,.� � .
4���?-�� �IJ�� �. t —.�I ��� W� ' �' �'T'a.a
41: _ _ , � {d , . � '.� _ ,L i,4� i,L,a �.,.-.�
,._; , �, :��„�� �_°.J� ;.��= �.�m
. �' ' �_}fF r_�: :{ i- j; � 1 i!-I 4�4' �.-:Jl
� �; - _ _�.�:�-,�.���-:f�#:�r° : �.. ,� .�'
. - � . _ i � � a F. .4 4:
- F _� � :� ��; '� ; �.� u: �1; �_ ' • - �
�,�_ _. ' � �f • . , ;i n c . , i L:
. 9_ � ��; .� _:�__ '��,�.j ,��._ r a F.
� ly 3 �� � r�l._ -� � 1.
i! h 1'�S �� t 3 I�.. -_ -i �.. ., �� I11 'r� -J..+ -
g�� ��� qk �3 � �'l. il.�_ ..I�_ I� .�._ I
� w} 6� � Y �'' __' ; } J I._ ; � .�.
r i � '- �� +_�_ � �! _.I ;�a�_I�:I �I�:_��:��'.�i
. � ' Fy� �4I �I h� i�I1L � 1:;; :�If_ -r-f-�—�,��Tr;...,.,-Y.,f� � -
,. y! ' M -.- -. r��''' .fn����4"�-i,l �s
� , -,� � , � _u_ �r.:. -=.i�..r . _ � , ; I �.�..�
g� R+ ` �� __I � 4:lixiln�._,L_.._.��__��� �
� �'� , �'x� �r.4� � � E��", 7l II � .� ' _ � f;ti � : : - �_ J .r
,g�, {f.� �o-T� qil � 3�� i4'.'"" _I� ;I� jf.L*f._ _'I���� �I i�! .��
s �' �J sz� .y� 4,i. . _ � {1 � . � � �_
�J �r �+ �. ' '�!='�,_�I' ''}'si .I�I ili��i I� 1 -
� � , �� , ,�, � � = � 'ti ,_ � � :::.r: .:•:' � ' ° : � � �
�;� a N.. k �',ti.��,k
. � j . �_' `'i" ,��,�-I-� :i�i� �.*i�, ' i..
� �.� � �E j � �_��,li� ��+-�� Ly-��� -'-ILl�.il . }.�`.. �!_
�i . I sT -�-�r��l--�, -I'I���i� .��
% ', `�;.,�" I ��. r*.��.,._ .. �,, ,; '{
�y� a 5_ � I ��� ; �.,.��. i I ; .� t': `.4`i �'r ' !;ht ��E7� "I'f�l'ft
l � � ��} lc � rfC'_ �I �
��r �� � ��r �;; _1i.i;J,�����<4+u,,,�.;. ��; �a� �f ��E
�g�� # d$ �i� {��I� c��Ymn
q�x `{' � � �x�'rL�}ir-att.¢ii��---_�� { .
,_- - - �l-�+t�-�'t+ ��;i�l ��` � '�
!
�
�
�'y3 as �s
.8 �o �^. V�,.
��� ��w5 £��
i�p �=a
a s;�
� ��� � �.i:
� sa: � �sa
-a x. ..x���
i a»� k' ex �3��
, � :��e��� �s�.� a
� � �
trYd R�g t�,�n �
g�� � �� �� ��s��R
3��� �a � �5az,.�g
�s„� �$��`�ti&
� �6. pYp�lr�� p.�
� $� ��@� ��as a��c � o��.�
= A � p A •
�
l
i 1
� �
.. �1 ��'i��ii �lll� Nt"�u"';;
�N N�M�
� u���l��� ��iinii�in �
�i ����� , , �1 nuu�inu • .
���i� .i�u�� '� �ii�iiiiiiiiiri
aii�i��n��� � ru�tiure�r�n
��!�'�!��t �nnirW�i:u�ii � � `
�.� �m i�������unk��r+f .
��iN%I,r4��n�Nl1� �Ail��1�'W�ii��9�nn1 Nif�flEf[lfrtrw
�[f[��49; 1�����[��;;I,��l� !�„� O1tl1
.`���..Y�. �.. .. 9�.�kL�.��■ �Na
�i![,��t��� �1���������M�iN���j�� �
R
l
[
�k� n
- �;�1� 1t � � � {���f
���TI[ ��1�
u� �ii �ip�
� ��i���
�n u� em�n_.n�o
■BFaBn
ib' rlanw�
����i.�
Ia�E
n�nne�
� iik
��}t; ! ¢
rnn� � w uii-mrsiu
nwmnna� �
�p��=� � �tl,�.��
:�� _ .. � � � 1w�r�
t�y� I�
��11 ,�■
+r�! 1 1� ��■
■
� �
� - i����
' � C::� �
�� �
' �.:.� ��..
.� p
�
+� ���
B� Y ry�
�! ��LIQd �47��
���O�I�RI
���I
w �n iioi
� '
� �� �m�n si
� �n �M� r� �
�R��
�r�w ���o�
�e�mr
iemu e '"iiii'�armn�
r�d�r�R� a� �o uum�i
rr�w��n�0� �ni �rr ���i�
wu�e
r ii►�iii��► ■ Qiii�i�ii
������E!!_ __ � ��eii�iii�i
�n,.�
�ei� i� .: .,Ii:�Fi�il�� T ,
, � � ,� ,����� �� . =
O���i �� ...,...
. �un� � �i�n � .
�e .nw ,3��
�
�
�
�
�
�
�� � � , . .
�
� r/�
1
� �-��
. � � ��
0
�
i �
�
�
%i�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
a
�
�
�
���;
R Y�� 4 Q
� s � �.
yT w
F H
� � h
� AC
w � � N�
� a � ..i.i
R Y a�i u �
�' u €-` M'
1 1 1
� � �
���
G �^
�, s
� 1W
�
m- �
G "`
u r r_
; � w
��
� �
��
� � �
�
� 4 J
� �
� p � �
1 V � S
��..o p
f�
� � �
� �
� 4
1� �
�g� �1 �
�p �
N N N
.i .} v'
�1 N N
�
� � �
d � � �
� N h
� J �
F � Y
� �I 1 l
� p=C L
�����
�
a � � ,.._.
� �h^�
V 1� 7 .i�
� V J
[o � }
J
2 � �?j [�.
#
�
]
q '�
`
J
�Y�
,r1
�
�
.l
,�
1
� 1
��-...�
�
i �
1 � ��
� ri
� �
�, n. ,-y
Ucr
�J �
� � 1. �
� � � �
�, � }
� � Q �
� � �
�� �� ��� � �i���rg��
� '�".i y��� ����� {y�1�
� � ��i�� �� � ��'
�x ��� (�
���yyyyN p�r Q !]�� �,j�6�
.2.��� �41 �!.} :2���f�}111Fi:,r_W
1i.���� �� ��.�F� t;��rµ4��
�����E�g;+���0 I 1��7 �"hp,LLpf�� �'��3}� i
�h:� !�"'3c4ef1.N � � F��y pG�Ci11 .5i.r i�
x� .�x�aaa�r� u�`c��G+�r-r w.� r} �r
� � � 4 x �
-+ L�' r � �� � F�ti � ��i
��'� �� �� � � �� � y���€ W �
��_a���y �Wn�R�Q� �^�J � � w�� J���
y� µt �}7�i��y��� �� �1� �u��IP ��w����
y�]N p� ,.�� �+F.I
Q�IR3��}���j��S���j'a2}2JJ �����Y�����
�v�T�y� U�dB J�3wLLttik�414�N 3
dUroni �tiir�Y"id�l����, i0�¢or t-+� qi
aawairo ��uU.� a�...�tiiu ir� 4 tiWY� r�ix Y
�
�
¢Z
U
�*� �u,� 4�
4 � $ � 1� � �
b � ! ;
�� � �� a �
a ir
w � � � r � � �
�
� ! � �: � � � � � `�
� �� � � ,
�
w :
a �S
� F
r
f �
o �
�{ .
� �
�
_ 'l,1
`
i�
d
�
.�
�
�
�
�
C
C: � F'4
n. �
r..
� `�
��
� i .f
� j �
� Q �'
�
. ��
h � � .
��� �
�� ��
�1 �
a�O�{p
i� q
U�Fi�
�E���
�F F-
���
� 9 � � �
a�
����
�� ���
�� �
� �����
� ; � ���
����
����
����
r� �`���
� ��
�
�
�����
�
�� ��
� ���
�����
�����
�� ��
��
� � ��
i �
� � � �
� � � � �
����
���
���
� Y
�
��
��r
� �:
s �,
��
��
��
�
�
�
��' �
� ��
��� .
. �
,���
�� ���
� �
� �
��
���
H
tll
s•
��s
���
� ��
� ���
� ������
�
�
�
d
�
$
�
�
:�-��� �
r', ' i
r•
f•, '~f R'' ' � �
;;'' �F�
,.,,�p �
� � �
�q� � ����
����� ����
�A�����
�
�
�
�
�
��
�
�
a
g
� �
� �
�
� $
o �
� �
�
`.��; �
c �' �R.
� .� p �
,,, •�� 9• f
; � ,. 4' �
i p
�
fi
� � �
� ��
� � � �
� � �
� �"m
� p S��
�� �O
��
� � ��
fl
�' � � �
� � ���
�� ���
�
�
��
��
. ��
u �
� ��
,-
�����
�����
� ��
� �����
����
�� ��
T���
����a
. �� ���
a�
� �����
�
� r *�
� F- � ������ �a�g�,���� +��_� � �~~���r�� u
�+ w �
q� . ���J(� �}yy� G1�o�ua�moPW�W ��Q �y�.a�� ���r
(i � � � .11Y ,.}TF' pwO q W>w m �}+ � 1!�;f{
C!; �` r��� Jl+�i-aA2��,U'+iF-W � E�F iol
�" `G e: "y :dd,�'�'r��� r r��W����WN �y-' � �Lz � �� ��
� � g � p � � ���� �� y}1 �
� O Q W.W�� �25 W�Xow�qaa �y�Yxa��WC�� �mx�/� {�u~i��u C�.
SY �0. .,� J T y�� S n}rj W�W Fgy� U
In � �..W.. G] CO �j�o�eY{�14 F��m�.,gy���. �FJy(y�y � OF���'�,° �� �
Q � Y�~>inQ� F'T.. w�Y 11. B
� lY] � Ll] y� a T�. b� .� u1�p a b. �� tly � �
� � � � � ���Yrl�'�Ny �:�,�,�j�Z�dW%y�YI.f4,��a'g� �����������a � ��
� �4�� �; �����`��'�y4Ny1�'�2W auJu' � �Q�°����iyy��� s �
� Q�.�.Z� eWO.W�=�h�waSi��^� F� F$� ��` ytj�� �� �
,.1 o �p- ec �-� v � . �.
J � p ya~4 �AO'i'kQ:�pI� Y S~%W�{�! � V�.,� �] y W
Q �F�y�—= i�� � 1 4 �j�S�x4' Q �� �►.�R��4 �i� ��y
�I � mS ���� ��.rwt.i�o g�m�� ���v �� '�� � ��
� 1� �.a a�G'��'�n, a� �-Sw "
'�e �xQ�a �~ri.�ir�-w` Qx n }'��.t�e.l i d
�Z1 Ye p �y. � ¢ c$im~~ � uxe�� na � ���i[
W J a ��
�#�as��i �o4.�:F����pXQ�j.�� C �W ���
Y
�y1 O W�
:1-��yi ��x' ._����OW�tybjp J 6 xm_�� ��a# }
�. �. � J d 7E --
W � ���
oi =
���� � � ��a�,�w��m���d�m��a � e���¢'�"��{? � �'� �a�
� ��� �
� .
M1� �e
G
� � �'�
� � ��
' ��
�� pyp�yf
��• �e
3
ra t �
�
�
r-
- w e
.- , a ` �
�• ,.
o • �
.D v
... � .� �
a
. 4 . ' � ' i. • �
. �
V
�r
yJ
i-�
R
��
�
0
•
�'�
�� q
� � �
� � �
�
J�
a
�
�
�
a
�
��
�
�p
i
�
��
�k
�
� ���
��.�N
p��j�
�u
�� �6
�����
�����
�qr
� _�
�� I�W�
� O
� O
F
��W
���
����
����
����
L
�°�E �'"
����
D
� F`1 �� �.. `Y'.��� ; :]C�
�f1\����. f; ��Y" sa
��� ` tf4� K
��{ i : „`ui�, �
` �
���.j/��`�,`, . ���[ �
%1fi'��� v �i�\ A�,O�+�
Y�
�
� �
�
� �
� � �
'�'
is�.�
� W � �
����3°0
���ln _ �_, „� �k�a �
� � �
�
•' a `� x
. : �q ' r � l�! �
. �' ��' �� �
; ,tl. ���� �
� � �
� ''• �
3,t . , .r
� � � ' 1pE01' :
c�o• � i n
sp ��
� M . ♦. ,, .�.
x .
— • �
' �r5 '. �..
..1r5 �. r'' �
, a '; � �
4�g � '�• '' ��
� :e : S
.•o�
� � � . � �
�� � ���:.� �;::� �� ���
�� • . � N S
.•
T� o , � . �Q
� . : , �
� '� • �
*�� 'f • ii i
� � y. ' �.
� �u e .s
� �.r.
� .�
i �� �'�
�
� .-: �
,a .
� • s. a
�w � 4 �
� � ��
�� �
� F •
� � , e � � ► ,
•'.i .
� .r
� " �, ; .
� ' ��
�� ►
�� ° ��
�a .a
� . . :`' _ �!
! ��..1
� „ ,��io �u o w�MEnrra
�
�
�
�
r
�
�
�
0
�
a
s
:
�
�
�
�
�
�
�
�
�
�
�
�.A
L..d �
� �
� �
�
�
�
�
�
�
��,' I
� g
� �
n
� �
� �
� �S
�
1
�w
�i r
�S s
�3
�
�n
4
�
z
H
�
�
�
�
�� �
�
� L4 � �
�
3 Q.' �
D a r
J�11 A F a
y� LiJ � W
� �
N
� � � �
, . , . , �
. � ; t :.
� �i n� I : } a �
G v _ I} _ a __ '�
M I
,,, ' C : I �=W
_ � 1 � •��
W � I I 4 � I I�
+ I I
I ± F + I i � �+
w � I I F � ~ �
� r I 1 � ^
I � i � i��o- i�
� y� � { � a
u I ; i � � �
.l � {i} .1 � ,l � h F �� �+ ¢
.. . I . . I
i �r- �a
� r' ^ i .li .Y a i vi 4� �- Q i J u 4� t. i� 1
�+� ��� i Illy G I I i+ N�4 � �1M IA . t J
� f Y 4 [ } x
� � # - .1 . �{ � .J . .I - 1 �I 3 a �
� .� !} _ � .� LI j ' a Y � _ [ �
I I ! W u
� I I
� � .. � " � .. � — , _. � ., � ~ r
� � a � � �
� � i � �
� � � � �
I + F . i 1 i 1 I W
I + � 1 .+6 W C
� -{ i .! .� � �Zr
� �� i � � � r . ti i k � � �
o-
c
i�
c
� � �
J {5
i
�
�
�
� _ :
� � 2
3 r
r �
a a � �
`+YI �:
� '" W
�� � r
F � '
5d Z
d; � w
. ;
1 '
� F
i � �
4 p 4'
� � .r
� F i � _
� � � } �
+
p� �W
Y ¢ i �[
{7 G L 6
}K
N
J. `GP � I T + ` � 4 -
GO� �u =] �PI 4i} 41 � `f �si
I � I
rn w � � . i i : . 3 .i � .F � � � a - i
i ��i - :t`i i . � � +�'k
� n � � �
i F a} E ti ?
d -0 � �:
�o ^ �i N
� i= i: F .� , _ r�
�t,. 3 a r- � � i. � r
41 6 I� 4 ". } 4i ] �} i] _
.h ..I. � . ; .,� a
'I �+ f I + J T 0 r� fl� — —
. .� ,� ,� , ,-
.�,��.� � w ti � � F ' � � r ` �
� 314F � r
�
p f��� — � �`44 D
a p
c � � � � a* �
7 � J
3 3
� Q � Q
O P b . +J• � •Y J
} / O G i� a O V D
a e � i� � N
a s �: w rF n
� M1 '' - - � •
+ 0 ,ti *} E 4 rt 4 �
- i
�
�
�
�
WI^
Y♦
�
�
�
�� �
d�.'. «:
� � `�'�
� a u�
wu�i�
�"^ �
���
��
�Q�
�
,� c �
� � t r
i 1 1
� � - - __
e y
� �
�b � o h � �n
1`r �! �
�,�q d k� d h;
�l + w
j �+ �rt Y
n
x N
° �----� �_�.� � � �
W �
� � y1
d
a
z
. �
^I �-1- -1
. m' n �n � Ih m a h
M W i,1 f�l IN W tl` 5. d� W � �
1
.r i'] P1 ^ � m. n � � � � J !4
n n 1� l� h n 1� h H ' h �+ L'I N C
n n d � x.
r�' N.��i mN •°`a& ^;M �. � � s
14 �O �10 �D id �� � o
_ �
o Y 0 a Pe � j
A t� n �p � � � �" W
.. � n ,a o . p� a
0 o ri o p n
0 o Y `� ;
¢ g wi�c,
M A 4 0. o- � 'A
w n o � i o � o � 'oa o x }-:
� m v� a•
���
�o rJ ry [Y p y�p .~q ro no o O � pU0
in ' i m a m � � .;+ -�. t Q .*.
F-
�� �� �
� .r
dV i
3 �
� o. i � a i .so. � n� an � ao i om i
i �� i r�rh i n..'+ ; c.m � �n•l � Oa � o� i oa i <:
1 M-�.� I �`i M i �'n I� i �s .a I h 1�' I � m I N N i f1.r I ��„
1 I 1 1 1 �N i �IV i MM! (9^l l
f �..�..�-�` T�
1 I p i ! 1 O i i � i ��
1 I N 1 YI I l 4 ! 1
1 1 {,9 ! H I M 1 Z I 1 I
1 f J':u 1 :J I W 1 I ! I
i i w qe 1 nc i x � i i i i Y
i i o r • i n i w � i i i Q
1 I w t W� I O ! it 1 I 1
i � �s � .�, i i o i � i � m
i l `i � J i G�4 i ~ I 1 i 1
i i x�+ x I R m �I j 1 S � I I I � 1 � �
I I X. l \ p I .7 I f[ 6. 1 4 I W 1 �
1 I u� n� f = Y I 6 I tll 1 I y' 1 '
1 � l I ? I M 1 I I S i L�,
I • j I «n W I I q N J I I I Q ! A
I l I �Ii I W ! \ Y 9G 1 1 1 S 1 Q
i� i"r'roi �n i r. i oi q�o �a � u� �
p I 4 1 L+l M\ N I^ I YI 1
1 N I Lr-�i +c � I N J I '� I • 2� I n 1 I y�+ [
I tl I • � � y I tl" 1 4 I a I N ' I
��i N 1 VI lf 1 y F 1 t9 H 1 Q �I F 1
I v� ~ 1 N�C � i W 1+ Y ] ul W.� o. � N N 1 N VI 1 J N'-VI �
id aas uo.�� s� i a,+�ia iar i Na i
I�• 1.,{ 1 JAU' I` 1 Jn W 1 J. I..7• 1 �.i• 1
iVlf ,u•yWji �xs+l q 1 U\\fiu�i 'uN 1 �uN I
___ � Cl N� ��J I i I 7 7 i 1 1 1
_ i.. �� t .� j T"^T^._ r� r--- ' I � 1 .y I
� I � ! ��I 1 1 1 I 1 �
'�^�•" � �'�-��
I 1 1 I f � I 1 � W
� � � I � � � � W �
i i i�. i i }� i i i i i V O
� m � i � ; I i � � h' 4 i �n i n i 6� }-
i i �n i I i i x� i i � m
i � i a. � r� � i i �
C751' LSV �'3 E�47 i• d . N2 �$$7l'J �
91 �
����.
�
��
U
�. � '�'9
C] ��Y
�Ll � W �
� � 4 �
��j � � '�
�'
� N � �
4 C � f ( � t :
��/
�� �
ri,
��N
�{
�
� _
3 ;�
� .,
�
i�
m
� �
� W
M1 � i� � �
. � � T
a
4
�h � 1
YY p
}
� + 4.
� � ,
�, � ic
� � Y
� � � I °
4 �
� r
_ > Aµ
? * �IeF
w � o�i�
�. �
���
I i � F i
� � � t
� I .
I i a i i
i � i a i �
i i i i �
� { { � � � ! �
� � I � pi � �
I � I I � G I O i r � �
I � � a
i i -I � � �
I I �� ' F
I^ �_ I I - I O � O ; O �
� � { � � � i � ! �? �� � � � � � � �
i' 3 I w�. , J� w i n F I�ry F �.. s. I�1 ' w d� I w F+ I �E u I
i W �i i 111 IF . VI 41 I IM1 � I �h 45 . YI ui 41 VI'� I YI In ��i ul
� � I s # I! � ti J� K -{ � ;
I.k. .!. I J• I J. 'Y .1. ? J•
i M 3 i ll • i N T ll t i y� r � W' � W i J r r t+ � 1
I +1 �1 I •I !4 +Y �ri� Lf1i I fi 1 �I I
r _, i ., i ., i .. ' n • -. i .. .. i �n r �
� i i i j i i i � i 4
a� n n s ♦ ,3
J 1 11� +} W 5� I� i
� T+ .� r.
¢ :. a � o f q .F _
i, � r� , i .� � f� � �
K
�„ -.y yry •i tio . ne .,r
•I-� � � �i � .. y .� a o r �r�
.y •r �.p •t
JJ 44 - ft� Jti +iA �fi
. '} � , � ? +� ] � . I o t G
}� F F t. l=i , � * �. Z
b Jk i i - i. � Z FF
� Y
� o m ..a rt 3 r f
+� � �
.. .. � � r. a a • . n ff
LL-5 ��. r �n
y
> � 1
� 3 } . . } A o j
- 1
ri +� � P 4 �j J Y 4 T
� O 4
c7 ,�y �: ¢ �n w o n� n Fi O n
+ . � a i n r
y a � .. �� n y , N � ,�
_ _ �v
� W w
} y
�� �� rl . - „� e iii .ti . F. . i � n� � �.
� i� �? r� a'� : '� u . ,n o. io- I 69` s oe
I . + 9. i .. � � � u�w � ii�: Ca
r �'. i imi -� ^� ' S ��
� n-_ fi; nrt: ry . mn .,� i mr.a y�n
, � ' i� �t .. ' � { fl C� ��-
i i i _ . �
i J i V Oi
� I �
I I
ry � M 1 ti �
i 1 �
{ t � � .
Y p � �� I �
: � i r � X,� i
I M �
. � �
1 1 1
1/� 1 � 1 fR�P 1 �Z
1 y a� 1 4
6
�
w
h'
806
_ �
�
�i �
� � � i l
� �
�
� �a, U �
+� O � 1— �
� ��'a 1
� � � � J q
� rl1 �y, � li 0
� �a ; '
� c �
8
�— - 1 - --- � — -+ i 1 1 ! — �-�1�"' y
� F+ Cf P6 Oi tl ii m �- 17
6
� 0. W
.�+ � T N N M M N M �C �
.y � .a M a r1 rM w v � 4Y
4 `"
.a � a r i a a .a a � W n�o�
� .a r :a � .a d a � a � -J..
a�. � a a�.. a a e�, n�. � W �
r" 9
ro n � ^ M ni m rmi m iv �� � d.5i
Y � • • r fv o m �0 � r� � O f.�] 0
IY 4 O W n �rl m Yf N P
i � O O T ♦ ♦ 4 + f 4
,.. ... .t. � 4 a a an m a• �0 4
q ..1 n .�. �
2 y b
w x
-�-�--�-----"---�^---�---�---r^--
J�? c1 r� I �0 O 1 IV N I N N 1 M^I I /11 ^i I d`i 1 (�{ '7 1
O? ; DO i C�A � 00 ; d 9; 06 ` 00 I O? i O� 1�g�
!`N fl 1 m W I r+ ra 1 7.+! 1 N N I 1V ^I e H"i N`1 1 N N � a
1'1 �'1 1 I M Cl 1 FI I�1 I M I�1 1 M l�l t 10 �+i 1`7 "1 1 M �l {
1 I I I I 1 �
N��� N i� i i � i b��
O i C i P i i i i i i 6A
i
i i i
i �
i i i
� �
� �
i �
i � i
i o � i
1 Yl 1 41
1 H 1 � 1
I AY 4l A. 1 yi Y 1
I N N 1 ul N i
I K �. 1 J. 1
I ul J v �.J r �
1 � r� � rl
1 �
�..w.�_�"_....��.�
1 ti I ti �
� � 1
1 I 1
�� 1
I � �
1 I
i � �
� i
� r � a �
� K 1
1 � > i
a i I i i i i
� i i � i i i
� �n ta i,a i s ta ia
� w 3» � y.�+ I y I N �1 r ! n
R h i J 17 I O 1� I R I Li 1� Fl
rn�a vl � w+.� + N s. i�n i, � �v t+ � w w + cn.w
ry� tA i pi fA IF N N 1 W rA- 1(q N I N Ll 1 N N
J . � i ral • k .�.1'. 1 .di • 1 a ` � .aj ` � .a.l •
u�W 1[lQ I ur � Vr 1 u� l u I uT
�I {q I ff � �� 1 �`� 1 1'I I YI 1 Pi
f �
-+ 1 � f .+ 1 � 1 � I �+ 1 +
c �i°. n � ,rr m o .mi m c � m � 1-
-� .a �� iV N fY .PP CI 1Y ' N! w
Q O n O O 6 Cf O O O � J w N
V A p h h n f� [� h f� t+ L4 � Q
� � � 4
�� J M O ni O M O h O O M.v O (!��~ h= ~
�a ���'� NO [4P f��0 ��v NO NC 016
.T .Q .f i� .V •T • 1� •Y a�� 4 7.
40O ryO Op O' O.00 OO O? OO OQO � J S
.
�;'i�'�����
, ) f 1 1
� � m
�
�
� � y
� m
N
�
' z
1
i o i c i m i r i m � n
" ^f ^i I N I �! 1 1 f ^i
�
�
� �
x
�
a
�
4
w
w�
�
g� � t i l � � i �
�
�
�
� l � � f
�
� �
h � 1
• � �
� ; �
1 � �
i I�'QW
C� � Q
a w w o
n C1 4 tJ
� � �
� ��� I
r c � � � ,
a
�b }u n �► 6 G F � � �
a r a Q �
n r c w a � o
# m i F { w R Y. Y. O i�
.c F� - h
ll � 4 � f m.: n}
O IT � �4
+'+ -F- • r•; i•o
.i� �� �� u� ¢� �¢
:A ��r. xr.� er. r
��� zv� .,s., : ya.. a.0 . ,y � i
ae� �.eo no.i � 4a. o.5ea n ,}Mv � n
V � �r� #Mr'I ¢ Jr.�F ��} N
� �l y G.. d ti ri o YI 4
� 3 � \ - x r • - F 4� i5
� � �� � J � � T� �
7 7 - 7 � '-- 3
ti
q i w �ia m - � r
O .p O O � F Ih �
O iS h 4 h � 4 /� h
� � � M * � y
x ., . .� =�
� �, ., .. .. � .. � -
i � ' � .+
� 4 n r x
f� 11 I I I i• � I
c0� ��. �oi uel irL o'a
� i � � w � m� � i
�,� � r, � ..•a i ..
15 F5'1 I �+1 11 A'�.
-- - -1-- � � � � i - A-F
� ;
i i i 4 i
i i i
i
I � i i
� { � � �
i
�4
a
�
] �
a ,
� �i
+� 'S
. J + '
�
K
�
�j -�
F
:,
�
M
0
�
y �
a� W
� a � ��:
J w
A��� } � {} r
40 a� �
r a �`+ �
. �
J,+� �
L i
� 7
O
i y
� � o t �.
3
r
q 1 �
+i � m�F�
� r R=d
It 8 OUG
� {
� �
�� : ��'
�i ' �
ri �
na; �3
F � � � � o
F 4 � `
, k � F k : ;
: l l " � w
` I f �, � � a
i w
� o t b a a � ' i �
„ � � � ."'. � � � � �
e q d i l�
la w !� F N M I di 1 �} , ul Y+ I i5 �1 4
i ' .m� w� �i� �m.a an�n i .rM
;.'� . K � e � e J � �
y� .�. I a. � �Y a. �» •
� .. .a� u- � �� �i: W y�
, rl +1 rl � � ry i i� � ri I � — fj
�— —�---� � � � a i— --
� ., � � � _ � ; ..
� � m � n i ro i t��i
n
�
!
�
�
�
�i
a
�
( I � � i l l i , t � .
� � �1
�
�� � --. - --- - o
L ;� � �
x 4 � N
� �� � � � �
�a� �. �� m
�
�t c C l < < r r t r t� •
�
� •� , .o "J i a i ,
~� f� �
—,_.._.___--_-�-.�-�-
a n n a� ,o o M Y ,p
r n m' n m ., ra a m a n r y �
A n ^ w 4� .. ry eq f �o t� m a y W
m m n w m c m c+ m m m a+ z J
m 'V � V7 W m �O W N .D �O .0 •s W N s�r
� /_ �
G� j. W tl m 6 9 ri � o m q m p m 6 p � O Nx ~
m.� Om m m � O O .� p� .+ O� .y � .i � f0 � Y } S
M M (i f'1 lY 1`1 fi � N� Y f/i h.t�l f i 1�f �4 [�1 N Dl 3i � I�
1 O 1 O I'] I 4 ! O 1 4 I�! I O I O � 0 •f a
G
t— a
0.F�� •MHW H H h H 1� F+ M F 'Z1+11 J
a Pf u � uL �} .. K � 0{ PL �i i C4 CL p%I.i •
J
o P Jl W c M e G+ m ..p�i � .p�. .p+. 4� M �0 N p+ � t e„u
ftiiV N.+r� O �~ R J
? � � o .: ., � .. ., ., ... .. � � .. ., e .. p p n
. � . � . . � i Z 4 �m
� a � 1 a ..e a .� ..7 .a .a .a � a z �_ ��
.-1 J J .� J .F -i .1 .J .J ..1 .i � '
d d ! a �0. S � d a 4 4 0. w � A
O � = J O G ^O�� O O O 0 O Q mm
� 4� T V f 4 ! V' a f r .� �,V
00 .Y � � �� o w w v M o W Z ¢� T p
W + O �`1 i .0 �I T W In P � 4 S)
.i � � .dn .�i e. w w .� -~i r r.1 Q
M �
'�Jl .r
�
I M-� 1 fi 3 1 [I 9 1 f! ; ��f+� b 1 fi � !Y J �� .a 1� N J I �I o 1
1 O C� 1 O� 8 i 1 O_ 1 q� 1 O 1 ci �7 f o.� 1 4 O o o I M
I . 1 .� I . 1 .� I 1 .. 1 . I � 1 1 !
I r� ra I (1 '1 1 fl ^� i �1 ^ I N^I 1 N �! N ry I 1 1 N'1 1 N �I 1
f'1 ^I � �I "� �I � I M m 1 !M1 �`/ I M�'1 I F� Iv 1 n M I M M 1 ���
1 1 I 1 i 1 I
� � i 1 I � � i 1 I + ��
- / � — — __
! f 1 I 1 1 1 I� 1I
I 1 ' 1 I I II I 1 1 1
I I I I I � I 1 1 I I Z
I 1 1 ; I I 1 1 1 I i p
I I ; I I I 1 � I r
I i f i I I i 1 � i i � �
I 1 l I 1 I I 1 I I I ^ ¢
1 i I I 1 t I I 1 I I N
I ' 4 1 I 1 1 1 I iF
I l i i I 1 1 � S
1 � � � �
4 N I l I N I rll I yj ''� �? 1�i 1 t,1 J � p
I Y� 1 W 1 ri 1 p 1 IM1 1
� -i � i .+ � i .. � 1 .a . I � F I ~ � � ~ FI I � R � � q 1 � i �
k W h I N H 1 �R �+ i y N I N H 1 N N 1 N M I{/� M I N H 1 VI M
1 III N 1 N I N ! N� I UI N � W N 1 yea 1 N'N UI �� � N� 1
� a r a i a � a i a � a � a � a i c a �
I.l . I .J • 1.� f� I J• I J. 1.a • I� 1 J• i�• 1
� U r r,� � i J M I U v i u � I N v 1 y r I{,} t 1 U*' 1 y� 'C 1
n r� n ri i ri i ry �� rr i r� r� i n i
i i i i i i i
-'�w-^-���-r� � �,
! 1 .y i -a I .� j �' i "'i 1 .y i r ; .r j �+ � F
1 f 1 1 1 I I I 1 p
�•I�-
I I I 1 1 1 I I I I
I � 1 I 1 M
i � 1 ' I �* 1 � � 1 IN I N 1 -+ 1 O 1 4� f w� D
1 I 1 ; Y ; �' i Y � Y I f i �'1 ; q �
' 1 � I I I
Os1 SyV'1 40rc•.d h2 SStl15 y
Q C t 1 f � i
�
�
��� �
C3 �
� �
�y u
-'7
� d uF
Y
1 � H �
d
j � � �
� � `� u�
x �
�
. t {
� W
� � }
4
a
.I }� � �
v
rk
� I �� — — -- —
y�
Qp
a
.r
id
�
��
� �� � �
� �
�
�
� I �'
�
� �I�
#i ;
�
r a n n y
Y Y i T m IF+ 4 � �tl ; rt } �
h .+ � .I N ,4 �
� m � � • � .r W a°� _
ti �X � � � i y * ~� 41
� � r
# h - �} � 3 I i y +4 } i� -� �' j�
ri� �5 S Ih ,} r 3 11� i} I� �3 8+� f Ia 6,� � � i
.6 ,p � J .�p ,.p �N i p
xq �oa �s� y... }� o� ..� —..
nya r}n .¢ .a o � i'g �a �
i � a
�
� •5i4 � iJ i 3ti1 J
d ..��rl T6.~. i T��fyi � t
d �
ii �oi a-� 6 � �
�i � t - _ + � �
� 3 � +P
� -
i i � � T
4 h k T
O i � � �- M + rl - � � h i �
i* � A d M Y Y t 4 ■ f � Y # � 3
� �P F} � +F 4 � 2 i K
" .. �• �i $ S a n a
F W T r F fy h � * F
� = � Y y �
{ r � „� � i+ � LL . # �
h J �
3 W } � r v
O 'fi W iM
S
Q� i �SRi C wri I 4� i o'! t o15 { 44 � 00 I .•
r11� +� f +-, � F9� F tlrt . fifi i �iYi , 1+�1 I ��o
r�.� { �I FI I .! i t f! +1 . fY ri r f'Y 1 I
� � � + 7 ; _ � C
- 4 � �6
I 4 L 4
� i 1 Y • � � �
{ � r i I
�+ I 1 � 1 I
i I � t � I �
j � � I 1
� o I I . ; { : � c
� i � i � i i �,J
W I 1 Y Y I �a
i � � : F I W
i+ n � a t�a5 C�4 ri �
�..y { � 1 I NF I 41F N�'+ ; �� I
�.hn i N��J Irirt �[�^ i4� ;u Y #
� • � J i
.o ,i . W � y` I � ,� t
ti f LI + R �*! f t U i il * J r
i r� { i i �i i�� I rs t �1 r� I �
1
� I ,. I v �� i � . .. � �
� � I I � rL
1 4 i �
i � � 1 �
�
� �
1 m � 1 I 1 w� �
i P I Q ' w �� d�F -, t F � K� + K • - �
x = � i � i i m
� d, { �
{ S I l� �O�id h SSYl�
� � L] � t � , , a . � T.4�
_n �
� 1 l t c +
� � � �� .�
��� � ��
�
� ' �
� ? � � JJ � �
V � 4 � ! a � �
C 3 a a: "' L ,� f �n ��
� � W a �� 2� y �7
N F p � �St D� W
�W`� 1 f i � Y � o
` � 1' �r/y' 0 7 ��, Q, F
�jy N `� t/y F `� �
� � O cF
, i .
..y � , � �
�
m .o .s � .+ - r� � - - n n a�
f� Y' f' t� N V v fV P T W �
fi rs Q .+ G� P T m 0 hr .� W
W � h W d N �0� �6 .0 2 J WF N
�A .e m �a �G (0 � �C .P �0 �o � W YI 1�C
d �
N
-�w .. m�- n �a �c+ �nm ms �n-T n.a r a
NO aJ ��+ � •+ • P MfR NV. np� y�.,) w�u� }Q •
�� •�g ..P •Oe iGe .�M �f7 Pl •I�/ •P �g J I+
17N �'1N +7�p� �'Q� fN 3P �'!O QO �'lG d�0
f 0 1 0 f 4. ; R + f� � 3 ! O ♦ O + O' fV Yl h �
�
o a � -�
J
F 1My
n n n a �
Y V' { �¢� � , m
�+ � 3 � .�i
�' +ii
H �
ati u a .v n o a e e o ��r p j: s
m o o ro n a r n in o n a m�'�u
c+ .n vi a �n ri w .v ao � ¢ x Q
� r� ri ro y+ N n m o o .m � o V G
�i h i ra ry n rQ+ n n « .�Qn
� f �
1 p, �
� 7
p� f OQ �pY I p6+� n 1 .�'� 1 0� I V O 1 .7d � H.O 1
1 O^u�l Oq1 r'i.� OYI Yi'M1i YiYI-1 O'f OPI Hyl VI`ll ��t
i ri �i � ri �i i �ri � i �i m i �v .. 1 :� ^i i vi n i �a �n i .+..+ 3 ., w i � a
I w ! I I �+ I y 1 t! �i I T P I I Ii
1 I 1 1 1 1 1
i q � p i Q i G i P i I � � °�
i i i i i i i
i � i i i i � i
� i i i i � i i �
� i i � i �
1 i ! ! 1 I S 1 y
i i } i i i i i �
r � I i � O ¢
i i �I I i I i i �
I I 4 I I I I t
� ! l I I i
I I q 1 1 1 O
�;:. i o = i o i o w i o i o i o w ` o
h i » m � n i n w �� i� h� i
i w i i i i.r i i
1 u I N 1+ f~ �:f 1 ~!z � i� 4 I �a 1 ~ 1+ � I
1 UI k� I �l7 `2 t+ I Vl 4 I N Y� b] N 0. I IR M 1 II1 X T
� y� N � y� V� {� 1 N t0' I U1' 'N f� S N N 1+ll ifl 1 I/1 '4 [� I
� a � s i¢ i a i c i a� i s �
.i . 1 .J • F I.i ^ I U f 1 u Y' f�`� i
1,��F 1 y�� I W+� 1 LJC f I 1?T
I N I f! I ry I 1 1 !v I {V 1 �l I
1 1 1 1 1 I _
I � I � I + I � f � I � 1 � 1 �
1 1 1 1 i I t �
1 i I I 1 � 1 � f'
� i m i � n � � i r i � 6
i n � a I i tp � 0 1 1 m � O O
i i i � immn + � +"z
i i r � 1 � i � I N N Y1 I � �I a m
i a 1 � � i � 1 d f I K I
"- � z c~ •d „ Ssv'I� z
OL ( ( f [ � < < � , �
�
�
� 1 l I 5 f I ' � L k . . ' � . . � � �
"' �' � _
' o �i o � � I I
� ' ��
� � FlF
s� ao � � �
� ua. sn � �
U r� � ui < Q
�,.� o � a � � * _
� � � � `
y� w � su � � � � a
� � � i
(� � {] � �� �F y �
�3 r
e
a n � a � : �. � � � � � �
h /� w y�
�p W J �
� � W A �1 w t i �l � �i ; W � i
v � y � L` u1
—� J �
'� �� �" a ii +�. = :i � ri o ri a aFu L 4
�f. wn rii �"- �;h a:i n� nY �� �+I-
� � # 6 +} 1 h � 4 4 4 � 4 ¢
Z 4`Z W - 4 � ry N; J s
o.iN A.J.� ' a.la.. .`�u �u rU J N
.. �. i m i� a a w o-.� w .. , � t y.
.Ma a.,n �� uni iN ■u i �
_� an� ov a+n ofls Kn n.: O u •t
� . � �i - ' �o . . Y Y z {
a .i � r �� - � W
] s .. � �
i i : ' _ a �- a
— y � � h � R P � C@"
L 3i � rl -0v n � �! ¢ y Y�
Y} �I -- P ' W YF /} + x a L 4
7 : g Su � � � w � r� ouc
'; � .. '1 � :. 7 : . � :, �: „ a i
_ , � . �� �� „ I� �
t'
}J s � f T.
�
�•F � f
I�a� afl� �S' 3�1 av; b" a�: w., �
, ; . , � . . ���
, ,. ..., . .;.. , �, �- ; ... _
., " ::.; : �. �. . �� �
� ; 3
i � r b � �#
i r
i r
i � i � i I �
:
I I F �
� � � : � I � '
I � ' �
� � � � � �
� � : � I �
�
� I �
i � i i i W
I.� � 4 a7 I = I 6
I- Li iT .3 w I t I i� I
� �� .. i .. J � I I
IY. ~ ik oY I �
+u�i rtn ri.F MU' m i ao-W ntlrt I
�i y i i i I
I .i• J• J� I.#� .Y�'#
� J* 4 al3 .a• I -!� �•
�I li rl � �I �
� ' .. i � � � ..� i r
� � � O
i i
� i � i i i i
�
' � � i ' s i �p o
� - � 1 1 I l• i 6 T %
�i � i i b � � �
`�5 -- ■� sSw3� *
l l (, j � �
� ��
�
�,
�1
� � �
�
� �
o � � -`'
c� r�aw
N O � p
r
W O � �
J � �N
� N � N
[ l c t r r • , c .. . � :i 1 , �
0 0
C
� It S ° � �
n
e �� r �
a �S �+ N � W
I � �
�``1- a
� � e
_ . m �
�
� �
z
�
m ., n w »
c n e � N N o � f,
W
� m W W 90 W m X� W
.9 �➢ �0 � � .'J M W V�i u
� 5 w
. �,
�a °� �°: rM M � ° .
m m m o �� � s
0o aa o0 0.� .+ o� a
�o o •a ro • F
i
W iiJU M q JLi J �
J
m oiiN M h.��� � � N
4 IC
6 Up�� p..� Q [[R]] �
6 W ,{ �
.l J Y J .�1. g tl I.�i
'_ s a 0. ~ � P
Y y�/
h 1� h h 6 O Q � � m'iF
o ri oi ti
m .n t w Q o p ; � oua
iV R h N fi9 nl M � 4/
X fV k fY 0 Y�
ti � J +
� 2 i
W Y1 S
...�-.���--.'_•� .f
� O V; O O' C O e O O i ef
I 001 Nfil W�+{ Pifi 1 �_�
l lY N 1 M m f .d n 4 1�1 P'1 �
l 1 I 4
1 �� l � I � 1 1 �'
r F fl i P i � [ � Q
� �
� I 1 ' 1
I 1 1 I 1
i i i I i p
1 1 1 I 1 IA
h 1 I 1
i a i 7 i � g �
� 0. i 1 1 i �
I K I 1 � 1 ¢
I � I 1 1 1 �
1 I 1 1 W
I � h I N i N 1 � 1 tl
I E.� �:J � �.1 I� J 1 � F I
I i0 V� Y j EO N L 1 UI 0. 1 N W 1
1 yl �/l � N!ij � UI N 1 N Ili
� H a I a 1 a � a
I ft J• I at J. 1.J . 1 .i . f
W J� { I�1 U�' 1 V Y 1 V rt I
i r� i ra i ry i ry i
i i y i i_
i .. ` i � i�— •• � �
i i i i i a
i :� i i � i � ' V G o
W
I x � * � X I � I s Z m
� I i d I �
� S I T,� T40 •p .. Z $$Yi'J �
GL ( � � i � � . l l
..� �
� i t i i c r � i l i . :� :, .a � .t :� .1 + �
�� �
� � � x�� � �
� U� w�; li Q � w
� a d W A�' 0` �`� A �,�
] u�.�j� � /� 3y� ld�
aN �
� d � � � � k �, r_r� < — �
} j�� � � � �nN � "
� ��� � �
�
., 4
.i �G 9 G �1 'h
T
6 'J i- �
a r r �
y F} �8 Ill Y .) dl �
O y
„� M� .µ-ia �m
� � � o{ � i �
� O • � ii
iFa 4 FS - ri.a •lFi
3 J M .l .1 �s � � �r � s ar ,-. .J
� g
o� w i�y .r �,a y� �:
�aw �a.-, Fi o . � —
a a , v � s ; � } � v � � ..
� � � �
� � �
� � � t
c - �
a v o 0 o n
St # 4
:s o � o m ri � �
. n o - :
r r n
ri �' ik r' i� � � -�
.F � + I.1 �
T ' }
Y f
.. q 1 � 1..�� .. � i w.
I 4F� 1 P�T � O� I
� , -� ':
:;�: .�.� � �a..; .;A;
� .. i n +�+ ++ �
�- ����
� i
i i
i ; i
i
i i +
�
1
� �
i
� i i
I ' i
4 i
R .l 4\ 1
� �"
� .1 ' I � d I � A I
�'^ � � I M 5+i + Ws M i
� y �,i• J• I
�� {
�+ �f4 ��tl I Y�1 1
..""1""��� �
I �. . r� i -. 1 M i
� I I
�
�
f ■ + Y
* + • I �0 4 a
;�
No
a�
� �
��� d
-�J � "� -
p aF
U
! V F
4 O i
� ry
� �� � fi
y� t "
i #
# Z
a �
S. � }
f pp } �
w s x
a ,r �-w
a �
ri �
i
80 �e
8 y
M
� y
m �
� �
a �
!
�
� �
n
4 M1
t 4 �
! �!
r� � �
rl ri �
JM1
Od I +�'1 � I
YO I i'4� � I
� �m ;
Fl,� — :
n �
i
fi y,
— �_ �
i
I +�, � �
� o I i
� � w I o I
►. � F+
w �
. i � . . �
_ a _ ��
■ � i
+ I } I Y m I
+. � �•
4+'i }� { i+ I�' +'� Y a
=-`sy. I � i4}ywi�
Y I i I
Nf}�J I 1� � W"�+ I
F W i. J I �1
i � 1 i ! J�n i
J y� m
whlw . . I i... i
r�i I
---�=TI�r---��
1 1
I � I ,
� ^
1't � � I i
� ; � H
��a
�
�
¢{,�
R
0
CW.r
�
.,
µ ;
W
2 *
�
� ¢ �
� �,
R
o m
[ �
'y . � o�
c _
� } �
ry F �
€ ���
iS 2 ~
a c� �i
l S (�,� i � , ,
���
�
�
� �
�� �
�� �
� �
� � '�
� � � �7
..J � d. �
cn Q r �
� ���
� � � �
� � t { f ( f ( C (. , . .. � , J '�1 . � + �
go — - ---- --�—
µ y °
q k = � � •a
• �
p � s r 6''
s
N 7`U� N w
% ' y � N
, �
� —. ��,. � � �
— �+ 7
' ? � yi
� m
� , °z
�
�
� ci "'� m r' n a+ �m� n
O N �0 N fR M/ P1 •F V' YI �
R� P P T T 0` P� T P T R� w N
�C �➢ W �0 �4 W N �0 �O �Q N FY N C
d � iX
��T"..�-�T„^^ � N
N i1 N-J 1 �`I J /Y O N 3 M f'i p 1Y p
1� Oa h o I� O I`. OD 1� b0 h� IA � 1� 40 A.O � Yq S
�I R �+ f0 .� l�! � 17 ��R • C1 � f9 � f9 .� C� � J M
f O A O i O + 4 4 d � O 4 O i p r p � Q
y
-1 J .I J .] J � � J LpJ � /.�
Q p � �G N i'l �l M�A iQ � ~ w
� � �
a
�o 0 0 0 o a e 4 0 0 (j p �
�1 � Q ��
� .+ ., .a -a .� ..J , � � � '�n
f0 3 j 7 5 � «7 j Q •
_ _ t 4 0. G. 0. a. P,. 0. � C
T^
p fl � N c7 ry N N iv M 0 }(p �
n p O .� o o O 6 O O a � m
ti C a1
o c v+ ri � ."+ F � ."'. � » g F 4 u A
+ • + � ♦ . + + ,
M � N F N N 1^�i N � N CJ- �
tj �� i!�
W
��
1 O✓' 1 o N I �'I n � q I C I �.o 0 1 � 1 I
e pT I 4� I �o OQ i o+? i o0 � �po I po � p r p'��
t .�i i �1M I �� I �+'1 i ��r+� I e�"fiM 1 �M = FlM � fnM j '� �
{ W I I I � I
! � � � I �
, � I � I I i � � ��.
1 Q Q�I (� I fl I I 1 1 L I
i a �- i � i i � i i �
i � i i i i i � i i
i 4x 1 I 1 I ! I I I �
� I i l 1 I 1 I ' I �
,�3 � � 1 � ; I = � � ¢
� � f � ' � ; I '! �
i` �' ' t � t � ' f �
J i i ' i i i I i i �
o � i c+ � o i o � o i v i o I e i n i Q
.N. i .yi i .�. i-�+ I.�. i.�+q i.�. � r �.�,� i
�J�� L% i u'wN �V1M �NM iNH �41K INH 1
(q 0. x 1 � N`P'. I 1A 0.
1 N�W 7!N I NW I WY1 1 Ulln I e0N I Olf�l QN I Nv1 I
4 Q � N 4 l Q I Q 1 W 1 d ! 6 1 1 C
a� ax ..e. .�. .�. i �-�- � a. i,a, i �. i
��a�,� t.� v• � ur i.ur iui �u♦ �uv iuo i �
1 ry ! � ry � p ' N 1 f� i N 1 N � N � [b 1
� � ., _ � � � � � � 4 .. � � � .. , �
� �
� � � 1 � � � � ' �
r��—., _
� � � � � � � , � � w
� i i i i i i � i i w 4
� m r i n i i i i i F vD C7
1 I � � .. i n s r i t� � n I 1 o I wz
� i I n � � 1 f� � j� I h I n � h 1 7• 1 O. %
1 �C l I K 1 1 I 1 I 1 I m
1 i I I P. 1 i I �_ I 1 I
� S � 17 ic.d4.•d �h2 SSVI� _
i � � j � �
81
�
� �
� �
�
� � �
L �' `�'y �
� � �
;� ¢ 4 W
N � � �
� � � �
� � Q � I
� � � � r c r ( c
���i —
--�j
' , '� � y _ i � �
� � �
G
�
% ` �'
�
� �
� 6
5� j
�
s ii �o 0
� ��i � a� m o � � �
.ti � i � � � a a TM � i�
. .. a � r n n n * c r ••m � i
! y a ..
IY � 'r }
b
h J �� a} � j r� ff '� Y. � !. } $ � } R
O O � 6 � O { O +9 �� �U �
.. A � p� .. �ry .. 1'1 — rJ .a 1't
• + E 1 i . 4 1 O .*] Y 9 1 8
+t M �I F+ �
� � i .i � J � 1
y �
�� w:r �e � y ; ..
.t .r ra ,� � �
a� r i " - P 4 � m
x �
i � � ? � i`
y 3 ,
i t w � o-
F — �J } '
4 R I+ F R }� F a � a� W
� Y � . y ti
�� } � Ai � F 1. i` PI - S Y
fl f Y K /� .i f'1 a� rt '1 V � i] � G
F + + � + 9 ' r
n a � �i � :a rmi n i° s � �
. �
W ti
a i
�n � ps� � om an � aa, .sr� � �
� ov : gw � a� � um � aa� � a:�. ss+ a�P � r
• I +��
i :� � i ri�- i �.� �i � .: � i r.. i
�tin : -.� n-. i n� � � .;n, .;.3 � nr. �
y � ; I L'� � Wt
�, ' g a o � b
i ' i I
` i
' ' I ' r � �
• i i �
� : � � �
' a I i
� � C { � �
i k � � I I � i �r a
i i � �
Q: �: � � � i �� �� �
e i F i � � �� � �
� � ' i i i
� � � ar i o i o- i a . a o �y
� !t � � 1 4� �1 i �l „ I � V �
1 — — I
1l LI i I 1� �. I` � � L � J y
� MaH r�'Fiw ._� � i�Fh �n� I'A K i v}qfi I N�rt
� M I�i I A JO • N 4� w N I u i N.�
y J� [ -,� I i I� I� i! � a I
� J�3! i .F� }� i.3. .i. i 4. J�3 I
i ti, _ , w. � 4. i 1ri� i
� � I a. � L`i 1F � ri rl IY r+ +�
{ � � � }
I � i .+ I .a I �+ 1 � 1 r� . '1 �! ^� 1 y I
i 1 j � I 1 1 V
1 I 1'1 1 1'1. � �I i O I p� ' EO ! R I u=
� m � m 0� � m i .t + n � n � n i a
I 1 I ; � I ! 4
� I 1 1 I I 1
� � � 1 L 1 . .
Bl6
�
_ �
�< < i� r r t c c c
O�R �" �
W � �
�
) p; cC 1�1
C1 OC j„
� a��
� � FO �
. �� :� � a �
�
�
�
�
�
� �
� .
� �
�
��
M
I
� YY
�
Yl �'! [+ S� Ill rl
Y� 4` � .a ± �V � N f'1 ! Y/ � N [+ y �
9 O� 6i A1 � m {� .�r � .ryi � .d .�i O Z J w l'
K t� � P + � y h h F f� 4 P !� "'� IY y� x
� • d w
m-� 1d .� f fn CI tl O t'� C� M is N! O N O y � D M
am �7� mm hQ. n4 n.4 n.a Po hb ��Ti � Y� •
• 00 • ' dl O 4 O O d �y Y
♦+y h O { O } O • 4 f O # O • O i O �F �
_ — _ rt a
x ik � X • x Fr W �+ Lv F. M � t+ J
C1 F Z W � IS.iN M .7 .! FI H hl J �
l`m! CI P N � 4 s T G+ p = � � p 6 � �
o tr �. p o e 7 r m' y 6 � e D n
p N ti r � � 6 � m
�1 ..J .] 1 ll. � a � , J � � �1 � �
.i wf J y p �l 7 d � �
:� n a m �p a � �S � ,�, ..
r. t� n.. �e n c ta v � y��'Yp. O r m�i
w a �,� oo n � m m n n ro n n t t,��u
r. VI . m . o+ n P � ' y P $ O V.'O
4 � O + N � SO fl n r Yf W Yr O
Y1 Y1 4 f' i F' i v f`i1 M IV � � p �
M M �n y.� � M 5+ M M (F {ry N q 01
r�t .�.. � A1 [ 1!! � 17
U �r N ...
P 7 W Oi
�+� 3 � * y
��O � .�O 1 �M 1 �� I OP+m 1 OP i O� pQ� 1 001 1 .[
i ry a i [v f+i i -i -+ i i -. .. i m ti i a.� i N.s t r� I �� �
i m�i �nm� mr� ini� n�ni rvr�i mm� mrnj rvry
-T—`--^I`�--1^.-- � �� � T - .�^T T ''' ; �
I I 1 R � P 1 1 I I 1 ��
I I I 1 1 I I �
� 1 1 1 I F 1 I {..
1 i O� O 1 � � I I 0.
€ Q' °' � ; � I '
� �;� nf � � � � �
�
� i o i a i� � a � a � v
�+� II .�R j � u � .Y�i a 1 Lai i H I il1 1 r1 � A i C
A y .a 1 V h I U I fi I G 1 W[i I F1 1 FL I
u1 M I 1/� F I N Jr N 1 VI 0.� I N'�+ + Vl N 1 V11+ I Vl �H I N N I
N v? I If� y1 I Vf N 1 UI�N 1 f!1 � i N`� 1 N �I 1 YI UI 1 N[ii !
u. E a ¢.-f i a �� a t a i a i a � a �
� i u � = u�'I�il l U�f � l�,�!-� I(�j ♦ I U'/ 1 y 0 I u Y
+`1 � �`1 !V � 1 N d I '�� I ry I �I N C� I
i � � � � � I
�r—F r -`-i- �—� �
-. i .. i � i .. i i i ., � ., w i
u� � c F � i m i m�c=n� m i m imiai ���
i i i t. i i { �
�� l ( l. �
�
r t f �
I�
lt5
n �
� �
a �
� � �
� � � �
� 7 � FW-.
N � � p
� � w
� � W �
� � q:�
� � . . �
C I
� �I �
� �
� Q -- ��'��/ w{}�' � ,� � �
_ V W I
� � N
� m
� �
� �.
. �
�
��� .
p �. S } •I Y r 3 5k _ F
f p M1 ��
� Li�l il • I� ' � � W ' = a'
M1 h t� M +� n IM1 � III � .
p� N
� a r
a I�1 1� 1'� b i4 q n i i i fi �� � �
� ^ T -K
!
` +�O i� �9 �� -44 �� �.f �
3
FI~ - N � t �
�i w ■ � R ,ry
N � }y d 1� ¢ � �
Itl Y1 8 4 d �] �
. F ti i ;,
•' A � > 6 � J �
C4 � 3 3 F
►. f � . o
o � � � � r �
qE m ,�n a o ,"o � m e. m : w
N q n 9 n n r� `'�. e� .i en � r. � i��
� � � A� Y' i� i i � N� a m 10 n � i a
�, . '� F
� � � T 7 .r'. m r�mi .� a n � � � n � � � �
7 rl .. y.� v *
X 1�,1 � �
J
1 V O � T N i A ' � o I 4 ff � L
40 00 OQ I a�.'" �Y' -n�'i ��i oa �?� y 1
..I Yf VN �� � I +4 r5 T� n .� � � o .i F �: .. ; r � ' � r. ., n �� � 'P �
,,,F * i �� r r. i n i, � g� � r. r. n r� ��
r � �Y t � a � � '� � a� rt
S �i �,3 U i i � � i � I�� r
� i Y
W � I I I I } FI }
�: ° . , � �
I�"o� � � � I � � � �*�€
��N I 7 �,�' s i {i ` � � ' L ="
Y � � 7 I � � 1 � I i � 4 I A F 6
k� Lr N U�J i i i i i
IUr I� S� �� IO I � i oi b i � � � � � i
N � � � I � i i { � �
1� � y �y � � �
M 1 I l�yfi I�lO I� � i� . n u i n«i'1 I� ; .n. I a �
}, .i N � 4R i J u J � � a i� a I^ 9 1 y1 a 1� I
I j� � �$ 4 j 1F' I 3 N., h�n ; w F ia i,i I+ I�~ iR u~i I
�°� � [. �� �4. .,T � J"' .i�}� ���� jN i j~ �� I�� �
�{�,6 ] yl 3 M�y j _ , J, I �.
IN u • ~ � ~ � � " 1 � u I! m ri � + J � r � � n
N� r� .r I .a .. l .a I1
'. ... .. I 1 i I 1 1 O O
� d I Fw-
F � �. � e i i i i i � — o
I 7' I I N I I n�� i a '1 W i n a�n i � � ui.y E`
1 � 1 OY�b � � 1 N 1 � �'
i w � } 1 � � S �"� N�' � e i.. �.,. + � . � .m
f5 '�s � £or..•a .F.2 65tl�0 p � o
i t 6,] f C l � C l
. , � � J r ��6
.�
� .
_ � c � [ ( c t [ r c. � €� i `C— .. +r , �
��}
"*.. �
O s�-
� �
Y�
� [A W
u�.. t1� N
�1 � a�C w
� � w p
M
� IrJ � W
�
� �o�
,� , �
,
z
N
�I � a � e
��� � �
!hL m
� ilb �
�7 �_ �
4 � � �
' � � �.
S 7
� � 1�q N a � y �
n F�1 n [r�i � �.J Y 4
.�. � I I � N x
-- _ _ - - _ I - _- _ - _ _ ,_„ • ! 1�—^.�^�'^^T W � Q N
M fF O ,-
O k] m' f � r �
:^+ry a .. �z � H
e o F r�
b
d� ^ � �� 3
> -. 3 e�c c� N � �
si tl oi v m � m � 4 w
N � ;vim p o p � n
� � w x � m
a a '� r � d �.', �,
� � � i ~ W a
- -- �, � - -� -���r� �----�-____ � d ;: ,
a � -' r�� .! � a x m��ii
C a � p � r�i 7 P Y � N u, � � cti i�a
o « a '� P d N C aua
' . .r • Y + � P P r P �P �=
i + a q
s'p • a* y 7 � r 'l � x� i� �
a 7 r � N�t 0
i `: °; i �: i p o I � M 0 0 O p N y� ry Y� yl� � i � 4 'J
i .+..� i•�1 ti�y �NN 1PIfl � alr�� ss � d i-
�� � m M i ro-� i A M � n M _ M M w fi�E �� � ��
� - � ' � d T �` r � v' � d
; � � � p a �o �_ � ai �a <
— 1 1 1 � y �
I 1 � . '� Q �
� � I � o Y. I I�,(I i ���° � a r� o
� i ; i I d10 �- � � 6 r�
r ' � � I H � I I 4�I r � a_�� x � P'n
� p1 � ¢! i � 3� P� 7 el � !i: �� m d rc
� 01 i 8 i i �Q � 7� I I�*� I�� I�+ I 5G H �y
�� j � ~� .� �� "- o �x� �d �� IN��� � f°-�
a � ��� � �.. or �v .� 1-4- I I�0.o� ° a� m�
� i N w v0.i i ww i�n �!I kre� � Y! � N� � T ��SLJ N N
i �.�iN� i �N i a T I�r n I'0� I IU 7:.I �� �NDi R�
i �i��'+ "n i`' N e, 3 INl�i �M ''� I��' d �[I�
�— r- y 3
i " i " - �� �_�� ' kl �- � a S�
�
� I � N � f �a I ��
i -a,� � m � � I N I� I I� f I II I� J g? r �
k �
i i � A m
-- �-- - si a5v�-5 ev�-e .n2 ssv�2 N °z
l ( ( l l c t l f° t' . . . r , ;Kl • i � i t �
���
�
� �� � � �
� �
� � 1
�
� ��
��N
a.
� � � � , ,
� � � �-��
�
� :� �
���� ��
� ��
� s �
t
i �
—.- --.`-- ��� � .
� ��
_ �
, � � - : �,
n � i n � .� � .�, n r �+ :, .: � s �
N � [+ V +F • M s •
P ,6 r � V M1 ., i {f r+ a n .. i yi i
w r n .- r �•
�� = * ,. ! �, Y � r �
a,�r ..i. rFr �'� M1�r a i mv �, �
4�� yl •F.. i�} fF} 4=� � •
O Y m 'I ��I +�'1 F'� '� e �
rn �..� �.w. �� •� �i! q
. . . + , r �
s
R � o tl � '�.1 .! � �3J�.F � > > S ? 'J J ~
1�1 V � G f� i T 8 4 4 k1 d� f � � •
z " ' • � ; �
+Y �� ih f� a - . ff I'i'.'F � .t � r� � �
� k ' . rF " Y .� ''
k w � k w L w
� � W � ` � -
i W a � i � i * � i
_ — N � '! _ �y W .�i � 8 � � a R
L` O 4 ih Y 11 i
F# 8 � f5 8 P }� rt � r# � � F � # i L�
e �. � " .i5 r+ ti a t �a � n � � u o
+, • i '+ i� i � � � i
� * i �p Y h Y M ♦ -0 N �
r r.
- - 4� }. `.
�i � : �
:y
' 4��1 a".� �ti: �:� �: I #Fa� k:�: w."�� ��I :
�..; : '.: � ,�. n�.; ` ' ' ' ' ���
.. ., I ,. A I ., .. . � n � r I �, I R•, . .. � � .,.� �
' � F . N I �1 -� d� �
� U i i 0 I � a $ �b
i r i � i i ' ' ! I
� � i i a � i
i � � �
I ' I �
F i i i I`
' ' ' � I V
� � �
� � � i � i � � �
i i F i : i i f� c
i
i i i � � i �
n : 4 " a � ! ' � � � ' �
P �
I � I M1 i rt I �
� .y u: n w{ � r�+ ., .�, a :µ �� n o � y�. u [F
i
� L°`a�rY.�i� ayi
YI L r i u5 r ui W vF � Ii I, I t 1. I XI
��w����; : ...��,.����.._,��. �
.{ � i i u - i
i� . s � } . S i � . i i , � . S . I 3 � � . } J . } a . } �
I � n � 1m � J� �� ii u rt� I i] � W I +i �s� i
I} F� `F i I ti I
I
i_. I � � � + 1'1 I � I .. � i +� � �
� � � I 1 h
I I l 1 I ' � i 1 � ��
u �
I i f 1 L` 1 W l l� yl 4] I � � � �y O G
I N 1 I � l � I TiM�'I I �� * ' � � * � r
i � µ � i i H•� •� � YI
[�
c � �'J i c � { � \ • ' �i ��
�
.�S �� , � � c c c � t
3�
� U �
� �
O � �; '
�w�"
h
���� �
� ���
, � :3 ::� > >
��
�
� � .
�w
�
��
,
�
�
,
�
^� m n n� r� n. r.
.. n .� m .+ r� w n iv .. � ry � .e �
m -+. r a e � p� � a� �. n '" �n � w
� � Y1 T N W T �A N i� 41 Y J � N
ro 'G � [h n � [� Y h h � Y r "� W �
d h W
a c+ q� a���:n ' n.0 � ��� rt .� m r m o �,n � O �'
mN W G�N f`.h OG�O �.�i P�0 �M �Y�1 Om � Yd S
.0 .a �R �. �A .. N 0 IY� Y1 O n 4 O Op .�1 w s .3 N
i.y �.y f M t 8 ♦ Q f O • O + 6 • O �F K
—_ �
�7 � 3 7 Y� ' 'J ' � Ll .J �
J
M y� p� y y� O O Y (� R' W
n a V �. O O. .A m P � 3
O O .� {V N � O O N D �
� � 'W
.7 ..t 6 6 y 1 � J ...� p ¢ g n��•
> > fl Pi 0! � ? 3 fl a'
Y 0. . G. q � � G
�� G ) �
V1 +1 f 8 b �N O T p P p�i Q p � �-° �� �Y
�. ri o � pi a � � � rt o m Q +n Z r a x�Q
w N� iv a m ri p n v� y o o n q A V p
i i ♦ t! ♦ ! N t O h � ♦ O - -
V> Q T a w� tR Y ro s N P o� i i0 �'
Ml YI Y1 d Yi YI M Y1 C�1 Yl @ ♦ C� 'r �
N FT I� N 11 N 11 V
u .. e� u -+
W V � ' m
�
I 4� I 4 f� 1 t� Y� e J! '� I � N' �+ 1 G b I �+ �1 1 l� V I
I a A1 1 O l� � G� F l �� 1 P T i O O 1 O�i 1 O p. P O� 1 [
, . � ..� . , . � . . � ..� ,.� �.� �g.
i �.ti i rv.., i .. r .. i ., .: � r� n I n r� � w r� i .w ..� r p��
r G+ 1 /`Y [n 1 1'� M F I`i Yn I 1'1 �`1 I f'i F� ul L] 1 CI m 1 1'1 IR I
I I I 1 1 1 1 I j I
I 1 II I 1 1 1 1 +I 1
1 1 7 1 1 l 1 1 5 1
1 1 I I � t � j 1 � �
1 I I � I � 1
1 I I 1 ! I 1 1 1 � �
i i ' o � o i o� � i � a i
I O t D � P f 1 i j � 1 �
' I 1 I'� 1 ^I 1 M I I i i 1�1 1 �
1 I i I 'I I f ! 1
l V ( O 1 O S O 1 O I 8 1 O ` 9 1 �
� a1 t NS t � �➢ 1 � 1p i O 1 �+i I 1� I�� I{ kl V' I
1�q 1~� f �aY 1~ U�n 1 � r.,� ;~... I~q ��R II � V 4 1
1✓wiN 1 V.N � l y�y1� 1 Y� �� ! ��(1� N I V! t~�1 ! N(/� I f!lVMI I NNN I
i a a I a _. � J .a i j .+ a a i a i e .a i
I J. I J. I J. � I .? I �� 1> 1 Jr 1`4. l 'i. � I
1 i.! ! t� J �' 4 v W .,,F � W �� W 1_ I�-.f � i u I U W I
� �`i } ri I r� 1 �� u �y �ri 1 �� I !� ' rf I N W i
S
I m��r�—T'_..�...�"T'_ y—T`^"T"_ .� .y �
� � � � � �
+ I I I I 1 ! �
„�i_��__��"".���_.��.r.�....�.�� �.. ��.�..
I � IJ I
I . • I
I � ' ' � I w
i mw a i c � n� � r i � ' :.'=•� i q ' -r i Wi
� r�. a� � i ii
i .� i .. � .. - - n .. i
�+ i i
.v � _... - _.5�:5 i `.�.�fi:i ,,'-.�.. �_..+__ .. .._._...^-�-...� 55V1
B1 � �
( { . { ; { S i 9 L 4
, � �
�tl
�U �
�S
O�q: ..J
O �' -�-� � �
U [K d w
� � � �
��
r � � �
pl�s � �J � i
. � � . i � f �
� �I
�
��
�D Ni Y rt �i 4
� f� r n i rl m J il 111 �
L� P f T
I� /i T d� .r � y ui
FI Y, rY r4 rl P� r1 !J
t O i fl �E a M ri 4 i! o m au
_ �E W CI y' y
� a O 4 � f 1� d� IG fo-r a N {, P 41 1'i h++ ��
� ti 1'1 i'13 1'F t + =��`t IY ,P 1� W+"�
�+' ,s + o i a � + a , a . w + e
a . � x s z z o o = �x
� o a g n v a
n � � n w r � � � � �
as r � n
e
� � .a a a o g � � � � O
� � i
V J F J .J = ,1 J �
� � � � � � J �
� i 3 � i L � L
# �F �
V �1 N � ia
� O t G R' c rL E TY O /5
4 } Y � ? P � � ff �
fl o t i � n .�. � i a w ff w
� � s �a r e � n �i n i'
++ r. �s n O w +r -� � � M � n n f n '� �
• yt i �V �
l�. S � } � ti L �
LJ i� w 3J FlI
S #
s n 4 Y d T i 4 T i U W . J]� : O 8� ' 4 m i �p t� o G I ���
I .+1 i 11.. � fi�. Nh . rl � ry f�.. I +'F" I��
H+F r A'I � Mnl 4i1Y Y Flrl � f1�+' A+'� I rlr'Y r hrr
II � I 1 �C
{ I � i
i 1 � + � F � F
I � F � F
� ' ' ` C `
�
� � �
' ' � F i
. � t F + I j
� + I � I Q
i i i � � 1 I
� � � � k [ � � �
� 7 I a ' ' � �
i n in �,�i in :n r '.4, i� :n i
� ,.R ,..� ,� ..� �µ � .. '� I
p ;.ow w ao-M .nN ~a 4 �F i Nf+
vL q ui y� i N M I u �n {n N m i i8 N a} r r JI N I
I i � K I Y� • i i ! 1 i I
j. I - J. �.I - � i, r J. J. �.1 •
L � u * + • W � I
i ., i"'w i ��� �".� ��' ` r. y "n :.
. .. � .. � � _ . i .. _ .� � � .a � .� � �
1 i i � i � 1 !F i 4�{3
» ; N i 7v � l y=�' ..da I •..�a I n i � I � { I�' I
.. I .y I I '.
� �
i
_
M
� *
� F
t
�
r
xi
_ .
�
� � �
�
i
a
�8 �
t �
�9
� a �..
� .k
� } r�w
t
S
�}
Gn
a
I S � S �� 7 � 1 l �, � � Y G�J
�� ,
� � t,6
U �
� m �
O u' � �
c� a a
� p � �
N
W��,a
� � � n
Qr in � N
t i t l { f i ( ( l
> > � 3 a
�
�' �
� �
� �
� �-� � � ��
�
K � %
a �
r 3 R x
�+ �
3g
Q
4
'd
- - -Y ----��
h Fi� n �]�.—� m ii> .+e �u v
n a n pe �� m o .. .� o a� n + n
r+ n M m � n wi � ri � e � � ��ie
+h n �+ q%� n. n rt m n ri [� ri .� �� � v,
m �s m m m � co m m ao a m m � � w �p a
� d d
�� ,., c a� � �. a a� P m n a��T w � O �•
iA0 �'O m�.w NP NO MY Nf �'p x ja �
���M .� �.�. c�0 4 o a� D�� na �� J F
Fn �io �a ie� .o ro ♦e io �� o
. �
J !+ wl -1 L�.! FI � C Y` FS R O G J �
J tl o � 4 �
t0 M \ f f �E � � V e CQ .y-i {� (y i
e . o� eq a o o P C P o p � �m
v \ / N x I ,
� � a V � � � a � � �F � =' �S .�i
a a e, F a
�----T � p y: •3
m � c. o• � o c p a� a�'• � na'�• G m t m�H
a�o n e a a m a n o'� a. a o n �d' pu�
i �9 � �� i 8 + y� ♦ * yl +
� � a � w � m a o � � n a� n �
�.a ��o �w M ua ��
� A � a a
L W J W R 141
a
� � v�. ..ai .�..� ....� ouI oo�� oo� .�..
1 NV� I 09 1 04 I 001 6'� I Oa t Ob 1 00 ���f
I i tY v I N N i �C� N I 1`J i'�i I N N ! fl i'f L N fi
2
i � n � ro.n � r� M i r� m i n M i M m i ri �h � ri in � N�` �i
f
� N i 1 i �n i i � i ��
i P i i i P i i i i � °�Y
i e � i � i i
� i � i i i
i � � � + i i i
i r i i i i �
� � � � i �
n
i � I � � � �
1 I I 1 p 1 1 1 ; i j
� 1 I I µ F I I 1 1 1 �y �
i I I [I'i 1 1 1 1 1 F
O I 1 1 1 I �
1 O I a! N 1 I 1 1
' I r a � e i ` i �
�`1 I I E� C4 N I 1 1 1
� � I 9 I \ w Y O I O 1 � I Q 1
� n^ � M � i o � � ti �� � �� i � a
i"�d� a i i oHz �a i1 a r a 1i 2
1 �n0.N 1 N�N I y�� I L•�.i� NM .! YIM I wk I NN 1 lM1H !
1 �ry N 1 N� I y�-en I p N N 1� N N I �! b 1 �I UI l
I +R J 1 4 I I o0 W tld a 1 C 1 a I K 1 C I
1 J• 7 1 ...t . f �• I J J+ I.� . l�.1. 1 r-1 • 1 �-! • [
1 W Y W V y� l U Q 1 ri W U� �'J � UY 1�.I'� l U'M �
; rl m I M1l ± (V ; � N♦ {V 1 N 1'� 1 N f H
I � I � I '+ i .y .y = � .a 1
� � I V 1 l I � I I Q
i � i i i i i i i � a
i i i i i i i i i UD Q
1 n I o I P I m i n I +fl 1 Y1 W=
i m � -. # m � r i � i n i n i �n I u. Y
� �'+ � M 1 n I I .+ 1 n � �i m
_ _ 1 � / I�_� 1 �
'�~ O. �-�i'g�.�ww't7� �o�d :.hZ $Shc7
B� t { l. i � � < <
,�
� � �
�� �
C'� J
+� OS 3
� � Ut -7
� K �
� � � �
w�
���
�
����
0
_ , , r � r c ; �
��-��
��
�
t�
_ ! "� :� _.�
__-� ��� �
� �
�
o - r r �
� w o m - - m
� a m
f! :l II �
il {� � r�
v � u � m a e w a � � o
■ �e w N
ja m M i 'i R P a� f, s Y{ 3 h P f• 8 1{ !+ F
i W i �p �qi •a4 •O �n •O •4
4 c #� I� J O Y vY I�i I L { 9 � 4
I.F+a i
¢A�+ M ��`+ � J ,- Y N i i
s J y� a
nV 004 # .T � ff �7 J rt #
4
}ab � ~ 4��� 4 4 Q • I'I V ¢
- i� T� f�
# J J
J w ,a J J J3 � J �
i ; a � A + ti �
s 4 a a �.�i ,�'a 4 r r° m� a w
r� 9
' a M1 i,� 6 0 ,�i o �i o } � i - �
:� n r. , 0 . .} w �
y �� w a•� # w m + i M : f q r
. F . y � ?
�_ F y�� +�
7
u * � a m i
a
■I n�F. n�� ar, ao, f.i am �r.r .+o�
i fin1 aa� ao aa�a a�+� im� oh' *r� cfl
1i +`Y . 7�1 rl �. a m i - i I� �� { �
+n nn, mm n� ����
j �� ' { At�i'YAf'��'���
r �J I T I �i yl I I
IN I 17 1 6 I � I
- r �
I � : ; 1 - C � � ;
a � ;
� ��� ��= � �
I ; � � ' 1 [ ;
� ,� � � . � t �
� � � �� � : ;
� � � ' �I
. ;
I '�� I I '"� : �
I O 4 i�# i O I �5 �.l Fl � I 41 I� [ t* I
� � � I 4 � J I
I ���` ��� i�� o.�. { w� i wn`�I ,�`aa �.ai i Yr:r i
i � J i a r .r y I� . t i
i . s .:= ly, i J= w• :.�i:.�l a� • �` �
i urt .t. •
—7 V r14 I�11 -'y+'—I rl r11 � ri i� r� ; �+ f
I ++ I .. i + i +. I + I ti � z � i
I � � �
I I
���`'�Y ^���f
i I I 1 1 1
I I � I I I 1 1
! 1 1 t I I 1 1
I I 1 I { 1
1 •s i l � i [� �� yi.. I � o�P � 4
i a + a a i a i --
I N I r1 1 �•1 I N + F� - � � Z � � ^
I I
U}4 15. . l? 4' '�k w:
� 1 { � i .
� �
� w
� �
�,
�r
} �
* � � 'i
YW � r w
7 �
rr � i
�� �
� j
�
J
'J y
t
� 3
Q �]
Z � �o
� � i i
� � s
� r
s �'n��;;
� + �e r
i[ = t
q rr Q
�
���
�
r
�
�
0
{.F
14 ;
�
9�G
�`
�
�
�
Z �
[*��,�J Q �
\� �
[K J
� � N �
C] L�K Q w
� �v3. � Q.
�� r a
w � w
� � �
� �' ci `�'
C t l f f r r � �
� �
�
z
N
� ���� � c 0.
� � �
� � N
�
z°
�
f � �`1 f �W .�P+ � � m tl� m N N N �
� 6� h R y� s ry {� 7 y� �
m � m cp � W f m m 9 � m m dp � W � �
.. „ .. ., Q w
:io nc� mm i.., r+m mc rn hs c+m * U M
��. Vi l'1 � f� W �+ e� t T P N O 8 N�O �I N w i
. � i .i�l . p. . y� P T CI � W • q ��+ ` X
.� .+ .r M ii /M1 f9 N {'.1 YI M Y1 �`1 Vi f`f l'1 .. N i J H
♦O ♦? io #❑ yq f0 10 ♦O ♦O �H Ai
b
y
.L MW Z �S +• 2 "L 0. — s A •f4 M� J
naV fa A z� q tl � � , � aaW � �.
O Vi Mf W C` 'U m � M f W � m iN`I m 0' e W
W O d �
O'+w O q V� O N O tl O O 00? O � �
z a ..y`I
J -1 .t J � -1 ..1 .J J � � N "• ^�
A a a A�. � Y a�. 0. M1 C'. F � O
d � IY IM p 1 O N �� �9 P � d �9
* �my�
fi � � .0 �. p �. fl �i p � • f� Y F'
�� o m e o n o + m n o � � r�i o oya
1 N i � o C N i 4 Y7 ; ;
n `^' i- n n h� ri o o a n m q� �p
Vf. s' uV n M^ h �G .9 N
W a�. r�y
;
1 ^I I f9 � I N C � .. �A I po d i .. yf N n I �+C 1 f1 -+ 1
� W'a I 00 ! dT 1 oP � n; 66+ O4� 1 OG� 1 00 1 �'<
1 �'+'� i i^i i N v i N.. i p ei � {r .�i i N.� i � m i ri IV i �.��
1 �+-� 1 Ff � I M M f�1 M +.,.i N 1 {q � pf m 1 1 1'1 hJ I A
1 1 ! 1 I 1
1 I� 1 I 1 I I � 1 j hG
1 O ! 1 1 I I f ��
1 1 i I 1 I
1 1 � 1 1 { �
1 1 l � I 1 1 1 I �
� � I 1 I 1 I I I 2
� � I i 1 i I I [ z
� � � 1 I f I I I ! H
� � 1 I 1 I I 1 1 1 l � ¢
� N I i I I I i I 1 1
I J I 1 I I 1 i 1 � a
Wi J\ i D i o i a i�o i o I o i o i o j p
I Yf i I j 1 F� 1 YM 1 YM 1 Yl I f�� ! Y5 I N 1
i � I
I 4 1 � ; 0 1 0 �� q I 3 1 p I� a 1
� tn 6 I 1� �+ 1 Ip M y� �+ � U) N Iq N 1 N H I N Y I UI W I
I Vl 1M1 I N N 1 1/ (/1 1 N b 1 �7 Yl 1 N i!J 1 W f? 1 f4 w Yl N 1
� a i a � a � a � a i a � a i x i: i
-t• .a• i a. .a. i r. �.�. � ..r. e a. i.a. i
I W�' I y� * 1 L] V 1 IJ � 1 �i� ♦ 1 41 ♦ � Lf Y I V I �a �
I i I M � �� � p � N 1 N 1 N 1 Yi 1 I
! I 1 I �."'__.�.�Y. __ _ I __ _ I �`�
� "� � "� ! K 1 �+ ; YS i n I N ; M i .a i F
I 1 1 1 I 1 I { �
� 1 1 I I I I 1 1 W
J i 1 1 i I I 1 I W `
I �+ { I I I I � 1 1 j V O O
1 f1 I iC 1 1� 1 9 1���+ I O ! p� 1 (q 1 �. 1 � 2
t r i i ,� i � a�. r .� � p � u 1 a i � Y
f a i �� � N 1 N I �'� S ro � rl r n ; !Y ; (y � m
o$i ssvia �a�,-a .r,Z Ssvio z
g� C ( l i
�
�
� �
•
L� � �
� !'�
� � �
�
� W' � ''
� L� 4
� d��
� �~�
� Q W
�
� � � N
c t c c t r: r r c C t . _ •� � ') ;� 'J a � � ' —
� n
�
W
�
'--IJ--' ..._..�. Q � � � w
�
W j
. ; � �,
m
Y
�'�' p pk a z
fdp �oW �
�°-��' !� p �; i
r � �
i� �
G 4 a� � m m .�a mn n m a �
i. M m m
fh�l tn�l � 1��1 fn9 N M ra n 1��1 .+ f�'� x' � N
W m m � W m PI mm 0 � m �� N )S
f+�.i �GN OfY l�9� �9O�i � � O F
� (
MY [YC NM �N O.� �� J H
♦p ♦a ♦e ia +o f a
'
J 3 � ? �Olti tl �U J F
M �y
."r a n° � a a .". � ��', +� a �
0 0 o ry ao: a ri �i � � �
W ��
� a �.;�
a'. � d 's � � ~ f ';
N a� N ^ ^ 8 i+ � ) m�.
t+ n ae 4 a 4 p0 O d e � a0��
41 [�'1 � F4 O • GO •�O V '. f� 'i S� Q
Y Oo W N i} ns P dl � f� Y� O a o
� � � � n � at s n i F
n n ue n n ; � � n n r+i e�'* �
4 h � � ■ � � �
y '" a ` � `� o.
[y ; P1 Y
i?n� �! -• i n..� 00 � mm� M� i
c OT1 oPl oo� ?o � am� 40 � i.�r
i N.�1 (Jtii N.� m�ll ilf� 1 M�+1 eli� 1 ��C
I M� 1 M�' 1 �'1 � I 1 F� 1'1 1 1 �!'1 1 � N
� I I �
� i � � i � i i M � o-
i � i i � i l O i
1 1 1 1 1 N I 1
I 1 1 i i p'. I 1
� j � fJ I 1
4 1 1 1 1 1 i I � Z
i i i i i i p i i .6
t 1 � 1 � W 1 I W 1
�
[ I 1 I 1' P 1 m I O 1 'S
l ! I I 1 ~ 1 W � ~ f � W.
G
i �
' I 1 , 1 �N j 7 I KM i V
W
�� I 6 f O 1 " 1 d CI Y ; ►r � O 1'f Y I �
iN i N i� � m i ��� a i a�� i
i � � .. � .�,a�n i m i .,am i
I p I p V fi 1 P 1 z i 1 Z 1
;19 N i y, M I tll 1< I tn N � 40 O+-� Li � N � N O w{� 1
N� � N N I N N 1 Ul H Vi W i 1 `,"' 1 q W M 1
1 Q I Q I Q I d 1 Q 1] VF f m 1 i v' N �
� .-1 • 1 J . I ..1 . I .-1 + l .J ' J 1 ! ..i . J 1
U i i urh �i uN � u�� � ut�W e� i I ~��� i
r I I 1 aaf- I 1
; � ; � ; � ; � ; � ; i� j � ; �
, � � � � �� � a
� � � � � � � � �
� � � � � � Q
� ± i i i i II � i �O n
� n i .n i h o � � i a� i
^� N i C� I rl ri i < < d� }
1 "/ i f! k I'� 1 fl 1 '1 1 3 �V 1 m
1 S � f 1 1
� OSt SSYZ7 rebse.-d hL 55'dlJ z
( r � � �
, � � ��6
�
�
� �
z:
�o �
� m
�� �
a �
Q � � �
� � S ti
uJ d � q
d O !-" IO
� � � �
Li1 � iL V3
� N O �
� 4<< c c r�- r t
, � � �
� W
�
�
*il-' � �-{J-�' � � y
� ��
i
I � � '
's
O �1 � _
o , p �
4
0
6 0 1 �
f
�M1 V �
.4 0 � m r "+ � o
ro Nm O mm N e � y� y) P �! 4 ' F„
N ' T . n • N • �`'i fv h ?.1� W
Y] T Yf tl� yl p ri Yf y1 (a Z� � 41
m Y1 W Yi m m Y� Ib m m m 40 "� W = Q
m m � � h W
P P v� O m i9 N T �O 1� �O i� M 1� �D f� � Ci �
N'I ni M O� �C n h m i, m [` m 1• m � }( r
O.�. .� C� ry M C1 �f N�F N W N Y N r � F J M
o + O a o • o i o 1 p + o ♦ J F p
� � ^'1�.•� Se
o O % p G .. p J
A O .`A � �
m h 4 f� N � P S 4
�`f O e� 7
0 0 • a o a o q p n
� Z ,� m
..�i � � a � a � a �`� 4 A
7 � 7 �
4 0. C. � 0. F j
{'1 .. N 1�1 ^ f N C] N �I� � % 0••
�' 4p V a �' � a Y N H P F p] Y}_
P • h V1 +9 � � O d1 Yi YI '� A U{1
�l O n C/ p� �9 0 �'I .+ t� d w
♦ N ♦ O P } yf ♦ • 4 R h
r
m o m o h n ar n n � tm+ n �
�m wap � r yi
a a. � `�
w u m
�
i -.i N., i .wm-i ..n oa i oa i aw e oo �
� ooi oai oc� oci omi omi omi omi s
� r� n i ri n1 i ri .r i N H i +� o i n� � N v 1 V v� 1 ���
I �y Iq t {'1 ++1 I /'S M 1 {'1 �9 I fV N I 1`) �l I �+ l Ci I
� i r 'T ��� T r"" � �^a { _
� I 1 1 �
I 1 f I I �� I D I � I I
� � � _
1 1 1 1 I 1
1 1 1 1 1 1 1 1 I
1 1 f I I !
2
1 1 I 1 1 1 1 1 I �
1 1 1 1 1 I � 1 I �
1 1 1 1 ' f' I i 1 17 y �j
1 I 1 1 1 � I 1 ! O ¢
I � f ' �"' � � � � t
1 1 � 1 1 h I 1 I � �
1 1 1 I 1 W I 1 1
i „ i o j o I o I 4 O � a { o i 4 0
I 1 1� I y, 1 � �+ i ^� l�+� I n I
I N H 1 � M I 1/1 H ! N 1+ 1 A N A. 1 �4 U1 0. F N A. I YI N 1
�{{n � Nu� ��N INN 1 NN 1 VIV1 lNM IIRN �
i q � q I�[ ! Q i F Q I M Q f¢ I Q 1
I J . 1 .a � I -1 . ! -i • 1 l{ .1 � 1 H -i . .1 . I 1 .
W� I U< ! lJY 1 4l [J � 1 W LJ ► ��! � u j
I u 5V 1 N I C� I /V 1 lV 1 i CI 1 fV I N 1
I 1 1 1 a 1 1 ! 1
I -� 1 �+ I � f �+ -ti 1 � I ti 1I � 1 �
� � I f 1 I I 1 1 d
I 1 I t 1 1 I ! 1 '�
H
i ; I i i i i i i � �O a
� m i m n i •a i �+ o n i n i��n i �'r
m � m r. i r� i n � i r� � r� � q )
! N ! Iv I � � I N I % I N 1 I^� S f I !
_ I 1 S. i 1 6 I N t �
o' I Sv p[-d . 7 5811i'� a
�� � t [ l � �
`�
�
_ � � �
� �
"� � �
U s"0
� �
� � �
� � �
:� ac a c,,
����
�� � w
�.-� �r�
� � � �
i i i i 1 . { i i t . i . � F . t 1 � �
� n
W
w
�
� - - - ��-�F�� �� r �
ql 7 � .
FLd `p a
tl' � F
i N ��
i�
0
�
�
• .n �n e' m -0
'.�� m � � i ` w w � +s � r
� w � : a w . �� a i n a.� �'
m * m m m n �� m .e m � a ^ W z� '
� _ m � +, �
s.� � r y m_ �� a � a r
3 y a M 3 m rt ory O Y � s! T� 'T � � s
m o- �� a
S ti .a 6.a 4¢ O,} 44 9 a
I' T I� I I 4 � 4 � O
4
#
{Y �i S� A - 0 6 �
¢ 4 �1 � �
� � l
r� � � ta � � N
� +i a n b e O a
v j j t � y
� .a � � -
3 � i V i 1
i � M' . F .
�p } n s t ; 6rsy
4 ¢ � b � * � . Y F
� � 6 . . . _ . ,
y' �I � � A !� 4 f5 8 T P ILl �L f% 10
m } F ri d 4 8 4 w
` � j • {
111 8 W � i 1� i f• m T ■ �
i i � � d + 0
F - LI -
} J .7 i 7
YI 6 ti
T
� } . o � I V , .. .. � p o � _
-i }� 0 4 V i � 9 i 4 8 i V O� 4 4 � d�
� .i-i : n�i I r.-r � ��i�� � �r� � oe i rfi % ��� y
•Y � -ti 'i i 1+ � i �a +� I m f�r i . I Ar M i
i � I { �C
i n i � i ; I�
i --- -- i � � F { �
� � � I i C � � �
a i i r w
� i : i 'u � i i i a
i � ~ .. � � z a
i. , � r ¢ r
I � G i � � i I t F i '�
� � i � i � � �' i i �
I � ' a � I � I I
i� �r .} i 3 �i 1 W I N 1 fl i Q
� � I } � ' IF I
i,f�r n� � T� I�Ft i 4 J+ uiA. FMh IMF IYI+�+ I
� � y � �M1 i N �t A �fr �1 F a} M 4� M � ul +� I
J" �!J � �� i aS r Ia i �
J J' I�� I ��! I
I w 3 � J r i { i i ~ J H �r w 4 f I 4 K t J � I
T��r rl F J Yi i� r� ; 4r ; li � il I fi i !4 J
I 4 � {
1 .� I w .. 1 + t P 1 � 1 a �
I f 4 I � 1 � '
� 1 I F A"
Y � F ' w y
I 4 � � V � �
' " I I �. ; , k ff ;�s�; � ��
i -'I � r�i i .. r' i+ L'Y Y� I I +4 I �,
4 1 L p
6�tiit'!''�.sii�i* � $SM77
( l u 1 1 �, i
U �. O
�
� � �
�� �
�� �
A° � ,_��,,
C� �'^ � '�
G� �
���,t
� � � �
��
����
c < < � � c r t ., :� ,� , ,
�;I �
� �
�
_ � �� �I
� � m�
' i
�
�
0
� � omp r�a m O � m �
y �
� m n m m m m m u�u a w = �'
� N
F uxi
a�� m^� m r� m r� m �n tn m m�' �'
�� mc+ ry� mm Wm .so wm wam ��[ x
pff ow a�� o.:� ti; ri:i o�: e.�i �� J�+
, G �o .a ia io io ��a io bti o
�y---=--�--� a
� y �"
� a �
� $ m
� � ���
� � a.�M
r w
r ?
o }
�i� � v : � � � 'v°�- z Wm..
N � m ti � m n n o� s r .oc�S,4
� • a ♦ + ♦ ♦ �
a+ P T P c � Oi C�6 m �
1 I f 1 1
II O?1 0.7i tlUl OOi O�1 P.al qal J
$g� O�OI O�f O'ul O7 Q�� �OI 4y1 �C
. 1 . . I � l . 1 . . � �
�q Q�1 7r1 !9'il N��If IYN I M'11 S3�II (V'I {
� N� I 1 m� 1 t M f�l � v1 M I M.�.1 � M �7 1 M'1 I � N�
I 1 I
r 1 � I I f 1 1 1 1 a�
p 1 0 I I I �1 1 1 1
i � j j j 1 j {
� � i ��i 1 I I j � j Z
r � I � 1 V Y 1 1 I 1 1 � � �
rf � x i i 1 I 1 1 I 1
z a ` � � W
x I
'1 N J i i I i i � I �.
� � f 5 W W,1 !` 1 1 I � 1
� � i j � I 1 I �
a G I N i p J� i i i e �
w j � i �L� 1 i i f I
� $ � � �i i � i n � » i n4 i �
.�. 1 � .ni
W � I� i � i u p i e� I i.� i.�q �
� N � V�H NM 1 Y�f-� I NM I M M f I/IM I
R � U+ � N N � y �1 I N W I N fry I u7 N I VI w 1
q �I 4 � 1¢ 1 4 I I d i
I 7 I �. �i �. i . �.a. i�. i�• i a•
u� uK �u� +ue �i,� iur iu.'
N I ri �(5 � n I rV I ri � n I r1 1 ry
I t I I r
1 N i N i � i � I � i � i � � U
. I { I � j �_ I.-�� i i 1, ;
� M � v , � i � ' ; i ud a
N i � ` � � 4 i w i m I m +� �.�n i ai z )
d i � �I 1 ry i j ry i fl 1 N 1 W
p$rl SSY�I� q.Q4�d hZ SSWI� a
Q1_ [
v
�
�
+ � �
0 r
� � �
� �
� � i
� � J
V �' a 4u
� � �. �
� � � Q
t+t � 11A
J � � �
� �v�
l � { � { _ +
� �
w
x
.+�
�I
� � ���� �� �'�� � �
� F �
e ..
►a • c �
' d �� x
�� 3o i �'
74 }k� �
_ � '
�q
0 Y� P �.i ! � � fi � f i Y� ri }
r . n • ; e � �
a m : i � ri ; n tl � � s � m 4.i± � n
� � m m m a r '
�
e 'a� w u ' .*, ,�. �' r � } -' 3 � � :
�OO� IM 4} � b 4 y r�,} ,4 J "+ �� � 4
" f4 � {� o� 0 4 3 O 14 }9
♦ O � a � t � q d + O � O
J � � � 3 - �
o �
I"I * fi R # �
O T� m Iw • � * �
O O G �+ 4 + 4 G � i
t � � _
� � Y � � ; ¢ � � i I
.d �
� � r - � w
` � } 3
� p - r w � •• • �` = in n n o t o s,J
^ " # t T � � a : �� � n si � aia
r o � � � + F n au¢
I� �%
� ry P s} ia � U 6 � �+a y O 4� � �
a . � �y a -
�- J ��
- � - q r
.. r
ori ..s� � �., o��---` �o� �. ��7 i K., _
6 T I � I 6`i . A a I �l � }� � rt. . �.} C. ���
,i .
~ � � .. . ., ;�y � � .. �+ , � _N p�• � 7
,h x fi ��y _ n i i
' � '- � t `'�
� . . n
� � �
i � ; � - �4 �
i
i r I
� i � : � . F �
, - x
� �
� • �
� � � - I 8 , � 2 W
� i ` I 3 i a - w � 4 Y
� i i o i r. j 4 ti
i • • d
I I i I } �} R
' � 1
I I i t � � � :.� � , `I �
E i rt h I +3 i� �.� i.�• I:�a - u } p
� � ~ I Y� N ' 4i . - 3
�i � . .:. � �ir �-d 'l.. i �a ^m7r � �2 1
��t, �.'. .', r�� I .,h i F z�� �r ��a d F r 1
• wa � , w i+F�m .�rt i�'� � � h �.+ x� U
1 J. . 1 i _ �{I • i � �� 40a1'.N Li
J- ��! J�. I FJW`
`J�i �i :i :. i r. :J�� �:i i �ii F" •*� • •
w
i � i � i " i � i ; -�' � i '� i � a� �
i i i � i i i
i i i i i � � �n
i i i � i i � ' i i
r i i i � i
� I 1 � 1 +� 1 N i '� � i } r I NI I lII � O C
� r � - T I �� 4 ! rt M1 I I- I r II 4 n
1 /� r1 I+ - � S"i I 'i I I I L T
. � — -�
vs, �`3 nti d�n:� S".M17 I i
�
b��C�3
1 � "'
[�1 � �
``L.�
� �
d « J �
U � ¢ w
W � � S
N d � a
Q
� � � �
w � z. u�
� � � �
�� �� � � �
� ��
t �
W
F
N
� ^ � --� � w
�
g � ,
�� _ �
X o
0 T
o � �
X �
� �
�
m
n Y � .�i f� m m M � N �in� a n G�p � F.,
�0 1� m Y] 41 � .! • •0 �ll � �1 3 W W
a' f 7� • Ir1 41 al Y+ .9 Ir'1 Yf Yi b 2 J
iA W � �l /L 00 m LG � 00 GO � m E� "� W �X/1 }t
y � M
T u '1 +� �i c �s C> N O 1'F ry C� � C�- a A G�
a•e r� ri .. ts n ry .s ., o n n n -n a� w� N¢
.�N r+f7 �� �C On OO �h •+�fi N1�N h J �
� O i O 1 p � 7 O O i O f O Y� � S
a
�.-_io—�i . �
`0 G .. R � Li 2 O O .. C �"
h Cf O f. P) W � W O t'i � r' L+
-. � o n, oo n w �i o d
/] O C O O q n O O � O Q ' ry
�i � a
y � ,� �
a � � a � � � � � � � °C � 1•�
-� - «�. ^... � � ti��.��.� a. a. w m �_�� F } c
0
t°: n o a6o m a� o � a o m m o � � z m m
m r, a a� ro p c a � n n � m r� Y � ¢ i 4
c m o �n m �n a n o a n o i a 4 p tf [d
+ 4 Yl • ? N f ! o i n a
w � ♦ m .r. ' ti af. .r�, o F
� �° � ."'. � .`a� .^. �
~U.a � tl.� � M~ N.� � �1j„s `� .+
S— �v 9 F.+ ?�
w w a u m
-r..--..-.�w.---•.�.--y-- - �---��T�
n
1 G.T I .1 e oC' 1 .1 71 N.1f �l�rl 1 . f pm 1 O? I .1
� es o� � o. � o m � o a i o 0 3 � a o i n n i e m i o m i �r
i �7 � I el �� �i ., i r1 •e i ri �y i ri ri i rt r�i i y�+ i ��� �.�lt.
1 �n .+y I M M! �ry y� � M M 1 1'I IR i m m 1 Cl I'1 1 t� !'1 1 4.-�1 j FF
1 1 �n M 1 1 I � � en m [�
""'�.J..�T '�'T"— - '7 �'�"'� � i �
i 1 i i i f d i 1 i i
I 1 ! �
i i �
i i �
� � i i
� � � i
� i
i � I � �
i
r� ! h � Ol i p� f i
�� 4� 1+ I N h I y� M j� H '1 Ll H
� w Ll y� u] I y� �5 I N �l I flS N
�i J . I � • I ..�j+ i ...1 • I ,� •
1 C I W� I U K 1 J Y I W �
�i I �1 1 r4 I �1 � N
� � I I
n I �+ 1 + .y
I 1 n I
� � I
r � _ti_y.
1 I � �
� � I 1
1 I 1 I 1
I V' I M i f7.7�1 I I 6
I Cl I'7 1 �7�� . M 1 N
^� i N1 - � ri x n i �n� � m
� I � Fr . i
r i i i
i i i i
i � � i
i �p i i i
1 µN 1 1 1
� ~ i �
I • ' I
i nz i �
i x� i i i
I mCfi� t I I
I \�` _ O I O I Q ; 10
Ia r�A M �:.� i�.�. i �i
W IMN0. 1 NM I 14N �{ NM
1 .O vlfA fNaN 1N41 fNN
1 m A�..-1 • �1 ..k . 1 a l.�-i .
� wu,� ���. �a�v i �f�
i i ��il i rt ry � ri � N
i� `�`'�-��
+ .� i .-i � ..+ ; O
�] 1 O 1 tl I O a T
m i M 1 ri �^I y^e
1 F
�
� T
¢
a
�
O
U
W°z
ei ' � � �
�
1 �
� � � �.
�
ca +�
� �m �
� � � �
t� t� d s��
� � � �
� � � �
u�1 �+ � �+
� � �
p�"c �+ � 42
���
- ---� G
�
�' ,
�
�i
� ;
� x w�F T� x a
f o .i , � �? +� � � � }
. t � ;� . �
�1 m n m � 3 }
rt Y rt rt T t�
� Y :� � _ "a � m � ,� . .� 9 � ,,. � tt -�
,a �� � � � �
�` — • ! „ , ,� , } �
. a� -.w —�. —: :, :.� —�• -
�1i 'i� r�� �t � �� � Y
il rl � i� 1'i F.
. � 7 � ��� . .a ia -o �
� 1
'� ^ � � 1'+ tl .r. 4 t 4 � ,
8 J 0 �
� � 'I i ti
O fJ � * + ¢ �
_ � o ,i . o 0 0 o a � �
� d �
� � a � + i � , � .`�
a � �j � � �� ��i
J 3 � i i r F F � i
k t
� h w5 � � � r � o� rl
z 8 ig w y � h .a . a a . � Y �
— O n •1 #i � .J # • 9 M1 4 F 1� O�8
�. � �,x �� „
� � • ; �
n /1 ii $ 8 O� F
_ ` ` I _ � � .. Ji _ .. � � � � � �
} J � — � - w J
a i N7 a}
}
�a - 4� I .sl a y -.! I F� �
Q=. i �.. � �. � 0 6� - 6: � E: � 8 F I 8 P� � ��
i . ,1 � � i s�
� I i�� _ f�.. s{ � I fi� I
i m ry i � i� i'i � + w � ���i . e. A 4 i n-� � n xi i
•� C
� ' � � � � 3
i I - i i i i �
� — — •� i
i
' � i 1 I e
� 1 � : � a � I a
' ` : 1 I '
7 , "
' ' 1 I I � � � '
; �
; ' � 1 i � � �
; { �
� i � a � �
� � � �
; � . �
;
i � � a � a : :5 � :� �
� n .i � n i. � n *+ �
i
�} i Ra i a ^a
INF ly�+ 't. :• i MM .iM wF. yH {.�N
.� fi m:F : r.. i.. i t�� ��� : i M i ,oc+
i 1 +1 I [ � i
'V; I Jy � J. i�- �� ; j� .� � i ra i ri i
�I � ck+ � J ` aF f
r+ � FI � r, �� {
IT� �. . � 1 u W 1 1\ — � .r t .� I �� I
1 I I i 1 l 1 1 � U � �
� i P 7�'I 1 f i 1 t p 1� m� L� I .9 � ./� 1 �� Z
� nf PC.�I I N+ � �'t 1 nl I �� y i ry 1 N I CI 1 �
�r � rf w r� i ^� i M i m � ro In i to � n+ � ri i
f I u, ( I � �
�
9�E
�
�
� ��
� �
� � �
� � �
� �
� � T4"'
W � � ?�
� � � �
� ���
� c C C E r f r r � r, , r� �7 �� •� ��> ? r �
� � r
r�
�
N
�� �' �1�� I I - . � �� � �' r'",
��.��. ;� 43�-- .,
� I
N
F rt 'r m
M1y � ���� �
7y '� i M 0 �
�a no�
y# � �}N
A �
a � am. iO+ � rmi ~ p rr�v�ii. +'�� �
ti .�-� � � H I�Y N .r M .a nry C�'1 x� N
� W � 4 m IO IE W f� 6 O • w a
fC p ` W
,p c� J' a V 9 N�G� �4-T W L� MC 1� d' M� � i5 �
6G� � 0� m P m P W P m a � A� f�1 1 .� . {■� y
.r � w 4 n O w o.a-i D.ri �.�i tnV NE [h�1 7� � M
�O �O 10 �O �p IP �V �D �tl ��� O
_ .�� 9
� �, .. y m d
7 � a o � � •
y � +- w
� n t� n a �
e o �: o o O »
� � Ea
1 .1 y J ..1 N �Y
� 7 � � � � a �� �
0. 6 d. G �
� � t� e —�—M-- n m .. h n � r�'�
c� m o o M m /h qQ e�l e M �? « � si �
N „ d� n ei c� A • w O CY � L�1 U�
+ ♦ � i Y� th o a % 1'� 4 i
P �` O� Iq W Yl Yl F i "r i}: �"
(P [f fJ � �i t`t /'1 {/1 � y /Y !i �
.+ � .�I .. .y p N � � w .-1
�r 6w
Yl �.1
d i �
1 P V 1 t`I �'1 i .a O 1 �+ •+ I O. O 1 o J 1 <I '1 1 w 8 1 O� I ,,
1 OC I p�¢� 00 II �� I Ob 1 001 80 @D I OP 1 ���
1 el't 1 �+N I N�t I MM 1 G�o I Nrl i N'IV i Hly I ciH i
; �S {h ; i � M I � M N 1 �I Pl ; pl !�i Ni M 1 [9 17 I
� --�-= i�-�----�--"---�-i-
; "' i , £ ;�' ; ; ; ; � �.
� o � � a p � � � � � � a
i i w i � i � i i i i
� �� � i � � � � � � Z
� �� � � � � � � � �
i e i � i i i i � i Q
I W i � w i � � � i b
� � � r- i a i i i � i i i j
p 1 m o I 1 I 1 I I �r W
I H 1 I H I M I I 1 I 1 1 O �
I t � 1 1 I I 1 I 1 I
I t ? I 6i I ! i 1 1 I
� � i s � � i i0 i � i � i i �
x � a i x i .a i � r i ` � �
M 1 y� 1 N 1 iQ I ! [
i� f'1 Y i N I �% i 4 q I 4 � � i O �1 b 1 0 '1
I�� { � I N ti I� 9 I� 1 V! i µ 1 � 1 �1 1
I �� �r 1�� 2 1 U I G I � I G I 1
� V1�"^ V'i N � Nb�+u � pryG� I y!. � y�H � NM f N M i NF 1
7 N:w 4 1 `,;c 1 N Eu 6 1 fR I N N 1 N H � N W N I VI 10
1 6 17 N I 1p Q L•J N I q f R � Q G 4 6
1 ,.1 ^ -7 ! 1 ..l r .J 1 .� • f �' f ,.� • 1 � . I a 1 .� • 1
f:a' �'! W. I I U�'1- W. 1 y 9 ( Ll � f V Y 1 U r 1 /.1 T 1�.1 �' 1
1 \� v I f i ��� 1 N r n 1 rl 1 N I f'� 1 N I
t i '1 I I � ti.H 1 I I 1
I ~ I ���` 1 w 1 ~ j � 1 � 1 �+ I �
I I �I 1 1 I 1 ! I 1 d W
I i 5 j ! } 1 1 �3 h
I I I 1 7 I I 1 I 1 i �p �
I �n i {t� i y� ! N I r� Y1 � Y � n 1 r� ! �+ 1 Z ' -
i u� i � � .� � i i na�-s i • .� i e t � i 6 >
i i � m f d I� i�+ �� M � 1'] I 1'1 I 1'1 1 W
�_ 1 1 i
{ S ' G,O • .rtiZ SSV'4�
g� t c t c i � � � i
�
���
� �
G �
L � � `9
� � � �
� o � w
�
�.
�
� � �: �
y� Li � �
� < < c c i l { C L � L- .. �t � ;) .� ;� J
�. �,
�
� ••� �
~ � . __.._____ ' _� � � M
1 11� �V" �
� � m
1 �
# h h /4 m h R__ I^1 � � o �a � v �
R # #'- y a I � a t .a fi ` „ � ��
�o- r m 4 4 c o a� � m a ~ ■ � x W w ,�
q m m � �
m� �N Ar oM *r I+# 4PI P� il+ N�yyk �� �
.. �i .+ N +� � O � 4 .rt. Y � � i
I ~'i � O J~ �+} � 9 I O O 4 �
: ' �' z'. E $ �
3 : � aw� 8 .
� � �t ri ,�a� , a �� q �' M
x
� � i � � a i 6 ���
r 1 .i .F .� ] �
�: # • w a � � �` k o
� i� n * r 4 a i � � i � �` � r i �� ..
F w � .t ry c a i n a a n r � o��
+ n c a' . = d - � �
.n n Fi � N �� + — � t �
R �1 Fl 1 H • ri ,��. � .�+ w� �
� + LI Y � l }
� _ } T ~ Y i
I W W
T
p � rt Ga• � ..6 � p E4 JO • � �
I Q w I 9 a I T F i O P r 6 T� u� � 6 O r d O I Y 4' i
�! � . � .. r5 . {� fi . r1 rl P P � }
/� r� I +s +� � +4 +� M1++ . f! n. n� I 11 n,
I
�� I � - � ' ' ��
� � �
, . , ; , �
I � ] � I "
� � � � k ; �
4 I i i
1 � . � { Y{ �
� I QyI � { { � �C d
4 I �'FI �� 1 j { i `
� i I �� i i I { liS
1 � �,I ;�� I 1 � i • 8
.� a ' - ti :a 1 p ' a
5 t� j�l � i �h I ji { N � ri i� Y rl
t . { � I I �
i��,n ,w� iI�� �a y� ay� ��w � �u i+�: {�.�� i w� i
� y y ��� dl iJ ��� �y r I u� I 41 r { Y r 1� r I u� �
` r+ . I .� w h - n t. i w ra
i i
m � I � ... i' ,.. „ i � i .. i . �
i I I
i i. �i i � : i i i `r W �
i i i i i i i i i i UG o
� o o� m i n .o I v� i a n + ,-: � a. p n� u" Z
inmai +L .� � i n i iO i. T i �A+.F�• a �
rmm�i tn i nf i � y. .i i�r�i
� � i o �
"1 0 85V9
r t L,) , �
, , � , � ��G
�
� �
��� �
�
��
��
� � � �
g d
W � � �
� � � �
� i l C C ( C ( C 4 _ � _ '� ) 1 )
� "�
'�
- - � �
� �
�
� � �
l �
s I
o � � �
o �
c �
• j N
� fl � _�
Y
« n ra m n n m
� o .. ry r �v .~a o n ti p m �
i • M n ra
� m ti o 0 0 0 �+ a in a s " u7
m� m m m �o n mi �o m @o w "�+ tJE a�e
sti �
s m c c� v� �, e. c+ =� .� •• - n� m O ��+
� o� nQ +� -+ �sr ••a nr. nn �� ra •
PO 6-D OY bii Y6 O� �} �-I('1 J H
10 I8 14 .4 �6 �4 t� 1� ', �
^---- ---.�=�.����.r. i
W Y G � �. 6
-+ a a � > > , � �.
a � � t'
o n � n n w�� fc � W
ri o 0 0 "' .i o r: p p �
� w �
n � � � � � � � � � ��1��
�`��� � ti d � �'y
uvW h �m •.
m m � q q p m � N � pp 'Oi
w b o fu � pr �p p ry • � r IC � 4
� f � � ♦ g � i y�i i o �+ C�8
� �i � � n n � n a r�i v � �
m
' •y �I 1 W .y � �! .! Y t7 .i
i � �i � � �
� �
. �_"�----^---
� pae oni avi ooi i N oi pmi
i r,o {I eo � ao i ov � no a-o � eo r am i ���e
t Q09 l O� I NN I 00 1 NIV � NN 1 NlV' NM II k
� w�i N I '� 1 tti M 1 1n M I F7'Iv � Fz b1 !i M � F7 n I q
I
-� j"" � o''`— � r � � �
� � ao� � I o � I � � �
� � , � � i I �
� � ; I ; � I ' I
I � � I ! �
I I w � � I � � ;
I ° ; ; � � ' I I g
� ' a � � I t ; I � �
1t � I �
� � � f , �
�
' � r1 � 1 I f 1 I I
�; �� Q � „'P ; ;p � o ;o � Q r I
� � � � � ,�
1~ P I 6f ~ J I W 4 I N 1 a 1 " I /i 1 4 !
�V� H 1 YI N w i ■ tA C, I N d. I w�+ 1✓� M I �I M I m H 1
•n �1 I N IR 1 N tll I N yi � y N 1 Vi N y IA �� ui I
� R i K C I H 6 1 G 1 C 1 Q � 6 1
� u• .J . 1 X .J . I ..� • 1 ri • I ..1 � .i � f �4 • 1
Y I � 1 �l LJ �' I a.i Y � �.1 P 1 V�' I W� 1 U� 1
; f 1 i � u N ; = ry � N 1 N 1 ri 1 n I N !
� 1 I
I Y f .� y s-i �r ,.� ..a .� r
1 I f �
1 ! 1 } 1 1 [ 1
I I �
5 I t I 1 I � f'
I I .'J I 1 l 1 I 1 ' 1 � O �
� rm a n � 1'1 i YI I N i o I 1'1 1 f! I W 1 W.2
i M N� � � � f� 1 I 1 f� 1 T 1 h 1 1�[ �'
hl 1 M 1 �9 I 1'1 1 M 1 !R 1 m
_— -- ��- v S I 5 1 R � -.'+�+�__"`"' � 6SV1.7 O.
� C ( l l l 1 , �,
ei
i � i �
�
� �
` �, �
�,J [ 1 C i ( I f f l i l
.�
D �
� � � �
�
� � �
��� �
� �I :
�' � � � � ��---__ µ
� „
��� ��- �� -
�
�
� "� �.1 .� :1 J �
!i m N b 6 f +0 � W f O P K �. � q' ) µ
1�. [� po � n h � OI ry� P O ?y• 4y��
;. �. r. a: h y� m P N o 0� p o O O ; J £ M
f� R � tn'� ± h h P h N Om, i` � a m 0 w{y � M f
[V � Y
9.P N'9 li1 �? "� S .� Q� P W'V� l�{. P d� 6�
(.i'h M.� �Dm M1-9 h9? d N P'� N N N� �� # I
W f(9i � m a� c ��W h a a� D D � �•
O.O ~-P ~O f0 IO 10 �10 14 10 h Yp
!
� � P. � , a o q Z o 4.~.� u f� .~i •
9 O G . tl ..1 � F
NI F�i � � �. O 1 d- 1'I 'a! h P' 4' 4 � � � �
o e v N e 6 0 � a ��n n # � n 8 I�
A
z <
J .J '.] 11 .i J J �.7 � y Y i '� i h��r{
R 4 0. V 0. P� 4 0 � � 3
i
h A Ih W f� ri4 W ae � � � +J } mW
YI IA p 1!� O Ip N be h r a h il � � Q y d j F
O q '
m Yi O .�m+ O W F O r � O C1 I�F V � �+ � 0��
♦ i. H ♦ 0 4 4 'Y1 • f n a + n +
� N ♦ v1 4 �' m ♦ m Ic !' h l�
N � YI � �"1 61 � M p M !1 h �+ � �
w �r l d .-� � d M �1 � 17 �-i /�ry r� N II r[ a/F +�
'�.� N.-r �.Iw M.i N+^�
uY �y "�~ a' +' J r �
a �
I� O�1 OD� pF` O�� oGi 40� 46. tt` � P4�I s~ I
1 4 . �, ^� i f� � i i +� � � F �3� �
i rn�.~i� oin� n:: „�I nn eiw. :�: nni �
� � � � � ' � �� �4
; : i a: : I�
; ; � � r : �
� , � ' � 1 � ;
i ; ; a ' � , �
� � : i � � 1 �
� ; I � a � � �
� ; ; F � I � _ �
� � � � � , g�
� i I ' i �1 � �
� �
� , ++
ip i� �a n �+ 'Q � w� ri� a
1 O 1 O 1 .'� 3 a ,�a A.7 J� i J�. I
iNM 1 Ni+ IMw I F Wt' la�++ 1111. IW�si .5ir
16N 1 t� �a~ �!x � a� ��� i�� I���� ��}I
7.i� 1 d• IJ� J• .�• •.1• �- I
iL1Y u�f u= aFa .aF� �i aF31+
� r] i M i� il 1. /1 i. r. � ri w i +�r a
1 I
i � � « i � � � e .. � ., j .. , .. � .. 1 � V
� , � � � � � � , �
� �
� � � �, � . I �, � �, a � � �� I .� � � ; � z ;
�� o����� � m � 1� m W i m
1 1 4 1 1 T H�� � � S �� I � � � �
c)S1 �+4Y'17ro�7..�d .f.7. �7 �.
( i �] I (, 1 � � � I ! " � � 1 'F Q � S
1
�
�
�
c_i
�
�
�
�
�
� �
�
� �
� �
�
LL V. �
Q �:v �
�
���
c c E c r c c ti. : . •. � .� � 1
ro
00 � �
'� Y lu
� ' ;�
(:�� � � a.
��� �
: � '
�,a� �►g �
so � 30 � �
o•A oF�
4F � k T
� A
.--�- 1 1._ . ..� __ .___4__. � _
T N f �p N P .� n
.9 6 8 M N Yl fi� ^ N `� �
P M L'1 q YI �Y tl � A y.11A
n e� n � n h ^ n x..� s w
n � h n A A r, 1� A �+ Ikf y „
t� A �
N
m�o w�w P/.0 m'�R �' O
Y1 .y W.� VI H t'1 rl �y � rq� }� •
�� a b o? op o� �0�. � �
� r a
�
J t+ 0. a � .
n a � �
N
* j �a y�n � � 4 r..
n
Q ' �i o o O � n
1 r P � �a
7 -- � .."i+ � � ¢ 4 . I r�
a s, i w W .. n
a`". o��. g.R � —�—�k n v^, o ri � m m a
�i`��i o m� n w � � .•�, o ei � � o�S a
• i f 4 } 4 i O i
co m v 3 n n a a w • v�. 4
� � � � � � � �n
•i W M � �
lh ��
x�
I 1 4 u I �'1 tR I �'J •A {� PP I O d p 3 i O O 1
�I 1 Pa I 6�N1 Y�R i�'al a01 P?I 091 ���
� I MM 1��� e�h� i nHi mTl Mn� fl^te �
f i i r i �
�` f I � 1 I � ! N T-I 1 �l 1
t � P i i P i D O.i t ! � �r$
� II i PG i i i i �rI 117
4 I i �F� I 1 I 1 1 I
5 i 1 H I I I l I i
i i W ' a i H w � j i i � �
i i o i m i �' a i1 /�i i i i � ,LL
'I I � 1 pi 1 � � r � xf I I 4 �
1 I 1 ' 1 P { L y7 I 1 4 �
I I �+ 1 .�7 1 r. l N 1 I I 4
I I ft I a 1 � x I .i ��1 I 1 � ¢
I I �+ / 1 N rI W i I 1 1 �
I { 01�1'_` � N 1 �O�'L I Op Ff P I J 1 O ; �
l 1 N\ 1 G 1 •11.\ II r a l�1 I N 1 Ll
1 I~, I ! � 1 �� 25 I' G�1 iY I~ A ' a q 1
� 1 N o H u � M r tn p r+_.] I W P� JI N N � N►� � N 1+ i
7�R W W ➢L I HI W Y 1 N N l N N 1 Ill N 1 YI N I
I i1 Q {� �1 1 (J 1 . 4 IJ N I 4 uF?1l 4 I qf 1 6
I F 4�'1M�+• { 1 aV 1! W. 1 J V w� U�' 1 tiJi' 1 !JJ V' 1
I S ti\� 1 1 �\ \'� V' 1 h I �I 1 i! 1 N. 1
I f 7 �11 ry 1 = 7fi I I 1 1
� N ! ��� I � � ~ I � 1 ~ � ~ 1 �
i { 1 1 1 I I I j y �
� I I I I I P 1 I 1 1 y4 G
I I S i I i ; I 1 i� e Y 1 � f �I w Z
i i r i ` r i � i r s r i M i � I S p
OSi S y' 4.dS,�d .FIZ SSVl3 O
�C. t G � �
_ �
�
. � ��
`�► � �
�
� �
:C � J �
S.J �` � tu
� ���
�
���
� ���
, ,
� � ii
n �
8 4r W
F
� f �
�� ~
� �,�
�� � �
�� �
�-
��
*�
— ,� �.
., � � �
r t ; u� oi
� � ., x� � e
d" � �
.� � o
n� } �
:
. �� � � �
+ 4
6
i
� J
J F
h � � �
A �
G �
4 a �i
J � * J w
°� a
. y
r �
� � � =r
� .�F
�i � � ¢_�
au
: rt K
� .. �
I 44 I ���
I
��
�.r�.... f � I � ' � I
1
I •
� ' r
I . �
� ti
�
w ' � I � � 1 �
r ' �
' '�I
7 � '�•,� � ; �i
�
� � `�, .
� ����;�#k� �
�
�F 4
� i{ w r� � w M � i l
1 a Y I .2� }I
u. i t.rt
i ..
� i
i ~ � ~ O y
� '—_ _ 1 p I 9n ! F
' L C'Y 1 X 1 �� �
� �. � a � Q
ast �s'e�'� �oc•d .�z SSV10
� l . � i l. e i
Z�E
_�
�
�
� �
� O �
�� �
oc �
�O � � '�]
ll] �,�y � �
� w � �
a
� ���
t r c<< c R r c� �
, �l �7 :i ..► � �
. � �
/ �
Y�
2 `�' � h � � � M
FY � AF � � �
�r /
f �
---�--� � a
o • � �q n a� � � c
ri n n w a � .s+ ro .". v
!•1 ^1 e'S f� N ;.� P T D O �L
Yk W N vf N '1 Yl N .9 �P M� •
M W W a0 M m aR m 00 010 W y 4
:'- � �,. •'.� ��y. '1 _I " P :, T ] 9� ]� S 4 � Q N
z 1 �`I a ; J �: �1 J t� j ,p J 9 J �Y 3 �D O !� � r
• as � u . o .� f� ri . ro n p � s
�� > r� v �� w :v a • i r 5 >., a ri o.�. H
� o i u i� o � o i p �i � i o i o i�o YrF a
0
�.. e+ .v ' � y.� t s. ao � N �—•—r��-..- +—r- �
? .J U � .^f. '� J/y �„/ � H
W 4 Y! �rll W� G �f1 � 0. W
+r1ri ..7N � � `� �
� Vl n � � Y' � � W
J J � n1:�
Q � � a.�o
0. i;
�a n w o � 5 m � � r�� �-
� a .a m m m v r e d � pp �
�e .� .+ vi '. n r w n Y� S aF� d
� j n � + :� � i � O 0' �. C
m n n1 iv r� r� o� y �+ �'
T OS T P T G� T 0� o� P �
�i YI
a a,
.+ u
_I ��4 I N 0' o b a.W I J o 1 er r o�J t o 4 I o V' I J
�� rl 1 I� I� � V(!' I O m i O O f i`I �"f I O O 4 O O I O:i 11 Y� ��
1 rl.ne 1 fv ^I � � ul i fp A I N �l i .� .y i � n 1 y'. T i fi N L �
f ! 1 1/ 1 1 �( +C 6 I /U�M I F
y���, � L
' 1�`"� , ' �.. 1 I 1 �y�
iR � 6 i i P i� � i � "�
r i � i i i i
� i � i i � � i
i � � i i � i z
i i i ; i ' �
r i s i � � i i a
f 1 1 I � 1 1 I N
t i i i e � i � � w
i � e � I � � a
i i i s i i i i m �
i i i i
1 1 i e � � i � N ��j'
! q 1 4 f - I
4 Z I f 1 ,2. f I I I U �N'
� �! W 1 0 I 6 f .A A4 f O ! V I � � j-j
.l tl 1 N I �l /� y � y� i Yi ! N I S
r w 1 I� I-. j � �.. + I.. I .. q f�
1 M 1 J I u � H^ I V � a 7 I
1 v� SC �. I.il .1. �l s+ I VI 1 Y 1 Ill 0. [ N M 1 fh N 1 L.
l f/l :7 N I 1/� LO I N N I N'M V 1 N W 1 VI YI 1 [q N 7
r � � a i a i a r a r a i a i
I 1. H I Jn i J� I a• � 1.J. I 1 J' • 1 y�
l 4f n I U� I �l T S 1 U� I�p ! f,]4� Y
� r7 1 rl I V M I 1 I Ci I N r rl � O
I ! )
� -, .-, � v i .,a .. n {( ^� Y-
i i i I i I I � �
1 Ctr I O ! 1 C, ! P I 1 1 W� �
1 � � CI 1 M'] +3 1 1 i 1(T m N 1
^% l f[ I+' Y r I I �K I� � j +Qi 1 S m
�1. I F� 1 d I 1 1
0 5 i S ~ Ea� � SSV90 Y
� � L-� ( l [ i L l C. .. .� �
8�E
�� _.
�
�
� { i � , r � f � i (: .. ? 'l � �
�� — - -- - -
� � z;
� �� � ��
� � N
a LY � lu � �
� ��� �
A ��� - .i .' �
a � �tA ,
� � � �! 4 �
� .e p
� � +
7 � fi y
e �� e
� U
fi i F� r5 �E K 6
� 4
� S
�i ;
� p`ss}
i
� I 1 n +'F a� IY E J� FI
}
.I r� ii s` �i� r� f1 1� �
i m m i 1 ■ 91 IP � e� �
� � w
t � �
Y�4 Y ii Y� F ii r ri Y fi + F� Y YI � f' -
'°° '3 " �� '� '8 '� '� � S �
��4 �6 }� i G �G �d �6 }O � +r
6
i
F
� J C
,', � �
� Q
M � � ,m
� :. '
T
�� I'1 — A
F # ■
4 � 9' • r
Z
Y� t - .. S i
T^� � ^ --`�—�
i � fi �
6 � �
I
�
i �
I
_*.o
� :rO:F
i �
µ ;rt
�
�
� �
i M
�L � � i l
,
r
4�
04i
•i �� �
� z �
� " .. �� ,.
- � w �.
P � �. ��W
# f Y
tl ~ Q R � ���
• * � �
{� ► a � �
YI
-3 9 I .} 4� � 4 � � �
O' 4 I � fl • i ? ��
� � . .y` �.�: �
i n�
_a
� +� �� K � v
p i o G 6
i I
� 1 � � _ �
� F �
� � F I F �
I I F Y+ 4 F I
1 � � : � ` � �
, � � �
� � �f � F ,
1 I` � I ' � �
� ': � : � n �
1 �t Y J i l5 Q � ri � I
I ' � �
� j J� � ; w i � iil I � ;� � N Ilf \y}+i I
T+ �. ' J. k ,y �, • �• � JR
4 J' M J+ Y W � 1 Y Y+i �
�� ri I fi rl 4
----i
, � .. � _ � � � �
, � k � ,
�9 1 �
1 f
S � f
1
OF'J � �L" , r4Q
l 1. �
Y
�
� f
�18
��
�
�
�
� �
� �
CK ..�
� � � �
N � � �
�
u� � �
� � �
� � C �
r � t 1 l ( ( c l c �
.� .J .� J J
� � ri
Y
�
v � �
LL � �f / �
� � F� / � K
� f 7 / � �
Y` �
r
`n 9' N _ m
u` — ' ' �
��_ W 1'� A C. 0� N !'1
�. O FI 4� M1 P i� G� f� y[� F
tr� 4 C �j I i m YQi M N Z J " w
_�` W m OD �b m O7 � - � {N � �j d.
� � �
� N
r o �.0 i' i�a r- na n� i.�
'1 •' 1 �' "! �' : i t N � r I P N 4 PI S 1' 1 d •
O4 •]C� 00 JO DO 00 h�] 00 �� .,] a
I O O 1 O i O I 6 4 O 1 q i a �
h p
- -_- � '�^_`_Y^-_*"'� s
K ^� �
J
� � a w
^ m a
re � � �� w
� �•In
-T--1-- � � ..Y ':
i �� �i n e w m � y m
c+ vi ' � ci .. n � � a[�s a
� ; o i a � YJ �i. � p:U�O
� 4 � �
G� P P N P P R � Y� a
� �
x
1 ? 3 �-' A 1 O v� 1 " 5 i :1 D I A 1. 1 � O 7 -0p 1 J
1 a J I C J 1 �1 j; q'� ; YT-N 1 Fl 19 I O d f O A 1 �
1 ryri Nry 1 N�N 1 G+T I •+�1 i r4.�1 I N�Y i op { ��
f Ti: rvi 1 Ml ^1 1 M��. I 1"I 1 1 1 �+ 1 �9 .O l
{� . � _L_-f� � �Tr
1 A I �^ i � 1 7 1 � i � f f
I L (% 1 � I n ! I p 1 1 �.
I 1 I 1 I 1 1
F I 1 1 i I � I 2
�
I I 1 1 1 I 4 1 y
I N i H i i i � I i y� y
� f� � dt I I I j I I o a
I p I b I I I ' I �
i ` x� i i i I I �
1 W ; W 1 1 I y� I I
1 6 1 G I d
1 = Ll 1 7 N I �'1 4� 1 l � I� I N
1 J ^J 1 U ^'J I 61 �J j „/ � N� I V I a 1
1 tl N'0. 1 W NA I PI N(y {NM I NCW INR 116H 1
1 V1 N 4 N VI I N u� r N UI 1 V! � 1� I W U! 1 41 Yl
i H ¢ e Iw a I H 4 I 4 C I� I<
4 J�� f td J t I uxr u� I�• I
IU� u�m iJ� IW� 1
1 � f1 7 !J I Cl I N � �1 1 fl I I'i 1
� = I Y
1 ~ I � ` � j � � ~ j ~ j „ j L
1 I R I I I 1 1 N
�"^
� 4 ( I I �' 1 i 1 � �
i i ro i -� i e�i � i° ' n i.. a�• i w� n
� `i � a i :�� i K i m �t � � rTwx., i az �
� I 1 a. 4 i 0. M 1
"o5i ,Fy �� eya-d.,ti2 ss►na
t � � t � i t � �
f
, � � pbE
�
� r
r �j
� � �
� �
�
� �
� ��y
� � �
� ���
� a��
� ���
: r
c r � r � r �r �. r
r> ;} , i
� ,fg Y
� �
g � �
�a � � �
�
N � � V+ � �
�1 I m
�
. �
a r ti m a� �+ n i n
'� � . 8 t i ± ! A s� W
rl ! M a i i 4 i RI ;� � �
d �
i. � . 4 I�. } �. Y 1.. I- P h J f• ] � � ~
• { Yrl r { r i •I ��1 T�1 �rl } •
�m -se� io io so �a i�Q aa �� 1 '•
�} �� . 4 i+i � O I O I 4 6
�
� J �
� � �
� � V
Q � n =
; o � y+
y
� r
� * ��
F �� �
a —. �—�„ "
> �ti
a * Nr Yi f' +1 N � iS 1r F'
y f w r ,. .. n 6 2 K
4 i� O R J +'1 T � R L} 8
+� � r{ 1 +
Q A r W F q� � } m �y
- � N
[
d a f� j 3� � rl Y+ t C i y F .Y V i 8'J � x
O i` 4 � 5�w � 4'1 I {Y4 F #ff ff'3 I
. I m s I�� r. i- E y F r1 � O f I i ���
�� •i.i hA . n'+a � ii+w �
�� } �„� L
r ' � � t � r, �
i i � o i �
I I . I i
i
I i T
' � Q
� ' I w
� � i �
� � i Y N
i : i � w � � � �
i � � r f, � �
� a i
{ I Y L
{ i a� i v� i � M
i �
I �c i i W W
I � � . ¢ I o
n' S i .i i n � n 3 55
� i � 1 .. i l
^ V i�1 � i y�p { 41 J. 1 L t I+ i N� i .� r�
i w . . i�,. i ��G i s,R � w tr � �.4w �
� J �! I i Q � r j J i
� a` I J-tiY J, I..F� � �
� J+ + J i u Y� I � I J ; � � J T I � �
i .� a ri { J•i i i i �� �
i y 1 ' y ---�—� u � � � ' � p
i � i f
1 m � 1 � 1 h I 1 A I i VD � �
M I»: � 1 1'1 I �O I I'1 Il 1 W E
� �!`I p, �I � 1 I I ! I 1 ` f{ 1 � �
� < N P �1 1 �K I r 1 % 1 +' I
d S� �4 V 9'a s�o5t . rr SSV'1 � a
�� < < < l � t t L l 1� (r G .1 J J .� i I 7 �
i �
� � ��
1� � i�i
��
� �
� � �
� � � �
R� � � Q
N
� � � �
�
� - � �
. � � ( C l l t � ,
���
i { ( L t C f f f. � t , � 1 7 �
.��
��
,�
�
� �
� �
1":
� � �
� � � �
� 4 r..�
� � W 4
� � A
w � w
� � �
� �o�
5 i i { i �
, , r � �� �� �
�7 ���
� O % T
�� 4 � �
a �' � F` �
M1� � w
M� T � � � � _
,
at M �
k � k �
� 7 I' � � �L
n .� ��d 7
4� *' �
�
Y' 4
N
� ., a
YI � Y �I �F y $
ys i4 Yi i � � ♦ ! J W
+n s i m o e r w - w ��, e
� � w
�a � : } = *r'+ e °i r -
�r W o ■ r (L � c
_ 4 ti g GO ?G 3P 3 �1
Q +} � '3 � P 0
—_ - _ i
•3a J J j
T F 5} � `
� � � * f 7
L�� � 4 � ��n
.�_ �Y �
� >=�
� i x � ri n : � :��
�a ; � � � ' ���
O o 9 ! Y
n� � y • � � ~
•+li O 6 � �
- • ] � � �
6 �*
i
0.5 � ...4 i V z -} , _:G i 'X
'1 �I . n I. { ry Y� . +} � O a. N �w i � a ���
F i � � /�n' �s � _ _ _
i p - - � ' � � ' o-�
. ,
� R � Y _ u I �
i i a i �
�, r Y a i
w � � A : I i i � J
p � � ��� i I i i � w
'3 2 � - � . i i ;
(} +r� i i
� � � �
's [i �n�n I � � � 1i�
4 J. " x i
� `l � Z �n � i � w i �5
� � Ii 4 J5 { .1 i 1
� � j"_4r nC�n IML i J� � M�� I f
�u � m�,�� �'3m I y w :J�n W
� � � � q �. I
� i.Y-t J+15 IJ• J� I I
i J r� . '' �.�• i ' F i i
I I
i ,. I y ti I Y � � �
1 1
I I
� 1 b I 1 1 � I �u Q
i � m I UO �
:, ; � � I �
� T : � �: : 1 dz r
i K ` � � �Y i+ i^ i m
i m : i .. w
(JS! ~5-�na �nt�.� wr S0+'l
s� < < I ! f i , �
�
�
� �
� �
S? ''�
� � �
��
� J �
� � 4' l:
� � F-� L7
� ���
� �o�
ci
x
�
n
��
��
_�
��
a
�3
r
u
�
�
�'.
� J �
�
�
���� �
---- ni�
m
r+� w
� a�
r� —
�
q
F"`
lJ3 �
.-. �
�
L!l
� � �,li
� �
t� �
��,_' ..t� V
�d ' v
1
�
��
s�
��
F• �
��
��
�
id
4t1
�
� �
�
w
� � �
�� J �
�.7 � d
!1! � � q
� Q � O
�
� � �
� `.�.�o�
�
�
�
� r� �
� �� � .
� �
� �
tt �
� � �
U � � �
� O � �
� � k,. Q
� � � �
� � � �
W
�
J `�
i
� �
� J
� �
�.� a
3 �
V O
.-�
�
� � L+'1
�.f1
4 �
_J q V
�d� r-
w
��� �
�
�
�
�
�
��
m�
�A
a. —_
�
� �
T�
F11 p
�
�
i
n
w
Nr
�_
�}
�l 4
� :t
� I
Yt
k
�
' o �'
�� �
a �
7 �'i�
� t� �t s,
� � �. �
� � � �
� �
� � Q �
�
� ,�,
�
�� �
� '� w
��m
U ix •+[ iy
r�n �Wa
� A �"' �
� � � u.i
� � � �
",,--�- ^-----�---
�
�
n
���
�
� ��
�� 4n
.-! � �
��� �
W
Itl
�
�
� �
m�
� 4
� �
I �! �
4f'I
i
� I � L L 4 ~ l
I � .
�i '���' '
i
�
i
� �' � �'1
i
I
�I '�1���
I
I
i
'
:�
.i .� .. .�
���1 �{ � � ���
�
1 � ' ., ' '
N
�i a
e� H
% �
W W
� S
�
�
�, r
�s
1 �
Ja
a3
�F
v
4
►�
°�
� �
�
����
� aaw
., ° � i
� ���
� �. N.
� �o�
�
�
�
�
�I�
�a
��
z_
�f
��
��
��
�
�
w
►
ri
, F
� �.
� �
w �
R
y� r
r
�
s
.� � p C7
� F�
�a � �
r-��� �
�
V i � �
� � ��
- ,..' � �
� ti�
� � � � � ��
----- �� ,� � �
�� �
�
� � � �
��,� � ,�o
���
�
��� �
�
�
�
�
�
�
�
��
��
a�
�—
�_
_�
��
��
�
�
� �
� "�
�
2 `" J �
� a .x �:,
� ° � ¢
� o � �
w � ur
a � u�i
� � o �
r
M
�
s
g�s,�
���
a
�ax
ea�
� U
� � �
ti
��o
.,sl�.xz ,
�
` r'�
�
��
. '
._ � _ .,.
� �
� � a;
�
�� �
�� '
� �
�$J �
u..�
L.p
�
���� �
�
�-t-- rn�
�
r*� w
� �
n. �
F
M�-
��
x
lll
�
��
��
..-I
��
��
�
�
a
�
Q
i
�
� �-
J Y
�r
N
f �
F
K
�
�
� �
� �
�
� � �i
� � �
� 6 �
�
I � � �
�
�
�
�
�� �
w t
� �
�
1�
f,
;�
� ;�
¢
a rt
�;
LL
�
r
w
r
i y
! �
� �
G �
45 1
a
z
L
j�" - 7
{
�
w°
�
r �
7 ,{1
j ,� J
� � �_
rw r' � * u
u
Y Y
-' .� e r
A � °,�
.,
4
_ _�
1
-- —�
� �
i.h d
� �� �
7 rt� J
— - - u �
1 ¢�
r•
��
.}
. w
�#
��
�
��� �
M � �� I J
�
�
�
�
f� �
�
P7 W
� �
� �
�
� �� �
�
�
�
��
��
r
W �
�
�
�
� Q
��y�
¢ �
�
�
.
_�
�
�
�
�
�
� �
� �
r�
J
�
� � �
p� d l.S
�e." p ,,, a
� � � w
� � N
� � 0 �
���
�m��
b�F
�3gu
x�
���
�
�
O
�
�� �
�� �
a � � 1--�
��� �
�lJ
�
�
� �
�
��
W
Q �
� �
N �
�
ci
�
�:
��
w�
��
�z
�
��
�
��
r
�
�
�
�
n
,
�
�
0
x
W
�
�
a
a
h
� � Q
3
��
° ��� x
� w ,�
W
j b�
00
z
�`
tJ p
� �a
�' a
J
sr �'
�' N
4
W �.
1�t
Y_
'� Y
��
J3
�
��
0
0.
�
�
�
� � �-,
�. �
- �� � �
�� �
� �
�
� �
� � � w
w �;��
���
� �o�
�
� �
�� ----
� �i41 5
� J
� � �
�� S � � � �
� � k
i ;�� �
` • r
- L Y� �
�
�' � i
• }
� � �
/ I
Q�',w� � }
i4 �
� ��#
ti '
, +�+
� � r �
�
1
4
N
�
�s -- - n= -- -- -
1 y �
� 'Ti\I
µ� Y
� � y
��._r_
�1�
.
4
_� _ - _ � {�F�
'
_-- -_� r
4 * �
� {
M
�
O
fi �
�
U`�
� � fl7
LI1
� �
�d J
�� �
J �
w���i H
, �
� � J
�
�
�
�
��
�
� �
� �.
� �
� �
._
�
n
��
SR ;
w
��
a
�
r�
� �+
i[ �
�
�
■
�
�A
T'
J
�
�
���
���
���
�� .
�6�
�
Y
�
�
�
k
a
k
A
�
{%
k
�
�
�
:
�
g
��
�
�
.,
;� �-
fx
_ �
r �
• �
��
�5
�
�
�
� �
c�n,
� �
r�l
� �
� � l/Jk
� � � �
� � � �
� � � �
i
� � � �
�d
C7
d�,I C`J
N �
1-
+S F-
��
� N
��
�
U ``
ul � o
�� � �
u4 � �
� m .�-'
n
��vi ��
N � �.i �' -
�
�
L�3
�
� � . �
R �
� � � �
� H r�
�
N � J a
� � .
F.�� Z _ •
1
3
�
J
�
Q
�
�
�I�
�a
�
N
�
1�
[ F�
U a
��
N �
U
LL
�
��
��
3
����
�W
���
���
����
�
�
I
Y
/I�
N
�
m
1
�
�
�
�
�
7
�
�
O
Q
4J3
�
�i
�+
�� �
� �
�o �
�� �
J�
LI� �
IJ.I
�
�
�r} �
�
� n
� M
�
r
�.. �
�
�]
�
�
� �
� u
4
q
��
►-
��
S �W
��
��
�d
��
�
�
e%
o �
�� �
� s ,w
W � �
� �n�`- � -
� � �
�wW ��
f � 3 �
� �
�
�
�
�
�
�
�r
� p
� 4
�
r
a
4
�
�
�
�
� ��
� �
� ���
� ���
� ���
b
.J
�
�
W
�
0
�
{Y1
�
Q
�n
�� �
�� v
� � � ,�'� -
, �
� � �
�
�� �
���
1 k
� '"0 -
�
.. ���
��
--.w:� �
, -
� � � : __: , ��.. . .-__.
�
�t
��
��
y
�
�
e
�
�
�s
1a
�4
i
�
e
k
ra
G
�
J � �
�� �
g� �
�� �
J �
a o
. _ �i A1 � '
�
.. �
� �
� '� -"r .i'
� � �� "`�
s.a ���
� �
� � �
� ���
_`
�
�
� �
�� �
a
� ��
c�
w
�� � d.
��
�� �
����
�
m�
�-
���
�gw�
����
�
�
�
� .,
��
�
b� �
■ �
�
���
41i
������.�
��� ����
�� B
��������
�������
��������
����«
����a���
�
�
�
�
�
�
td
�
�
�
�
a
a
�
a
�
r ,�
��
�j
�a
�y Y
,�` !"�
�6 �
�
��
0
�a
�
d�
r
�°
n�
�
�____v^
�
�
� 3�
'e4� �
�„ � .�!
��
w � �
�% �p� d I,�
'i�l ra" -� Q
� � '� i�
� ���
��
*��
�r �
_
�����
�`W�i4 ��1
� ��
a ���� ���
�s '� }-����...+++�������16
4 6 I T +
� �
Y �
�
1
� l��F rt � � �
I
w �
�
� X
� 'k
� �
�
F
� '�
�
�
�
�
'-i
�
u
x
�
<
J
S *.
� Y
� �
�
�
�
�
� �
�� �
� � �
� �
�p �
6;S y, �
� ��y.
� ���
w`��g
m�� �
n
!Y
�
��aN� �;��
�.t..,,a � �
�
�'
�
�e�
' r��
,% .
�
w
�r6
l
N �
7
0
d
�0 i
� .�
r�
,.`
�� ,
���
�L�iN
ax
���
��u
x
���
�
� ��
�
J
�
fl
�
�
�
�
�
F-
�
�
1:.
i
'� Y
�%
w
sd3
Id4
��,r
� �H
T'
tfi
N�
;
�
�
� A
� �
���
� ;��
� �{�
.
w. ,'.:.
�
Q
_ z
9 N
�P d
fi� A��
�a��
�, � �
s
�$Y�
x 4 :
�OJ�
3 l.�lon
4 �.�h,
� ���3
x
� A �
�p
h
}� �
�� �
w
�
�
d . 9 h a� �
w 4
�� �
� y .�- r
d; d `
� � t
fi �
K
i�
:�
�
g
t
n
�
��
F�
� r.
�
�Q
a�
a�
�
��y�
6
�
�
�
� �
� �
J �
����
;���
� � a Q
�
� � �
C
. �- —
��
* �_.W
�
O
��
�
sC �
t!�
�
�
�
�
i*i �
}S #-�`
L0 �
H I
� �
�
�
��S? Sl��i�$ �51� $�J��.`L'�'I�I��r�'
� I
� � � � i:i � � � �
� �
� � � r;�
� _ � '� � � � � r7i �
1� �
�
� � �° n cri� �v rz.i � �i
d i _- -
���{���
�
��w1�+
oo�
J a-
� �
6 .
O �
u� Y
i� Y
�
r
Yi
� Is
# r
a
r d
i �
k
Y
4
4
n ��
��
�
�
� �
�
�
sa � '�
� ���
� � �.;
� �� �
����
r� � � Y�
�
�
�
�� �������
.I�/E ��__�
� � J
. �
� �
� � w
� � ����
��
� �
� . TF L3
.
�
.9 ,C � t:
N
}__. �.�fIL 8�
1 �
` ____ �. {
r i
i i
� � �, � i i ,�
.' � �' �;
�,�' �, � � � �
;: � �-' �' -----• � �
. �-
, , � �
. � � �
9�j� ` � i
� i i
.y�`.` ..o��.� ��
�� F6' `'= �/�',a� �
� ��
N 4' if
.� �u no
� � �i �
� ,
� �-d .��
�� � a�is
� �� .V16 �i�"
�
�!
.
�
��
f
,�I� Li
n 9ief� EtiE�d ,9i
�
� ��
� ��
����
�I� �
1 �
�
�
� '�
��
�
�
�
a:
�
��
�
�x
�tl
4�
�
k
� �
�
�
�
� �
��
� ��;
��
� @7 W
� � � O
�� � �
� � �
� `•.
.��� ��
in �` �.
v, `�
x ii.i i`' �
o �
b
+� . � ^i'
-�+ m US
T� �
S'! �
� 2►� C�il
Qr���
��.� .r
�p�1b�
��`���
���g��
�� ���
� S�*' �
� ' �:e��
N �' �k���e
g �+a 6u
� �
�
0. a d
��� � � �
Q
d�� �f
a$` �II�
�
N J �
�
�,
�tr� ee�� .r�
9i� F,%�id .►�
T$id� fi�.� �E7.
� #��4 ��
,kf S�
'� '4
��
Ip
.�
4 � Y
3 � I �
V
� �
� �
�
i9 I �—�y �3� . . I — � �r
6`7 (`q a -1--�� �fA� * = 4
� � �E ra � -�-�. �. � :
�� .
�
� B7 fJ �
� �Y1�J
A
�
i
�
w
�
L `S
� � M
� �9 p '
M � d
� �3 ��
�� �.
���
� �� .
J � x � S 4
� q f
{ �
� 4� � ,
� j 7
� � � � i Y k
� � 4
..� �+ � � I 4 �
� � 4
��. � � � � � � �
� � � � 0
x. � �
� � ��
ry �
� + �'I�:
�
�
A
F'W 5ii�6i '1
: � � #
x� �
� � �
r} ,� 1
�� � r
� � �
�� � �
ti �
, s �
F`- � � �
� i
� � IL �
�� �
� t
� � ���
�
� ��
��4 ��
_ F ���
��t �_
� ��,►z
�
��(
�Oi
�
�
�
�
"�
p
�
� �
r�
� � �;
� ,�Uj�
U � H
�� � �
���
� � � �
O
.�
�
�F- -�-,a� �ve��..r�x
� ��
#
Q�
a
<c
� �r �
Z :r3n
�
� �
p� 3
� � � �c
a s M� }q
r p b J
J � ; ��-25 , 75 n�rc � �+ ;� � � �
�n �aa � t
� f4 �n A � 4 � �
�a �� o
n`` 1 d�
��
ti �
���m�N
�4��a �
�
3�����$
N��
�u���
A ���
� N�����
�
» T" °%� � `�' i- ai
a ��e�F-
. — - M � a�s
I �91 as �ci4. d ?i+�'� �1i5 j �-
: � >�
�
91d6 60�-d .Yi
�
eo
`*� - Ce � V/ �'
������ �
a� P + o� �4 �
�
LR � �
� i�
�
,�
� � , � � � �.
� '3 P� c�'�[m °�, f'V i'� � i
.a/E aF�"`—`��f
,3.
�, . ;v
_ � - �a,
u,��
E4 (fj
M
+t �m ti
_ �
� -�
N
.q � 1�
_ ` =
m
m
9�as eoe-� .rz
ss
� �
��o
� �- a
�
N �
ii � �
e� � N
►-�
��
� ■
A, R9d
�id
a
4
�
�
�
�
�N
2 �
Y �
� �
�
� �
� �
� �
�
�
�' �
� �
aS [a.
� � �
� ci a �l.S
� k�i. � 4
F�- �
�����
� �o�
�
���
�`���
rr+�+ Y '
6 S
� Fw � �
����.
��f��'
����
�wu��'
-��� �r
G���.
5�
7 _
* � N
F r _
ul ,�
VI
a � �
d "' �
`y r
.� �� �'�
� . �4
��
.
.�
� � �
w � ��
:c� �
.Fi::: �� �'
�I!! �: {' �
� �
•- �
� �
� J 4
9 �� � -- , � x �
.� ' f
�
�= . �1 „ - � �
I � �
W "' � � � �► 4�# � F � �
�� R � � � �
�� �� � ' �
�� � � x�� � �� 'r
�� + �� � x
�� ' �� •}�, � ��`
� � r�
�s � � �r � � F
� I � F
�} � ' _" I 4 y �
�, �
��� ti
w.r ', r
� i 7�
�l.} i �
fl �
� � � �
^� � y �� I
� 1 W _.
Y '} • # I,�{
� � # W ���
�i� t{IC'd t� 4 a �
� — �} ? J
� � ��.---�" �
� � , hi�, bl
►� F2 '� � �
� � ��
��'a # � � _ � _� � k � �
° � � M� ���
. �
��� �w � � LO � � r �'�`
- � ��� j
o- ���
t �� � �eµ
�� � ���
� f � � i� � " � �.
� � ,�� �
� � �
' � �
� '� �
,� .
��
�
4
� � r �.
I � � � - �
� � �
� 7' � � a
� �� � i
�t "'r. �
�
Tf�9 En�-a _td � �
�
� �
� �
� �
� � � �
.� � 1� �
C��1 4 W d
� ���
� �a�
�
� �w i
.���
Vo
_� p�
�� � o�
1
��
� � 1
��•1� �`.
`. .,�' ~' t�.
��� -- �- - {
��
�+� {
I�
d
� y 5�
�'i J 'a
Pt+�' M
•� n
�� '�
� 4
3 �
�
�� ��
P
�J ��
__.�w.-�--.,J�
�,�
. �,�. .,z - k
:m�a-�s�t �-
� � J -�
� J
` . Z I S � n�'S
•.�fi�2�30 ���ia
,.,c �
��
��
��
�y� ,
�
�-
� ��
. ��
� � �� �
��
��
.�� �
��
�.
�����
����
�����
�����
�s���
�- � �
���
., ��e��
��
� � ��
��� �
��� �
��� ��
���.
�������
������
�
� .� SO�_�di
�
�
�
�
�
�
�
�
�
�
�
�
J �x
� �� ,
� �
� �
�
� ggg
� �
1
��� �
7 Aq
� � 19
id 1
6.
�
.�
�
�
� �
� � � •
� ���
� ��
��
�
��
�
� ���
��
�
��
�� �
� �� �
��
��
�
6
�
�
�
�
�
�
_ �,
�
� r
� �
Y''�
�' � GLd
��Ns�
�
�,LL��
���a
w
� ���
e� �!!
�
�
R..i
�
�
�
�
W
�
��
��
�
��
��
�o
��
��
��
x
�J
��
��
�
Y
Q W
��
• aa
'r ;
�
��
�M� �o
947
� �
�s � '
:���
; ��
���,
����
����
"r
��
���
0
����
�
�
�
w
�
�
�
��
��
.�
" ��N
� � ��� 0
Q m �
N ,
� ° ��
Q
� � ��
� �
� � �
.� � '�� �
� �� �.��
o � •� � �� �
F ��
K 6 r�€�
M #� i
O �� N
- ^^ �
�
� �� N�
� � � � � �
�� �
�
� �
� � 'u �
� �'�"
�4�' {
� ��
�
�
�
�� Qi
�' �
� ��
� ��
��
� ��
�
.�, �
�
N�.
��
��
��
��
��
I ;
� d
�
�
c� o
�i
�
-.•y
�
�
r�
ci.
e�
�
• cc �a .,.
� ��'�
. '••.��
cS '"�
. � � j
i � u. �
. [1 tn
.1
d
�
11J
F-
Q
�
�
a
z
0
�
�
0
a
���6m�6o� ]��sn�aess Eq�gt� ��r�pl��nce
���C� ]P.�.�� ]L]El�'� I1�T'�']El�'I'IOl�IA]L�L�' ��LAl�TK
CIT'Y QP FORT WORTEi Westside III 24-Inch Water Transmission Main
STANDAAD CONSTRIlCT10N SPECIFICATION DOCUMENTS City Project No. 102b89
Revised July 1, 2011
���T V�V���r �
�i� �� ��� ���� AddendumNo.l
�u�in�s� Equi�y Didi�ion Speci�icatiens
�P�CIA� IN�iR�ICiI�iVS FOi� �F���O��
Q City-F'unded -- M/WBE
A�PLICAiI�{� QF PO�ICY
� Federally-�funded - DBE
lf th� total dollar'val�� oi t��e l;i[y-�un�eoi contr�C� is $1 ��,�UO or mor�, then a B�osfn�ss �qu�ty contract�n� �aa#
is a�Yl6�an��. A�u�inesS Eq�lty �imi Is a cer#sfied mincri4y= and w�me�x-ow�ed �usirl��s e�tOr��iso nr Ml1J1BE}. ,
POLICY STAT'��AI��li
It is the policy of the City of For# Worth to ensur� the full and equitabie participation of Business Equity
Firms when applicable, in the procuremen# af ail goods and services. All requirements and regulations
stated in the City's current Business �quity Ordinance f�•: `- 1,.� •���?1 apply to this bid.
�USIN��S �f�3UliY GDA�
The City's �usiness �quitv Goal on this project is � % of the hase bid �alue of the contract.
(!� rite pttiject �, � fe��� ��, The City`s DBE goal on this project is % of the base bid �alue of the
A Business �quity Prime Contractor can count it's self-performance towards meeting the Business Equitq Goal for the
assigned NAICS cammodity codes on their MB� ar WBE certification. 1f the Business Equit� Prime Cantractor cannat self-
perform all of the work, it will he accountable for subcontract+ng wifh certified Business Equity frms ta meet the overaA goal.
COf9A��Il�P�C� i0 �i9 ���CI�IC�►'�IOPlS
On Cify funded contracks $100,000 or more where a Business Equity Goal is applied, offerors are required ta comply with
the intent of the City's Business Equity Ordinance by meeting or excaeding the abave stated goal thraugh one of the
following methods: 1. Business Equity subcontraeting participation, ar; 2. Gammercial useful function services
perrFormed by the Business Equity Prime to count tawards the goal, or; 3. Cnmbinatifln of gusiness Equity Prime
se�rices and Business �quity subcantracting participation, ar; 4. 8usiness Equity Joint Venture paeticipatian, or; 5.
C�,00d Faith �fFort documentatian, or; 6. Prime Waiver documentation.
�u�����A� o� ��aui��o �ocun�����-rione
The Utilization Plan shall be due at fJ�e fime specified in the sollcitation. The appficable documents must be
recei�ed by the Purchasing �i�9sion, wi#hin the time allocated, in order for the entire bid to be considered
res�ansive to the specifications. The afferer shall deliver the Business Equity documentation in person {or email if
tlesignated within project specificaiions) to the apprapriate empkoyee of the Purc�asing Divisian and obtain a dateltime
receipt. Such rec�ipt shall be evidence that the City received tE�e documentation in the time allocated. Documents
a.re to he r�ecei�ed no late� than 2:00 �.m., an the third City business day after the bid opening date, exclusi�e af
the bid opening date. �axed co ies will not be acce ted. L�xception: C�A, ICA, and C�BG projects, documents will
be submitted to the City Project iVlanager if publicfy bid vP to the Deve�opep if p�ivately bid.
The Offeeo� must submit one of the fallowing documentation:
1, Utilizpiior� Fo�m, if the goal is met ar exceeded, and attach�d signed �:eEbe�sj of Inti�nt from bofh the Offeror and 5ub-
eontractor(s),
�. Gaod �ai�kr �ifort �orm and Ut�liz�tion �a�m, including supporting documentation, if participation is less than stated goal,
or no Business Equiky parficipation is accomplisltad,and �igned La�er�sl of Inhen# for any participation achie�ed,
3. �P�l11@ CbRiP�CtOi Y��IVAP �CQittt, including supporting documentation, if the Offeror will perform all subcontraciinglsupplier
opportunities,
4, ,lolnt Venture �or—�, if goal is met or exceeded with a Joini Venture.
TQ CQIVI�PLY WITW THE CITY'S �U5IWESS E�
RED P30Rf-R�SP0�ISIVE �O SP�CI�fCA710NS.
T (ld THE BlD BEI�lG
FAILUR� �O SlJ�i1IIYli THE REQUIREp �USIPE�SS EQUITY DOCUM�P�iATIOPI WI�.�. RESULT Ifd �f�� �ID BEf�G
CO[dS:IDER�D I�DF!-RESPOfdSIVE AWD A WdRITT�PI WARN[PIG l.ETi�R T'HAi iI�AY 1149F'AeCT �IDpE�
�VA�UAYIOt� SCORIFlG OP� �UYUR� CITY BID OPPOR7'UWIT[�CS Ri� Tv '�21V�pA!'�NS. R��FR TO ORD!ldAWG�
SEC. �G-373 ��1 VlQLATIOfi1S AND SA�ICTIO�}S FOR ���ITINt��� OF��3�1��5 �f� F141�.Uft�� TO C�NIPLY.
Any questions, please contact the �usiness �quity Division at (817j 392-2674.
�epartmenk af Di�ersity and Inclusion
Business Equity Di�ision
Email: DVIN_BEOffice@forfworthtexas.gov
Phone: (817} 392-2674
Effeetive 01/01/2021
a�
O
� �
� �
U �
�
Q
i
�
�
@
�
�
�
�
'�
�
G
�
�
�
d
�
�
�
�:a
.�
�
�
�
�
.N
�
�
E-'a
�
�
�i
�i
N
N
o � Q-
C �
N
m �
c �
� z N
� ❑ C
6 C7 .�
Q � � �
Q m
N
� � aEi N �+
� ❑ ❑ � �
�)
d � �
�
�in � m l� � a?
� � �
� � Q � � d
uj � � ❑ W O
� QI
d � � � Q�i
e �
� � �
a V � � .� �
� �
� � a�
� � � C �
W 'y
h
� � �
w aLi M� w
W �
� � z � �
i� ❑ ❑ ❑ a M
. (j � o
� � � �
� � � � �
�' m � � us
�
W � � � � N C
N
,`
d
y � N 3
� � W �
�jq SC LL! C y N
� � m F., m u� �
ml g �' p � � V7
N �' � ' �
�' ❑ ❑ � U m C
� ❑ ❑ O O
� C �
a�
� �
c� u°� � �
p � .0 � �
� � `� �i O
n
� � � s �
� � � � V �
� 'e � �
� o � '�n
� � v U '� Od
O � � c `�A' �
� .�
�J � � Z � W �
� � � ❑ ¢ � �
c �
� � � C
�� W � v� � Q � T
� � �
� Q � Q1
� � O 'C
�� V Ca b� � �, a N
� � � � � � � .� � z
� O � �` .� � � � O J.
� � � � � � � �
�
�
B
r�+
(0
� �
.a
�l �
.�
� '�
o N
�
9 C
O�
��
.N a�
� O
X p-
d
�U
C �
N�
Q.
4 �
� �
.a
m �
m�
a
�. �n
m v
� �
fA -
� �3
� c
7 �
�
�' 7
U �
�I�
a� a
6 �O
�
�m
dp
o�
o�
<V N
.�c U
w-- ...
d
�U
0
c �
C �
O '+-�
�N c�
��
��
�N
L �
� ro
C?
� �
a �
� �,
� y
� �
�
7 Q
m
.� '�
N �
a Q
� m
�
� C
N d
� �
•- -a
� '�
. �
U
€ �
� �N
� �
N �
E �
� c
D �
� y
7 �
LL �
�
� C
�� �
U �
v
��
C
8�
� '-
O �
oa
�_
X �
Qf �
C
c co
Q=
� �
� U
di
O �
++ j
C N
c� �
m �
� �
� N
��
C �N
o �p
N `
- O
7 �
�
� �
�Q
O1
� �
N y
_ �1
��
� a
� O
��
� �
ll.�] y
N �
a
c �
•� vi
� �
�
N �
y �3
� O
��
�
y L
O
E�
C
� �
� C
rn
c� ,o
C
O �
m �
O
C
•'�' � P
� o :�
o �
v� � U
� � �
c��a
�A�
� c «
o Qy
O �� ?
� �N
� � Q
' W �
C � C
�� C
-a � �
a�
7 O �
m � C
H U t�
t
�
N
U
c
�
N
a
�
C
.�
�
m
.�
C�
�
�
Ol
�
N
N �
L "�
�
� �a>
c �
��
� o
��
O �
�
.� �
N
o �
�r �
� �
L �
r �
� O
' � -c
� �
��
� �
w
� Y
U
m �
�a
�
C p
.� c
��
O �
c
a�
n Q
� �
E
c
o �
�U
� C
'o �
a�
��
�
� o
EU
� �
� .N
o �
W ro
� �
y Y
� �
� m
��
�
ll.[ �
N �O.
N �
.0 �
�
� �
N
6�1
F
m
U ci3
� �
b�z
� �
� j
v �
e- �
N �
� U
a� �
c .__
�m
C N
N �
E
3 �
� �
O �
�' C
C �
c U
E �
-n �
�
SO
� �
+� '�
� C
� �
O
oU
C
� �
. �
O
�''s �
'� N
�
� �
s �a.
;a
tti �
�
m �
L �
w �
�
�r
�
a+�a
'� 7
m�
��
a� �
� �
�'U
��
F
qZ
N �
�
{�_- m
f�/i ¢
d �
w �f�
N V
m �
E �i
� a
�'�Q1 �aI
C) �
� �
Q � T
� ,�
� W �
N
� N E
o •� �
IA y
7
� � O
N _ '�
Q- ` N
o ,� •E
N
m��.
� N -�
�
� 'C3 N
�� � �
.� � �
� � �
N
�4'��
O
�
w�w'Q
� � �
� b � �
N �" � �
v '� 'm a�
�6�ta
N � � �
a � �, .
O � C �
� C O
N N - �
� m '� a�
� y �
o���+
�� �
� � � �
+� �y
� '� � �
� Q a.�
� �
� � •p
� � a� �
ff�� � N
w W o �
�����
u� �n -- m
,C � j IA
� •N V d!
mm.��
d vi O
N O � �
�
o � � �
p W 4
i4`� N�
yW
� (Yj C d
N
U�'?�
��mo
j � C LL
al � C y
fl
� R O �
—���;
� N N N
0�2°'
�
O � N �
�w�N
o-�mw
w c � L
»..
-om€�
N��'N
._
F" p'�
N . � wN b
y m � N
� p �� �
'� �m �
O"
N� �w
C1 a � N
.3 � �
� ���N
7
'R- 7 �U 'LX]
p m � N
Nd ��
� N � � ao
� � rL„ Y �+
� O �p � O
�� � �v
a�
� � a� � � n
_ U � a W �
O �- b �
y
07� ��
� f6 0. b
�
�
'O � � �C
3 � N Q
�. ` N N
Vl Q N �
� N m «
d C � +�'
� d £ �
h � � C
`a � �
b
�Q�jo.�+
. ���,
� • � y
E o w o
+� IJJ O �
O � R y
w �.
o � � o
�� c�
���0
o =�
��N,�
N � N �
U _ N
� a��
Gl QO"r
o��a�'i
T � �a ei
C � � �
� N � �
V .(6 rLj �
� c
� :? c
�c�oai
� � y �
.}-°� E o
C O p N
Ey��
u� c�i � S
m � � �
❑ �r, � �
Eoo,7
�
� Cf� = �
`� D �
m � �,a�
;�Q"taa
� � i�
N
O � C �
� � � �
�o �
N � � 'C
�a m � m
�-m�E
`o +� m �
�n��o
c����
� W `N �
@ m � .Z
�� ��
.� �a � �
� � � r�
o � ti �
� � �
[0
� N
.V N N � ,
� _ � � �
� U�L 05
� �-C C�
m y c�.op
c � � o �
' N fl.
7 .a ,•L-_' ',NC �
Uu�i c«c�i
¢�
H �
N
W �
U �
�
a
�
�
�
�
�
C
.�
�
�
�
�
�
�
F�1
O�
Q � O C}'
_�,��
�5 � E
y C �J �
+� -- �
�
a
� � w �
b�'��
i-.. �" � �
� � �
7 � � �
J C��k � ,�
�` �� � �
a����
.� �
.�-���
����
•a���
� � '•
�
a � � a
� +� � o
�3 � �
a m a
N �
.. � � �
���
��{ �
o�� �
� ���
°a��£ -
.��8��
a�,�,�c"
��`o.��
� � �' � �
�� � � �
W���a�
u���.E�
� +n � �
�`�°a��
' � �
aa����
m .�' � � �
t �O �_c
*.�.�'��
��.�.��
E a� � u ao-
°�a,w�
� � � � �
`��c..
� c � -� n
�l C � � �
N
� � � o �
.�����
�y oa a �' o
.� Y�yy
� � � A t
.� .� � � �
a'crdy �
W ul ,- � �
'� �n � � c
C CF Aa D srs
�� �� p �' �
ro�
� m � � �'
� -� � �
� �
�����'r�
�� �� �
����,��
�
� O C C �
df}
0 N � � �
� �b ��
N � U �,�
d ti• � c w
a����
��
� �
� �
� �
��
� �
o �
/�� �
Yf �
�
� �
�i4
�
�
�"
�
�
� �
� �
� _�
� �
�
� e
� ��
��
� �,
��
C #
8"
�
��
� ��
c
�n �
C fl
� �
� o`
�O
��
� -��c
� �
� �
� �
�. �
�.
-- ��
�m
��
��
� '�
� �
U
�
� �
b �
� �
at �
o _,
i�
� t�i
O O
o{j+�
� � C
0
O �
.� � �
a � �,
� � a
��
���
� L �
'� �
� � ��
m L9
tn �'
,� � o
� � o
c���
�
m
,�
�
�
.�
�
�
�
�
�
�
�
�
�
�
�
�
�
O
�
.�
��
�
a
�
a
�
.�
�
�
'�
3
�
�
�
,�
�
C
�
�
.�
�
cs
.�
�
O
.},
�
�
�
�
�
�
�
�
�
a
�
❑
u
7
�
�
�
�
�
��
.�'
.�
��u
�
�
�
�
�
�
�
C
�
�
�
�
�
C
�
v
�
�,
�
��
��
� �
� U
C.
m �
� �
C �
z �
❑ ❑
w
C
� �
z �
Q
❑
� �
li �
❑ •�
Q �
C �
a� � � ,
� Q Q U
❑ ❑ ❑ ❑
�
U
�
U �
�. � Q
$ � H p a
� � � �
� nn��
W c
� �',
� �' �
u �� a
v -- a
� �' �
� � c�
�' � rn
Oj
� O�, o
�� a
a
IL� �
O
�
N �
y a'
��
5
� y
a�
�U�
a�
�
��
ao
� �
�
�
�
�
�
�
a
�
� U �
= �C L?
m � � �
z = z �
❑ ❑ ❑
a�
� �
� �L
� �
❑ � C
Q �
.�
fp U (Cp �
� a � ci
❑ ❑0❑
�
U
�
U
�I � U H
� � U � N
oZ�o
�nnnn
w
Q
a
�
�
a
�
� � �
0
m
a
,, � a
� � w
� U �
� C C1
m Q � E
N
z° = z ¢
❑ ❑ ❑
m
� �
ti
❑ � �
C �
a� � � �
� d a �
❑ ❑❑❑
�
U
�
U �
� N U H
� � 0 �
� � U � �r
�nnnn
w
.Q
Q
3
�
a�r �
o �
m �
� �
�
�
O
�
a
�
� � d � � �
� � � � �
� � � u z m
� � �
�
pj in '�' � ci e: N �� ra �i ai �.. �+
� �1 ISf � � � '— � � � � � �
�W '� d .� � �W '� C � � fq '9 Q � e
� � � � o � '� .� € o a �o � E o
� a�. u� ta � a a. w c� m a a u3 ca
N�
O 4
�
6 �
��
00
��
��
��
M
N
�
�.
�a
�.
� �
�
�
�
T�•a
N
�
g
.�
�
�
�
�
�
�
N
�
�
�
D
�
�
v
H
�
�
�
�
�
e
w
.�
�
�
�
N
w
O
�
.�
O
U
a
�
�
�
d
�
r�
�
�
�
�
� Z � �
U C !q V C C13 U C � V C
C .� � C .0 � � C ._ � ,� � .0 �
� Q ;a N � a '..y-+ � m O- ��}-., � C p.. � N
� � N O y N E O N t{1 � O y @ E
�' Z= z¢ z'x zQ Z = ZQ Z � z¢
� ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑
.� �6 C l� C f0 � @ G
� � � � � � E �
�
� LL N � al W- N �- f15
❑ � � ❑ � C ❑ � C ❑ E �
� ¢ Cd Q l� ¢ <6 Q N
� � U �6 U � U l9 � � C1 f6 � � � � V
�
� ¢ ¢ U � ¢ Q C? � q Q U � Q¢ U
❑ ❑❑❑ ❑ �❑❑ ❑ ❑❑❑ ❑ ❑❑❑
� � � �
� U U U U
� �
� � � �
� U
❑
� �� U h �� U H d� U H �� U H
� d � � 0 � � � O � � � O � � 0. O �
� � ❑ � a� � f— ❑ L a� � � C] � � � H p w
U � ❑ ❑❑ O � ❑❑� � _ ci a z � o � � z � �
��
�� J
��
�d i
�' E f
��
� -� �
�� �
f�J� �� a�i a�i G�i m
� �: _ n � �
� �� ,� � a a
� � �/ Ul N U1
� � � e�i t�i t�i
�� a�+ �� F- a�i � a � i- a�i � �
� � � (j � � E1 � � C� � � C� �
�� a � � � c1 � Q U � Q, v �
F� a a ,, a a,. Q a ,, a a
� v, a � +� � a d, a � �
�
�
���
N � {
� � .
N � �
� �
� �
a�
C� �
�v
a�q
�� � � � � � o � Q
o � � � �
�
z� N � y �� � N a
�� .. � a� � , � � � .. '� a�+ N .. �
� n� �+o � � � �'� � s � �' � a� ��
e � •-� � , � s •- � .. � = : °
�W TJ C � � YJ 'O D � C �v1 'O O � � IH � O �� �
� � � � a � a � E o � � � � o � � � � a
o� a��, c� m a a w c� m a a� w ca � e �� �
�-
N N
N�
r �
O �
b �
N O
? paj
� N
W $
¢�
�Q
� �
w �
�
Ua
k
¢
�
�
�
�
Y�
�
w
'�
�
.�
�9yq
Y.6
F�I
�
V
�
�
�
� � � �
�
N �
u �
a ��
fA �
U� A
� �
O �
U Q
� � V
C vy �
'�'� c� iti
� � �
U � �
N � � �
-C � (�!1 (}
o � � N
� .� � �
� � c �
� � � �
U!
�
� � � �
�
� �
� g � �
� � w �
�
� La � W
A N � �
� �
� � � �
'� �N � �
Ci � � �
Q O O �
C C � a
Q Q Q �
�
� W � �
0 o c �
❑ ❑ ❑
W �4 � �
� H H �
�
� U
� O �
� � � F
� �3
� v �
=
o��
�
;�' .`�-�° �o m
a�a��a � •-
w � ��
����
�
�
��=�
m� � , f l/
� C
N � N O
� � y �
� � � C
O � N �
ica��o.
a � o �
��qy-
a�� �
m��a�
`o�Ea�i
.Q U .L �
d �
�7 �
� � � .
��� �
O
�•�U �
C
�3 � � �
i��c
-oQ `oW
N
� � � �
� � C
a� � .� 'u�
���m
� C .� �
O � � �
c� sn �
o� � o
�
��� �
��wa�
� � o �
7 ,� �- �
� � -� �6
V) _
� � � —
0��3
a����
� @. U �
� v
ui � �
c � �
o � 5 �
;a '�- :� o
�° '� Qi
� � O C
� � �� o
'� pi s� -� �
��a�m.E
� � � � �
C � � l9 N
.s � � U �
5 � � '� i..1
O E A+� �
� � E � a
O��aE
� +_+ iC � CQ.9
rr �
a� � .��. C
��oo°�
� � � � �
�
L �
0 0 � � O
� C O O �
E �a 3
o�� � �
� � '� � �
� � ,o
���a�c
� �,���
�o�°�,S
� � � � �
�0--�3
�O "'- .id �.
N � O � �
� �_N.��
O �
� N N � �
.r � C N ��
� Q � � d
� � ��Q �
��� ��a�i
c� � cU�
� G N U � �
� q] '� �
�'� �+�. O�
U� �
�N����
� � (6 C a �
�,'� L � � uNi
� � � � �' �'
(1? � � GS �- D
i Q''� •- O
� W O � V �
N
u,�ia o,°� a
a�,E��m
'�ca�aE
� � � � � O
D m I-'. �' �- 'ti
c � o p
a�i�C���
�asc�oc��-
Cn C � U � �
�a:�E��L
�-�o� o
� U U C � `~'
� .� .� � U t
� ` � _ � �
O O � � w �
C �
N � � � p �
������
�
�cc�cv.N�
N O � ,V �
� � � �3, c C�
� � � � � N
� � � c � �
A �e�,C�6
E � '� �' (0
O N V N 0- �
� y...
� � � � W E
N
O N Y � N y,�,,,
Q. O � ,C C
� � � � ��,
� O � L � `
pa � � U � N
"�� c a� N
� o �
A
C �%% � � N
•X� C a� �
e�v�`cE���3
a°'x•� � �
m � q� a � �e
�
�
�
�
�
�
�
a
�
�
e
�
`s�
�
N
�
0
�
�
Q
�
�
�
�
�
�
�
R
�
0
�
C!
�
�
z
�
�
O
�
�
�
�
�
�.
0
V
H
�
�
�
a
d
`�
[�
N
�
�
�
�J
�N N
i �
r �
� N
�
04
��
�
��
u`�i a
C
O
.�
.�
v
�
�
�
w
�
m
.0
m �
� (!J
C X
o �
� �
U �
C
N�((i({��;�;..,,ff��,
� �
pWN
"�' m N
o I�
�a�
�
� .•�
�o•��
owa
���� �F�����
ATTACHMENTIB
Page 1 of 1
�I�j/ Af �Oi� �Of"fi1
�usiness �qui�y Division
�rime �on�r�c�or Vllaiver Fopm
PWMEIO�F'�ROR Check applicabfe box to descrl6e Prlroel
COMPANY NAME: Offeror's CerEfffcation
ness iva� yus�-�+
PRdJEC7 NAI4ll�: ��` � u ` ���
HID DATE
City's �usiness Equlty Goal: Offeror's Business Equity ProJect Commltment: PROJECT NUMBER
��6 Q�O
If both answers to this form are YES, do not comple#e ATT'ACHMEiV7 1C (Good Faith EfFort Form). Afl questions on
this form mtast be compfeted and �rovide a detailed expfanation. If the answer ta either question is iVO, then you
must camplete ATTACHMENT 1 C. This farm is oniy applicable if both answers are yes,
�ailure to cample#e ihi� f4r� in i#s ent�rety an� be received by the F�urchasin€� D3visi�n no I�ter tha� �;0�
p.rn.. on the secand �ity business dsy after bid openi���, �rxclusG�a of #he b�d openin� date, will result in
t�e hid �eing �or��id�red nor�-res�onsive to bid s�aec��icak�ans. �xce�fian. C�A, I�l►►, a��d �17�C'x �ro��ck�,
dacsarnents wi31 t�� submitteQ ta t#�� ��ty E��'o�e�t h�anao�e�' if publicly #�ia� or to the �evelope� if �riva#e!y bid.
1�lill you per#orm this entiee contract without subcontrac#ors? � YES
If yes, please provide a detailed expfanatian that pro�es based on the size and scope of this � NO
project, this is your normal business practice and pro�ide an operational profife of your business.
1dVill you perform this entire cantract withaut supp�iers? � Y�S
If yes, please provide a datai[ed exp[anation that proves based on the size and scape of khis
praject, this is your normal business practice and provide an in�entory profile of your business. � PID
The prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate
information regarding actual work perFormed by all subcontractors, including Business Equity firms on this contract,
the payment thereof and any proposed changes to the origina! Business Equi#y firm arrangements submitted with
this bid. The Prime/Oi#eror also agrees to allow an audit andlar examination of any books, records and files held
by th�ir company thaf will substan#iate the actual work p�rformed by the Business Equity frrms on this contract,
by an authorized officer or �mployee of the City. Any intentional andlar knawing rnisrepresentation of facts will
be grounds far terminating the contraci or debarment from City work for a period af not less khan three (3) years
and for initiating action under Federal, State or Locaf lauvs concerning false statements. Any fiailure to comply wikh
this ordinance creates a mat�rial braach of contract and may result in a determinatian of an irresponsible Primel
Offerar and barred from participating in City work for a period af time not less than one (1) year.
Autho�ized Signafure
TiHe
Company Name
Address
CitylSfatelZip
Buslness Equtty aivlsion
Email: DVIN BE�€ficec@fortworthtexas.gov
Phone; (81i) 392-2674
Frinled Signafure
Contact Name (iF di€Feren#)
Phone Number
Email Address
Date
Eff.ecti�e 07l0112027
�"��,��(,-'�.����,_ Csl'�y Oi �OI'� ISV���Il A7TI�CHiNEf�T 9C
- �usin�ss �quity l7i�ision Page 4 of4
- �ood �ai�.h E�gor� �'orm
PR1MElOFFEROR Check applleable hax to describe
COMPANY NAME: PrimelOfferors Cert9fication
fwdanens Equiiy � -- -- -- ,
P�OJECT NAI41E: F� rn
BID DA7�
8usiness Equity Goal: Offeror's Buslness Equity Goal Commitment: PRQJECT NUMSER
°�a %
If tltie O#feror dEd nat meet or exceed tltie ��sineas EQi1Ft�f C70$I fbf S�'IfS pfOJ4Ct� the PrirneJOfferor rn�st �ampjete
thi� farm.
If the �rimelOfferor's method of compliance with the �usirtess �quity Goal is based
upon demonsteation of a"Cood F' aifh �ffoei", the �rimelOffe�op will ha�e the burden of
coreectly and accurately preparing and submittrn� the documentation required by the
City. Compliance with each item, 1 thru 10 be[ow, shall satisfy the Good �aith �ffort
�equieement absent proof of fraud, intentional andfor imawing mis�epresen#atiori of the facts
or intentional discrimination by the PrimelOffervp.
ail;�Fe to �oinp�ete #i��s farm, is� its �nt�ref� with sup��rtiflg document�tGo�. �r��l re���+re� �y tl�e
Purc#�as�ng DivisRon no I��+�r #St�n �,�E1 p.rrt_ on tl�e se�on� �i€y busTness day after bid openinn�, ex��usiv[3
of b€d opertiEng d�ke, will result f� the bid being canskd�red non-r�spo��sive #o �4# spe�ifi�ations.
Ex�eptio�: ��A. I�A, an�l �D�C pro�ect�, docurr,en#s wilE he �uf�mitted ko ihe City P�o�ect M�tn�ger if
p�bll�ly b�d or to #he ��veto�er if privately bi�.
9.) Please list each and every subcantracting andlar supplier opportunit for the completinn af this
peo�ect, regardless of whether it is ta be provided by a Business �quity fipm or nan-�usiness
�quityfi�m. (DO NOY L�Sf N�4�11�S O� FIRfV�S}. On all projects, the PrimelOfferor must �isi each
subcontracting and or supplier oppo�#unity regapoles� of ti�r.
(Use additional shee#s, if necessaryj
�ist of Subcantracting Opportunities �ist of SuppEiee Opportuniti�s
Effective 01l01I2D21
A��ACHi�1�Rl� 'iC
Page 3 of 4
2.) Obtain a current (not more than two (�j monEhs o!d f�om the bFd open da#e) list of Business Gquity
subcontractoes andlor suppliers from the City's Business Equity �ivisian.
� Yes
� No
�ate of Listing
3.) Did you solicit bids from �usiness Equity firms, within the suhcontracting andlor supp[ier areas
previously listed, at least ten calendarr days prior to bid opening by te�ephone, exc[�sive of khe day the
6ids are o�ened?
� Y@S (If yes, attach list ta Include name of Buslness Equlty firm, ep rson, contaCted, phone number and data and time of contact.)
� �11Q
4.} pid you solicit bids from �usiness Eqaity �rms, within the subcontracting andlap supplierr arreas
ppeviously lisfed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids aPe
opened?
� Y�5 (If Yes, attach list to Include name of Business Equitq iirm, fax num6er and date and time of confact. In addition, if the fax is
returned as undeil�erable, then Rhat "undeli�erable confirmation" received must be printed dlrectly from the facsimile for
proper documentatian. Failure ka submit conflrmatipn andlor "undellverable conflrmatfan" dacumentatEan may render the
� �p GFE non-responsive.)
�.j �id you solicit bids fpom �uslness �quity f'r�ms, within the subcontracting andlor suppli�r areas
pre�iously listed, at least ten calenda� days prio� to bid apening by email, exclusi�e of the day the 6ids are
apened?
� Yes (If yes, attach email confirmation to include name of Busfness Equlty flrm, date and time. In addition, Pf an
email is returned as undellverahle, then that'0undeliverable message" receipf must be printed directly from the
❑�o ernail system for prqper documentation. Failure to suqmik con�rmation andlor "undell�era6le message"
documentation may render tha GF� nan-responsive.)
NO��� 7'he thrree rriethods identified abave are acceptable for soficiting bids, and each selected
metho� m�,�� �e applied ta �he applicak�le conEract. The �rimelOfferflr must document that eithep at
!ea�t hwo attempts were made using two of the three mefihocls or that at least ane successful contact was
made using on� of th� three methods ir� orclep to deemed r�esponsive fa the �oad Faith Effort requirement.
RlOT�: T'ha F'rimelOfferoe must contact t�e entipe �usiness �quity list specific ta each
subcontracting and supplie� opportunity to b� in compliance with questions 3 thru 5.
G.) C�id you prro�ride plans and specifications to potential Business Equity firms?
� Yes
� No
7.) Did you �rovide the infarmatinn regarding the location of plans and specifications in order to assist
the E3usirtess Equity firms?
� Yes
� No
��tect��e at�o�rzoz�
ATTr4CHFiflEf�i 1C
Page 3 of 4
$.) Did you prepare a qwo#ation for the �usiness �quity firms to bid on goodslservices specific to their
skill set7
❑ Yes (If yes, attach all copies of quotations.}
❑ P!o
9.j Was the contact infoemat'ron on any of the listings not valid?
(If yes, attacfi the information that was not valld in order for the Business Equity Oiv�sion to address
Y�S tihe correckians needed.)
� P!o
90.j Submit docum�ntation if �usiness Equity firms quotes were pejected. �he documentation submitted
shauld be in the firms forms of an affidavi#, inelude a detailed explanatian of v�rhy the �usiness �quity firms
was �ejected and any suppo�ting documentation the F�rrimelOfferor wisfies to be cansidered hy the City. In the
event of a hona fide dispute concerning quotes, the Pr�imelQffer�r will prrovide t'op confidentiai in-cam�ra
access to an inspection of any rerevant dacumentation by City perrsonnel.
Please �se additiortal sheets, if necessary, and attach.J
Carr�pan Wame iele hone Contact Person 5co e of 1�Vork iieason for Re"ection
A�DITIDNE'+�. I{V�O��AYION:
�lease pro�icie additional information you feel wi�f furthep explain your good and,honest ef#ort� to nbtain
�usiness Lquity firm participation an this praject.
The PrimelOffe�or fur�her agrees to pr�ovide, directly to fihe Cifiy upon request,
complefe and accurate information regarding acgual v�ork pergormed on this conteacfi,
fihe paymenfi thereof and any proposed changes to fihe o�iginal arrangements su�mitted
wi�h �his bid. ihe Pr�imelOfferor also agrees �o allow an audit andlor examination of any
bool�s, records and files ha{d by 4hei� company that will subsfianiiafie the ac�ual rworl�
per�formed on fihis confieaci, by an authori�ed of�icer or employee ofi the City.
A��imel�ffer�o� who infienfiional[y andlor kno►avingly misrepre�en�s mat�ria! iacfis shall be
�ebarred �or a period of �ime ofi no� less th�n ih�ee (3) yeaes.
Effectiva 07I0112027
AXTACHM�NT1C
Page4of4
ihe undersigned cer�ifies that the infiormafian provided and the C�usiness �quity fi�ms
listed waslw��e contacted in good faifh. It is understood that any �usiness �qui�.y �irms
listed in A�tachmenf 1C will be contacted and th� ��asons for not using fhem will be
verified by the Cify's �usiness �qui�y �ivisian.
Autho�ized Signature
Title
Campany hlame
Ad d ress
CitylStatelZip
Printed Signature
Contact Name and Title {if different)
�hone Numbep
Email Address
Date
Business Eqvity Division
�mail: DVIN BEOffice@fortworthtexas.ga�
Phone: (817) 392-2874
er�@c�ive ova�rza��
�3`�1�� ;
i�,l�;� � z .
Nsme of City project:
CITY OF FORT WaRTH
Joint Venture Eli�ibili�y Form
All questians must be answered; use "N/A"if not applicahl�
Jainl Venture
Page 1 of 3
A joint venture fonn must be eompleted on each project
RFP/Bid/Project Number:
1. �oint venture information:
Joint Venture Name:
roint Venture Address:
(Lf applier�ble}
Telephone: E-mail:
ax:
Identify the firms that comprise the joint venture:
Please aftach extra sheets if additiona! space is req�i�d to provide detailed explanatfons of work to 6e performed 8y each €irm comprlsJng the
oint venture
Business Equity Non-Business
Firm Name: uit Firm 1Yame:
Business Firm usinass Firffi
ContactName: outactName:
Business Business
Address: AddTess:
Telephone: Fax: Telephone: Fax:
E-mail: &mail:
Certification Stgt�s:
Name of Cerfefying Agency:
�. Sco e af work erformed b the Joint Venture:
Describe the sco e ot work of the Business � ui fir�n: Describe the sco e of work of the non-Business E ait firm:
Effective 0'EI�112o21
Joint Veni�re
Page 2 of 3
3. What is the percenfage oi Business Equity �rm participa�ion un this joint veqtrure coanting tawards Ehe
project goal?
4. Atfach a copy of the joint venture agreement.
5. List components of ownership of joint venture: (Dp nol complete if this infarmation is described tn joint venture
agreement)
Profit and loss sharin�:
Capital contributions, including
equipment:
Other applicable ownersh�p inferests:
6. Identify by name, raee, sex and firm ttiose individua[s {with titles) who are wesponsible for the day-to-day
management and decision making of the joint ve�#ure:
Financial decisions
(to include Aeeount Payahle and Tiecei�able)•
IVlanagement decisions:
a. Estimating
^b. Marketing and Sales
�c. � Hiring and Piring of management
personnel
d Purchasing of major equipment
and/ar supplies
Supervision offield operations
The City's �usiness Equity Division will review your jflint venture submiss'ion and will ha�e
final approval of the Business �quity percentage applied #oward the goal for the project listed on
#his form.
NOTE: From and after the date of praj�ct award, if any of the participants, the indi�idually d�fined scopes of work or
the dollar arrZounts/percentages change from the originally appro��d information, then the participants must
inform the City's Business �quiky Division immediately far appro�al. Any unjustified change or
deletion si�all be a material breach of contract and may result in debarment in accord with the procedures
outlined in the City's Business Equi#y Ordinance.
Effecflve 011D112021
Joinl Venlure
Page 3 of 3
AFFIDAVIT
The undersign�d affirrris that the foregoing statements are t�ue and correct and include all material information
necessary to id�ntify and explain the terms and operation oFthe joint venture, Furthermore, the undersigned shall
agr�e to provide to the joini venture ilie stated scnp� of wark, decision-making responsibiiities and payments
har�in.
The City alsa reserves the right to requesC any additional informatian deemed necessary to determ ine if the
joint venture is eligible. Failure to cooperate andlor provide reyuested infarmation within the time specifis� is
grounds for t�rmination of the eligibility process.
The undersigned agree to permit audits, inter�iews with awners and examination of the books, recards and
files af the joint ventute by any authorized repre.sentatives of the City of Fort Worth. Failure to comply
with this provzsion shalI result in the termination of any contract, which may be awarded under the provisions
af this joint venture's eligibility and may initiate action under Federal, State andlar Local lawslordinances
concerning false statements or willful misrepresen�ation of facts.
------------------.__..._.... _._.._ ------ ---------------- -_._.�___________________------------------------._.......�._.__._.-------
irfame of $usiness Equity Firtn: Name ofTEon-Husiness Ecluity Firm:
iVame of Owner: Name nf Owner:
Signature of pwner Signature nf Owner
Printed Name of Owner Printed Name af Owner
3 ignature of (�wnar Signaturc of Qwner
Title Title
ilate Date
Notarization
State of
Coun.ty of
On this day of , 20 , before me appeared
an.d
to me personally l�nown 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 �'ublic
S ignature
Cammissian E�cpires �
Business Equity Division
Email: DVIN BEOffice@fortworthtexas.gov
Phone: (817) 392-2674
(senq
Ef�ective 0110'�l2021
F���'����� �
�usiness ��ui�+ Di�i�i�n
����L�� �F IfVT�NT
�4, Busfnesa �quity �u�b-Can#�cfi�tl�a�sulfar�t Iniormati�n:
�r�lfte� 9uslness �uity firm is owrt� by a Miflority or Womah 9uslness �n�tprise {MlW��)
PROJECT # BIQ � _
(If Appllcable Plaase Check One)
Amsndme[� 0 Cher�e Ordar �
[Pursuant to the City o� Fort Worif�'s 8usiness �quity Ordinance, certified Business Equity firms participating under the Ordinance must be
cerfified prior to r�commendation of award in ard�r ta 6e co�nted tawards the Business Equity contract goal. Cerfifying agencies
accepfable by the Cify: North Gentral Texas Regional CerEification Agency (NGTRCA}, DallaslF'ort Worth Minoriry Supplier
Qevelopment Council, Inc. �DFW MSDC), Women's Business Council - 5outhwest (WeCS), or fhe Texas Department of
Transportatian (TK�OT). Note: F'or Faderally-Funded projecfs the f rm must be certifisd as a Disadvantaged Business Enterprise (DB�) by the
NCTRCA andlor TXb47 only.] All �iel�s are �equir�� -�o not leave 61ank,
1. Name af Projec#:
2. Name of OfferorlPrime Contractar:
3. Name of Business Equfty Sub-ContractodGonsuitan#;
Address:
Firm Contact �VamelPhone:
�. 7he undersigned is prepared to perform the following described work andlor supply fhe material listed in cannecfion wiih the above project
(where applicable specify "supply" or "instal�" ar both):
NAiCS Code(s};
iype ar Prinl Name (Or.ned Aqlhori�d l�ent af CertiflHed Buainess Eqully Flrmj
5ignature (Owner fAulhorized Agent ot Certitied Businese EquKy �7rm}
{Email Address)
�. Af�davik af Ofiferor�rime
In the amount of $
{Name of Certifled 8usin�ass EquHy 5ub-CansultentlConsullent�
{Date}
(Phane Numher}
I H�REBY �ECLARE ANp AFFIRM thai am the duly authorized representative of
(OwnerlAuthorised Agenlj
and that I have personally reviewed fhe material and facts
(Name o( O(feror�Prime}
set forth in this Letter of Intent. To the besi of my knowiedge, informafion and belief, the facts in this form are true, and no
material facis have besn omitted.
Pursuant io the City of Fort Worth's Business Equity Ordinance, any persanlentity that makes a falsa or fraudu�ent statement
in c�nnection with participafion of a certifed firm in any City of Fort Worth cootract may be referred far debarment
procedures under the City of Fort Worth's Business Equity Ordinance.
I do solemnly swear or affirm that the signatures contained herein and khe infarmafion provided by the OfferorlPrime are true and
correct, and that I am authorized on behalf of the OfferorlPrime #o make the affidavit.
(Ownerl Authorized Agenf] Type or Print Name
{5lgnature of DwnerlAutharized Agentj
(Email Addressj
(01(erorlPdme Add�sss)
{patej
(Phone Humberj
Departmenc ofIliversity arrd inclusion
Business Equity Division Effective 01/01/2021
Email: DVIN BEOffiee@fortwortlatexas.gov Revised 07/Q1/2U21
Ph:817-392-2b74
GC�Go�� �a�e 1����s
T�IIS PA�E lC���"�' �TEl�'�'I�I���L� �ILAI`T�
CITY OF FdItT V�IORTH Westside ]I124-v�ch Water Transmission Main
STANDARD CONSTRi1C"fLON SPECIFICAT101V DOCUMENTS Ciry ProjectNo. 1U268.9
RevisedJuly 1,2011
2013 PREVAILING WAGE RA7ES
(Heavy and Highway Construction Projects}
CLP�SSIFICATION DESCRIPTION
Asphalt Distributor Operator
Asphalt Paving Machine Operator
Asphalt Raker
6raom or 5weeper Operator
Concrete Finisher, Pa�ing and Structures
Concrete Pavement Finishing Machine Operatar
Concrete Saw Operator
Crane Operator, Hydraulic 80 tans or less
Crane Operator, Lattice Boom 80 Tons or Less
Crane Operator, Lattice Boom Dver 80 Tons
Crawler Tractor Operator
Electrician
Excavator Operator, 50,000 pounds or less
Excavator Qperator, Over 50,000 pour�ds
Flagger
Form Buiider/5etter, Structures
Forrn 5etter, Paving & Curb
Foundation Drill Operator, Crawler Mounted
Foundation Drill Operator, Truck Mounted
Frant End Loader Operator, 3 CY ar Less
Front End Loader Qperator, Over 3 CY
iaborer, Common
Laborer, Utility
Loader/Backhoe Operator
Mechanic
Mi{ling Machine Dperator
Motar Grader O�eratar, Fine Grade
Motor Grader Operator, Rough
Off Road Hauler
Pavement Marking Machine Operator
Pipelayer
Reclaimer/Pulverizer Operator
Reinforcing Steel Worker
Roller Operator, Asphalt
RolEerOperator, Other
Scraper Operator
Servicer
Smal{ 5lipform Machine Operator
5preader Box flperator
Truck Driver Lowboy-FEoat
Truck Dri�er Transit-Mix
Truck Driver, Single Axle
Truck Qriver, Single or Tandem Axle Dump Truck
Truck Driver, Tandem Axle Tractor with Semi Trailer
Wefder
Work Zone Barricade 5ervicer
Wage Rate
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
15.32
13.99
12.69
11.74
14.12
16.05
14.�48
ss.sz
17.27
20.52
14.07
19.80
17.19
16.99
=14A6
13.84
13.16
17.99
21.�7
13.69
14.72
10.72
12.32
15.7.8
17.68
14.32
17.19
�,6.02
7.2.ZS
13.63
13.24
11.01
16.1$
7.3.08
s�.�i
12.96
14.58
�5.96
14.73
16.Z4
14.14
12.31
12.62
12.86
14.84
13..68
The Davis-Bacon Att prevailing wage rates shown for Heavy and Nighway construction projects were determined by
the United States Department of Labor and current as of 5eptember 2013. Yhe titles and descriptions for the
classifitetlons listed are detailed in the AGC of 7exas' Standard Job Classiflcations and Descrlptions for Highway,
Hea�y, Utilities, and Industriak Construction in Texas.
Page 1 of 1
20Z3 PREVAILING WAGE RATES
(Commercial CanS#ruction Prajects}
C�ASS�FICATION DESCRIPTION
AC Mechanic
AC Mechanic Helper
Acoustical C�iling Insta�ler
Aeoustical Ceiling Installer Hefper
Bricklayer/Stone Masan
6ricklayer/Stone Mason Trainee
Bricklayer/Stone Mason Ffelper
Carpenter
Carpenter Helper
Concrete Cutter/Sawer
Cancrete Cutt�rJSawer Helper
Contrete Finisher
Concrete Finisher Helper
Concrete Form Builder
Corrcrete Form Builder Helper
❑rywall Mechanic
Drywall Helper
Drywall `faper
Drywall Taper Helper
Eiectrician (Journeyman)
ElecYrician Apprentice (Helper)
Electronic Technician
Flaor Layer
F�oor Layer Melper
Glazier
Glazfer Helper
Insulator
Insulator Welper
Laborer Common
Laborer Skilled
Lather
Metal Bullding Assembler
Metal Building Assembler Helper
Metal Installer (Miscellaneousa
Metaf Installer Helper (Miscelianeo�sj
Metal Stud Framer
Metal 5tud Framer Helper
Painter
Painter Helper
Pipefltter
Pipefitter Helper
Plasterer
Plasterer Helper
Plumber
plumber Helper
Reinforcing Steei Sekter
Wage Rate
$
$
$
$
$
$
$
$
$
$
$
$
$
$
�
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
25.24
13.67
16.83
12.70
19.45
13,31
10.91
17.75
14.32
17.00
11.00
15J7
11.OQ
15.27
11.�0
15.36
12.54
15.00
11.50
19.63
15.64
20.00
18.00
10.00
21.03
12.81
16.59
11.21
10.89
14,15
12.99
16.00
12.00
13.Ob
11.Q0
16.12
12.54
16.44
9.98
zi.22
15.39
16.17
12.85
21.9$
1S.$5
12.87
Page Z of Z
Reinforcing 5teel 5etter Helper
Raofer
Roofer Helper
Sheet Metal Worker
Sheet Metal Worker Helper
Sprinkler System InstalEer
5prinkler 5ystem {�staAer Helper
Steel Worker Structural
Steel Worker 5tructural Helper
Waterproafer
Equipment Oper�tors
Concrete Pump
Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel
Forklift
Foundation Drill Operator
Front End Loader
Truck Dri�er
Welder
Welder Helper
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
i�..as
16.90
11.15
16.35
13.11
19.17
14.15
17.D0
13.74
15.00
18.50
�9.31
7.6.45
22.50
16.97
16.77
14.96
13.00
The prevailing wage rates shown for Commercial constructlon projects were based on a salary survey conducted
and published bythe Narkh Texas Canstruction Industry {Fall 2d12) Independently compiled by the Lane Gorman
Trubitt, PLLC Constructian Group. The descriptions for the classificatians listed are provided on the TEXO's (The
Construction Association) website. www.texoassociatlon.org/Chapter/wagerates.asp
Page 2 of 2
GC��.�9 ]�e�-rrna�s ��d �J���i�ies
`I'�CIS ]PA.�IE I�]E�'lC �[I�T'I'EI�d'I'I��.��I�� �]L�TI�
CITY OF FORT WOI�TFT Westside II124-lnah Water Transmission Main
STANDARD CQNSTRUCTION SPECIFICATION DOCUM�IYTS Ciry Project No. 102689
Aevised July l, 20l 1
Precinct #:
UTILITIES COMPANY PERNIIT
Date: 03/15/2022
Firm Name:
Contact Person.
Address:
Phone: Emasl:
Permit #:
Is hereby parrnitted to work within the Tarrant Gounty R.O.Vi7. (Right-of-Way) in
accordance with the Tarrant County Transpartation Services Departments provisions and
specificatiorjs.
LOCATION OF PROPOSED WO1ZK (WITH MAPSCO #:) 85H
(Attached layouts as necessary)
DESCRIBE FROPOSED WORK IN DETAIL: Installation af q Fart Worth 24"
water lina in 42" casing 6y method other than vpen tut crossing under Markum Ranch Rd.
{Attach additianal sheets if necessary.)
SPECIAL INSTRUCTIONS:
1. Submit permit and a!1 necessary docvmentation to reremy Duskin at
jfduskin{u�tatt'antcounty.com
2. Roads are to b� bared and not open cut.
3. Contact Gaylan Guy at (318) 572-8136, 24 hours PRIQR to wortcing in the Gounky
right-of-way.
4. This perrnit is valid for 30 days from the abova written date. A new permit is
required ifthe project is delayed or exten�ed.
5. Please re-establish vegetation after work is completed (i.e. hydromulch, sod, mulch
wf seeding, etc.).
Transpariation Sezvices Department Signature of Firm Name ltepresentative
�rinted Name of Firm Name Repres�ntative
ApprovalFarm
Online versian 1112005
To Wafter Nonruood
City of Fort Worth
200 Texas Street
Far# Warth, 7X 76102
County Tarrant
TxDOT offers na objection to the location an tF�e right-of-way of your proposed utility installation, as desc�ibed by
Notice of Proposed Utility Installation No. �7W20220297134746 {District AppGcation No. 220S-WL-IH2O-22)
dated 3l312022 and accornpanying documentatian, except as noted below.
A CO�Y O� YbIS P�RMIT IN IiS �f�i[���Y l4fIUST �� Oi� Sli� AT' AL� �'CNY�S! Contrrac#or is required to
conEact Yx�70T T�affic Opera#ions g�aup at �'ii�37Qn3664 priar to i�eginning ar�d excavation wor�C in the area af
existing utilities. ihe lJtility Ownerr is to send a Cond�ct Inspectian action with the On�SiEe Contrac#or's
confact info�mation thr�ough the 111� website 4� hours prior to commencing woPk�. CONiRACT�R is to contact
Inspecto� �avina ialamantez at Cell �1 i�24��9134 with his 4���ou� hlntice and iC� submission f�om tF�e most
�ecent edition of Ehe iCPs Standar�ds * 48 hours prior to commencing work. Utility Ownep 5hall P�ot cu# into
pavement o� rip wap without WF�[�"��Id AP��OI/AL fpom TxDOT: *�ink to the most r�ecent TC�'s 5tandards:
http:llwww'.dot.state.tx. usr nsdtdatlor�gcharr�Jcmdlcservelstar�dapoltac. htm
When inskalling utifity lines on conirolled access highways, your attention is directed to go�erning laws, especially to
7exas �ransportation Code, 7itle 6, Chapter 203, pertaining to Modernization of State Highways; Confro�led Access
Highways. Access far serving this instaliation shalf be limited to access �ia (a) frontage roads where provided, (b)
near�y or adjacent public roads or streets, (c} irails alang ar near ihe nighway right-of way lines, connecting onfy to an
intersecting roads; from any one or all of which entry may be made to the outer portian of khe highway right-of-way for
narmal service and maintenance operakions. The Installation Owner's rights of access ta the through-traffic roadways
and ramps shal! be subject to the same rules and regulations as apply ta the general public except, howe�er, if an
emergency situation occurs and usual means of access for normal service operations will nat permit the immediate
actian required by the Ukifity lnstalfafion �wner in making emergency repairs as required for the safety and weifare of
the public, the Utility Owners shall ha�e a temporary right of access to and from the thraugh-traffic roadways and
ramps as necessary to accomplish the required emergency repairs, pravided TxDOT is immediately notified by the
�Jtility Insiallation �wner wh�n such repairs are initiated and ade�uate provisian is made by the Utility lnstallatian
Owner for con�enience and safety af highway traffic.
The installation shall not damage any part of the highway and adequate pro�isions must be made to cause minimurr�
inconveniences to traffic and adjacent property owners. In the event the Instalfation Owner fails to campiy with any or
a!I of the re�uirements as set forth her�in, the State may take such action as it deems appropriate #o compel
campliance.
It is expressly understood that the TxDOT does not purport, hereby, to gran# any right, claim, title, or easement in ar
upon this highway; and it is furkher understaod that the ixDOT may require the Installation Owner to relocate this line,
subject to provisions of governing laws, by gi�ing thirty {30) days written natice.
If cons#ruction has not started within six (6} manths of the date of fhis appro�al, fhe approva[ will automatically expire
and yau will be required to submit a new applicatian. You are also requested #o notify this office prior ta
commencement of any routine or periodic maintenance which requires pruning of trees within the highr�vay right-af-
way, so that we may pro�ide specifications far the extent and methods #o go�ern in trimming, topping, iree balance,
type af cuts, painting c�ts and clean up. 7hese specifications are intended fo preserve our cansiderable investment in
highway planting and beautification, by reducing damage due �o trimming.
Special Pro�isions:
��W SpecialPrro�i$ian 4�'
You are r�quired to nofify TxDOi 48 haurs (2 business days) before you starf construction ta allaw for proper
inspection and coordinaf�on of wark days and �raffic cantro� plans. Use the LIIR website far the 48-hour notification.
DO M1iOT start construction until you ha�e caordinated khe conskruction start date and inspecfion with TxDOT. Yau are
also required to keep a copy of this Approval, fhe Notice of Proposed Inskallation, and any approved amendments at
the job site at all times.
�1������i�
Date 3/3/2022
Application No. FTW20220217134706
�istrict App. �Io. 220S-WL-IM2Q-22
Highway IH 0020
Control Section 000816
Maintenance Section South Tarrant
Texas Department of 7ranspor#ation
By Gavino Talamantez
Title ROW Utility Inspector
Distriot Fort Worth
�����
i - /�;. --
�' , l / , , / '
/ �' �
��� ��� ,���
��
� �
, �
�
�� � � ����
Fort Worth District (re�ised March IZ, 20Z.�j
�pecifica�ions �or� �l�ili�y I��talt�ti�n�
Fort Worth District
TxDOT Directo For Utilities 3,4
TxD�T's Mission Statement 4
Safet �
Protection of Hi hwa Facilities 5
Use of Ex losives 5
Protection of Exist�ng Facilities 5
De�iafion From Ap roved Plans 5
Sta�sin of Utilit Lines in Advance of Cons#ruction 5
Full-Time Su er�ision and Inspection 5
Notification of Job Start 5
TxDOT Locates 5, 6
Stoc�piles on TxD4T ROW 6
Coordination of Work With Hi hwa Contractor or Sta��e Forces 6
Wor� Da Resfirictions E
lnclement Weather 6
P its 6
Bore and Tunnelin �perations 7
Markers 7
Above-Ground A urtenances 7
Back�Fill of Utili Trenches 8
Site Cfean-U 8
Re air and Re iacement of Ri -Ra and Earth Slo es 8
S ecial Precautions For Erosion Control 8
Seedin 5 ecifications 9
Aesthetics � �
Re uired Prunin Practices 1D
Prunin Suggestions 11
Speciiic:lhllflti CIlC UI1�IiY I14ti1NIISi1011!. G Nort ti�'a�'tl� llish�ict
T�D�T D�F���7�F�1� F�R UTILITIE�
��c����e ��+c�r�-r��� a�EF��i�i��rr �.�-r�i��-r�� �����E���c�a�,
B��t M�coy
Daug Fain
Amar Akracn, P.E.
Rebecca Bdollei•
Ben Tt•e�ino
Jec���ifer Shawe�-s
Francisco (Jav[er) �uentcs
Pat�•icic Nunley
Gavino {Nino) Talai�antez
Right of Way Ai-oject Delivery Manage�•
Uti[iCy Sectia�l Lead
Transpc�rtaiion Engi�l�er
iJtility Coordina�or
Utility Coac•dinato�•
Utility Coordi«atar-Permits
U�ility Coot•dinatar
lltility Coox•di��afior
Utilit}� Coordi�latoi•-Pet•mits
{�ll�.�(?I�i,�l�[lI\� ['{}ll�'1'Y .�l�i�,rt [li�E'l['C
Jai�►et Ctawfo�•c{, P.E. �� ' Area E�agineet- �
Peter Ross, P.E. Assistant Area �r� 7i�aeer
-- (�l).1'4�1tiL d`� .1��[:I� C#i[l�TY_�Ift�A ��)I�f��CC� � ��.,
�
Edrean C[�eng, P.E. At•e� Engi�leer
�scac Chavez, P.E. Assi. Area E�igineer
���1 ��I�TH '�'�altE���f�"i" ��c�i, NT�} ��r�r.r� c.�r�l�r {��. c�i' 11�13�}
Mi�lll Tran, P.E. ��•ea �ngineer
James Bell, P.E. Assistant Aeea E►7�ineer
817-370-G950
8 ] 7-370-6542
817-37�-6681
682-760-1839
817-374-6523
512-516-36R2
512-348-i148
q69-719-0895
8 [ 7�2�-Q-9 I 34
817-202-290a
817-202-2939
94Q-b26-340�
94Q-G26-34U0
817-399-4302
817-399-43Q2
�s.�� sc��_i_ii �.���r�_��v�` ����u,�`ry F�i�i{:� r�rr}�c��. ��. r�r ����t�� �
__ _�
David Neeley, P.C. Area C�lgii�eer $17-370-664a
Ru�$ell Poet•, P.E. Assistant Area Ei�gi»eer 81�'-37p-GG40
��14} ��:l�A'C11. 1��1i}i) {� �[)!�1i+'.��VI�.�L {'Ill;l��l'Y �I1#i�„4 [)fa"�f("��.�
David Eouvle�•, P.C, llrea Ef��;ineer
�a���h Horner, P.�. Assistant Area EngineeE•.
���� �a►i��tR�.�� � ����.�.�� �����r�� cc��.���r�r ,art�,� cr�����{�c���.�
l�finton I{untz, P.E. Area �nbineer
Gary Bec!<, P.C. �.ssistan! Area G�i�i»eer.
�_ oitiv�:���.����;���rc����� i��f����r��r.iir�i��:���3 ,�c��-u.��r�xv��,�����4•. -
-- ------- -- �C���l�:[�1�'I�rl£.kl�l�l'I�_I{��I}I.�--
254-965-351[
254-965-35 � I
682-229�28Q4
682-229-2840
Speti��:tfinns fur [�I;lil,' fiis.tula'�oois 3 1�url ti"aiii�.l;strirt
Matt E�ans, P.E. - D�striet Maintenance Director
Jennifer Giovando - Offic� Mgr.
Chri�tine Jones- AAH, Damage Clairns, & OS101�
Margaret Jasso - AccesslDriveways & Storm Drains
i�E)#t"Z' 1�'(34��i`H f�E�Tl�1C"T 11�I,�I�IY�E"1��hI��IY('��. f}F'F'!('Eti
�ahn Nolt Mainte�lailce Su�et•visor
Bryaii Ande�-son UtilityPej�initslilspector
Joshua Powe�s Utifity Pern3its�nspector
Col� Wcight Maintenance Superviso�•
l<eith Prach�ow Utiliiy Permits In�pectar (WCSE)
Ja��a Robitison Ul:ility Pertnits Ii�spectar (JACK)
Wesley Harrisoit Utilit Pet�n�it Ins ector
Mike Sepeda Maintenance Supervisor
Gavino (Nino) Talamantez Uti]ity Perrrzits [ns�aector
Ta�r� S�-own Maintenance St�pervisoi•
Gavino (Ninn) Tala�nantez Ulility Perinits [nspector
Jason Meddei's Maintenai�ce Supervisor
Michael Millsap Lliility Perinits Inspector
$17'-370-6521
817-370-6524
8 I ?-370-3636
817-370-6527
817-202-2900
CCI�L 8 I 7-291-0794
CELL S l 7-24q-2 l49
940-G26-3�00
817-296- I 956
940-567-66j 1
$17-'1D9-666�
817-399-4350
CELL $ � 7-24�-9134
8 I 7-370-6903
CELL $ l 7-2�-�-9 l 34
25�-965-35 I 1
25�-965-351 l
CCLL, 254-� 13-5058
Clinton Hy�tt Mai��tei�a�ice Supeivisar 682-�29-2500
Marc Cantrell Utility Permits 682-229-2$00
CCL�. 817�287-9454
Jamcs Sco�;riii� Utility l'ei•inits 682-229-28Q0
1 ��5�114e,�-�'{,��' �' iy{��'��� � Rf4��l7L��F+'������*� �IQ�•'7ik'� ��IKt� t •'i•��O�i�
�L�'�''` Y^.��4 � _ — ._ .
Y��B�'� I�I��IOIV �TAT�f�YENT
The mission of the Texas Departm�nt of Transportation is to pro�ide safe, effective and efficient mavemen# af
people and goads.
������
Please refer to the iexas Manual on Uniform Tra#fic Contro[ Devices (7MUTCD) for questions concerning tra�fic
control plans.
. � ..- - r i,� �, � -- - - - -- -.. L. ..__� . _._
Sperific:iHnEis fnr Lllilit}� [nsfa!]xtim�s 4 �ort �vartt� �is�rirt
WHILE W�RKING ON TH� TXDOT RIGHi OF WAY: HARD HATS, CLASS 3 SAFETY VEST AND S7'��L
TOE� BOOTS ARE REQUIR�D AT ALL 71MES. A COPY OF TH� U`f1�ITY O{fiddiV�R'S PERNYI7 MUST BE ON
SIT� AT ALL TIMES.
�ROTE�TI�f� �F �I��#V��41f �A�ILITIE�
Afl canstruction o�erations relati�e ta installatian of the Utility shall b� eonducted in such mannar as to protect
highway facilities from dart�age at all tirr�es. In addition, all work must be done in striet accardance with afE
appiicable regulations of the occupational Safety and Health Adrrtinistration {OSHA} o# the US Department of
Labor.
��� �� �}�������f��
!� a��es�„z: sha11 bE, u5�+ w.ihin ���� a:t n���� r�, .,�, ��-,�f vey without wri!#en p�rmissinn.
�PR�TE�71C�fV �F EXi�TlN� IJTILlTI�S
Prior #o beginning ac#ual construction aperations ki�e Utility shall notify all other Utility Companies who rrtay have
facilities in the area sa they can det�rrr3ine if the proposed constructian w[II conflict with or otherwise damage their
faciEities.
REiVIEMBER: 1-800-ClIG-7ESS
��1�iATI�N FF�OM 1�1PPf��V�D l�L.ANS-
No changes shall be mad� to fhe approved location af utilities withaut priar authorizakion of Txd07. 7he �Jtility
shall make necessary arrar�gernents with other LJtility Owners far moving facilities andlor supporting same during
tr�nching operations.
Any poles, anchors, eEc, reiocated td clear the proposed underground utility lin� shall �e moved toward the
highway right-of-way line and loeation shall be subject ta TxDOT approval. AI[ utility lines incorreetly installed shall
be remo�ed and laid in proper �ocation af t�e en#ire expense of the IJtiiity.
�TA�CIIV� �F I�TILITI� L��IE� !N AD11AI�k�E �F ���+fi�7'!��]�TIOf�
Uiility lines shall be sfaked well in advance af construction sa Chat TxD07 can inspect staking ta �erify thai the
alignment conforms ta requirements set out herein and that #here is no eanf[ict wi#h highway facilities.
�FULL TII�E �UP�F�11l�i�IV AE+1L] IN�P���I�N
The Utili#y sha{I provide competent full-tirne supervisors or inspectors for all utiliky installatians.
�r� �����.�► �/c�n/ �� .r%�� � r� � %
48 Hour notification is required far utility installations.
*CALL INSPECT4id ON PERMIT*
F'(ease ha�e th� foflowing in#armatio� ready when you call or subrnit:
� APPRQVE� PERMIT NO.
+ S7A7� HtGHWAY NO.
a UTiLITY COMPI�NY
• UTiLITY SUP�RViSOR pR INSPECTOR'S �!A{VlE and LITILITY MO�IL� N�.
• C,ENERAL GONTRACTQR'S NAME
o NAME OF FOREMAN and MOBtLE PHONE NO,
o START pAT�
T}CD�T ���AT��
48 Hour natification is required for TXROT locates. BE AWARE!! TXd07 has a considerable investment in
traffic signals, Gghting, and #raffic management sysiem. These systems include unciergraund electric and �ber
optic lines. lf any of the above facilities are within the limits of the utiiity �roject, the utility is required to call #he
pf�one number listed: 5e�}rrals anr! �rqh��r�q; (��7J 3T�-3�G�
AERIAL �ROS�IN��.
�N�tific�ta�n is requkre�l for aerial cr�sstr����
Notify Utility Office with TCF', Date af planned closura, p�rmit number, and point of contact infarmation. When
���accil'ir.lil��HS �01' I��3�liy' �1lti�ik��9ii013S J 1'UTr�'U• fn UISiCICt
apprave then MESSAG� BOARDS MllST B� PL.ACED 'i DAYS PRIOR TO WDRFt.
Crossings on controlled access highways andlor high valume roadways can only be perFormed on Sunday-
Thursclay, between the hours of 9 p.m. ta 5 a.m. with police assistance and approved traffic control.
Crossings on non-controEled aecess roadways andlor low volume roadways can be performed anytime during the
week, Monday thru �riday, between the haurs of 9 a.m. and 3 p.m. wi�h proper approved kraffic control.
��I����OS4�R�S�
�Vnk���aat�o�t i� re�quired #or lar�� �la�u�s pr,nr ta tl�� alteratfon of traf#ic fl�w,�
Notify Utility �ffice with 7CP, Date ofi planned closure, permit number, and point af contact informatian. When
apprave then fU�ESSAGE BOAROS Ml1ST BE PLACE� 7 DAYS F'RiOR TO WORkC.
If a lane c�osure is required due to an �anfareseen situation and after a utiliky permit has been appraved, it will be
necessary ta call the TxDOT Utility Permit Office at �17-240-9�3a. A traffic contral plan rrtust be submi#ted and
approved by TxDOT prior to lar�e closures.
Note: An Engineer's seal may be required far lane closures on con#rolled access highways and high vofume
raadways.
�T��KPIL�� O�l T�C��� R�W
5tockpiling wili be allowed with permission from TxDOT. Once, permission has been granted, stockpiling can start
fiorty-eight haurs �riar to constructian. The stockpile shall be placed on the right of way line or as close as possi6le
without obstructing khe curb, pavernent, or lir�e af site. All materiais must �e removed from TxDOT right �f way
completion nf the utility project.
��ORDIh1AT��N �F 1N�RF� VI�ITH HI�HV�A1f
�CC��JT���T�R �F� �TATE ��]R�ES�
All work related to the installatian o# utilities shal] be conducied in such r�anner as not ta interfere in any way with
highway construction or TxDOT rr�a[ntenance aperations.
���� ��� �������Y����
Exc�pt, in cases ofi emergency, NO W4RK WlLL BE ALLOWED ON SA7URDAYS, SUN�AYS, FEDRAL or
STA FE H�LIDAYS OR AT NIGNT
EXCEPTIONS MAY BE GRAN�E� BY TXDOT IF the Utility shows that "off d.ay" work is necessary to avoid
ser�ice interruptions to fhe public and t�e Utility agrees to the fo[[owing conciitions:
Obtain TxDOT approval at least 48 hours in ad�ance. The Contractor is required to ha�e su#ficient personnel and
equipment on the job to efficiently execuke the work. The utility wil! ha�e a superaisor or inspector present on the
jo.b at all times while the work is in progress.
�IV�L£N[�fVT 1�E�#THER�
To ensure the safety of the traveling public, as well as the contractor and his crew and TxDOT agents, NO WORK
SHALL SE ALLOWED DURING INCLEMENT WEATHER such as, bu# not limited to rain, fog, snnw and sleet
effects visibility and/or tract9on.
�N��•
All pits shail be excavated and closed within 48 hours. lf the utifity wishas #o leave pits open vvernight, r�flecti�e
barricades must be employed.
5perifir:iEt6pS E�IH' LtiliEy {nsEii�I;IllO11R � Fm•t N'urH� Disirict
��f�� �I�C� 7'kJfVfV��,lf�� �PEF�ATI�N��
GEhk�RAL REQUIREIVIE�IT�
Utilities crossing under surfaced roads within the limits of highway right-df-way shall be placed by auger bore or
tunnel met�iod, unless otherwise specificaily authorized by TxDOT.
Bares or tunnels shall be placed at dept�s below the roadway structure which are suffici�ni far superimposed five
and dead loads and a�so pre�ent callapse of supporting soil between hole and roadway.
Boring and tunneling operafions shall extend outside of the front slope an� clear zone af the highway.
tB �re�
Where material �eneath pavement is sandy or unstable and vuill be subject ta caving, the hole #or the casing
shall be bored and cased sirnultaneously and bored material removed Ehrough casing. Cutting face of auger or
drill shail not project more than six (Fj inches ahead of casing and no water shail be used in connection
with drilling.
Where material beneath pavement is stable and not subject ta caving, and aflawed by TxDOT, the hole for the
easing may be bored first and casing inserted in the hole immediately after completian of boring. [f alfowed by
TxDOT, water may be used in conjunction with boring.
�or� Pft �a�$�lon'
Pits excauated for boring ar tunnefing operations shall be located so that any passibie slaughing of sides of pi# will
not endanger shoulders or pavemen#s and sa that barricades can be placed as specified in the 7MUTCD.
Bore pits should be lacated at least thirty feet from the edge af the nearest through traffic lane and r�at less than
twenty feet fram the edge of pa�ement an ramps. On low traffic roadways and frontage raads, bare pits should
not he less than ten fee� from the edge of pa�ement ar five feet from face of curb.
Tu���l�n�
While hale is b�ing tunneled, casing shall normally be jacked into place as operations progress.
Working face of excavation shall not precede advancing end of casing by more than two and one half (23/2) feet
unless otherwise allowed by TxDOT.
�r�ulir��
Ail vaids araund casing shall be pressure grauted, The grout shall be consisting o'f f'artland Gement and ►�vashed
sand and containing not I�ss than two (2) sacks or Portland Cement per cubic yard of grout. Additiona! cement
shall be added if workability andlor stability cannot be obtained. An air-entraining agent may alsa be added to the
grout mixture ta facilitate flow if necessary.
Grouting shalf be dane immediately after casing has been installed in hofe in order to avoid any shearing of soil
and settEement of over burden above casing.
Means s�all be provided for proving that voids are filled around 24" diam�ter and larger casings in the event there
is some doubt by TxDOT. TxDQT may require the Utility to install rema�abfe piugs at intervals inside the cas[ng,
No holes shall be drilled in pavement or shoulders far grout9ng operations.
����{�f��-
The Utility shall place a readily id�ntifiable and suitable marker at each right-of-way line for highway crossings.
Utili#ies that para�l�l the right of way shall place a marker e�ery 1500 fest, at intersecting streets, and highway
drainage culverts.
�I���r��c�sf��ui�a 1al��u�'r�r��i����
Above-ground appurtenances, such as pedestals., fire hydrants, meters, etc„ shall be loca#ed at the right-of-way
iine.
IBA�I��ILL �F UTILlT1f TF�EfV�HE��
5peci9�ratioii5 Gtiri�lilily fnsl.dl:ilions 7 Fu.� �Nu.ih Disiricl
��SC�IPTIBN
This specificatior� sfiall govern backfill of trenches, which have been opened for the remo�al, adjuskment, or
installation of utility lines wifihin the limits of highway right-of-way. Except when permission is granted, compacted
backfi[I wi!! be used for utility installations. Backfill shall consist of compacted material obiained from suitabie soil
exca�ated from the trench, or frorr� sources outside the highway right-of-way. Material shall be free af rock, {umps,
or clods that w�fl not break down under compaction.
Backfill material sha�l be placed in the trench in layers not fo exceed 6" in depth and compacted. Water shall be
addec{ as required to facilitate compaction.
Compaction shall be done with roliers ar mechanical tamps. Use of rol�ers wili be allowed only wh�n such use is
not befie�ed detrimental to any highway facility. The type of roller used mus# be accepta�le to TxDOT. When
rollers are used, meehanica! tamps shall be used along the sides of trench to compact any bac[cfill that cannot be
reached with rollers. Com actin shall be continued until a backfill densii is e ual to that of the ad�acent
undisturbed material. Where trenches lie within the limits af drainac�e ditches and channels, which are in so[id
rock TxDOT ma re uire 1' of concreke backfi{I struck off flush with the to of rack.
�ITE �L�AhJ I�P'
�he [J#ility i� r�s�ons�bl� For srte cl�arr �a4� at tlti�3 +�n€� of �a�h xr�►o�kd�y.
Roadways adjacent to the utility construction site sha[I �e kept free fram debris, canstruction materials, and mud.
At the end of each day, constructian ec{uipment and materials shall be mo�ed as far from the roadway as feasible
within the safety ruEes. If muddir�g of the raadway accurs at any time, the rnadway s�all be cleaned immediately.
When the utility installation is complete, the rlght-of�way shakl be reshaped to its arigina� condition and
the area reseeded or re-sodded to red�ce erosion.
Sho�lc� seftlement or erosioR occur within one (1) year of the utility installation, Tx�OT may specify prampf
replacemen# at the utility's expens.e far bringing the constructian site to a satisfactory conditian.
7xbOT will restore sites that are lefk at an unsatisfactory candition after notification has been senf to the utility.
These sites wi11 be restored to original condition. Ti�e utility shall fu[ly reimburse all costs incurred by TxDOT for all
repairs made by TxD�T. These cosis include, bu� are not limited to matters afi traffie safety, right of way cantour,
restaratiion and repairs ta all highway structures: inc9uding, but not lirr�ited ta roads, driveways, terrain, landscaping,
fences, etc.
�EPAII� �4�1D REPLA�EIUI��VT �F RIPF�AP AI�D EAF�TH �L��i��S�
Any existing riprap cut by trenching operations shall be replaced and surFace of new riprap finished to match that
of existing riprap. Cancrete riprap shall contain not less kF�an three (3} sacks of cement per cubic yard of cancrete.
Reinforcing steel shall conform to fhat of existing riprap.
�PE�IA� PRE�AU�l��1� F��2 �FtO�I�iV ��NT��L,
Special precautions should be taken during utility installatjons to a�oid disturbing existing drainage cvurses. In
additian, soil erosion should be held to a minimum and sediment fram the constructian site �hould be kept away
from the roadway and drain inlets.
During construetion the roadbed and ditches shall be maintained in suc}� condition to insure proper drainage af ail
times, Ditches and channels shail be maintained to avoic[ clamage ta the roadway.
To avoid soil erosian, it is advised and er�couraged triat the Utility Cantractor use all applicable means (i.e. silk
fenc�s, hay bails, rack filter dams, etc.} ta detour soil from erodi�g inio raadway, ditehes, and adjacent property.
�E����� ��������������
5[Eccif'ic.itinus for [�tiliry Inslxllatini�s b l�urt 1Yurflt Uish•ict
Feb 1
To
May 1
Feb 'I
To
May 1
�URA�. �4R��# V11A�N1-��A�ON �E�Di{VCC F�ATE
Ir� pour�ds, Pur� Liv� ��e�l �P��`,
�+iixture for Clay or- 7'ight 5oils Mixture for Sandy Soils
Eastern Section Western Section All Sec#ions
Green Sprangletop 0.6 Green Sprangletop 0.6 Green Sprangleton fl.7
Sideoats Grama (EI Reno) 1.8 Sideoats Grama (Haskell or EI Fieno) 1.8 Sideoais Grama (Maskell} 2.2
Bermudagrass 0,8 Littis Bluestem 1,1 Bermudagtass 0.9
Littie eluesiem 1.1 Indiangrass (Lomsta ar Cheyenne} 1.5 Liltie 8luestam 1.4
K-R Bluestem 0.7 K-R Bluesfem 0,7 Sand �ropseed 0.2
5witchgrass 1.2 �itchgrass (Alama czr Blackwelf) 1.2
Total 11.1
�lRB�Id A���► INAF2�Itl-�EI���N ��EDIPIC� �l�4�f`�
dn PoEfnd�, Pure �.iv� �eed �L� �
ik�ixture for Clay or Tight Soifs � iV�ixture for 5andy Soils
Eastern 5ection Wesfern Sectian All S�c#ions
Green 5prangletop 0.9 Green 5prangle4op 1.1 Green 5prangletap 1.1
Bermudagrass 1.2 K-R Blueatem 1.3 K-R 6luestem 1.3
K-R Bluestem i.0 Buffalograss 10.7 Buffaiograss 1.5
Buffa3ograss 8.0
Dates All Sections
Feb 1 TaEI Fescue
7o Western Wheatgrass
May 1 W�eai (Red, Winter)
Tofal
Dates
Aug 15
to
Nov 30
5.a
30. D
TEI�P�f�AI�Y ��OL-SEA��[V �,��l�l�l� �E�I�M�1C I��#T�;
�, n �aunds, I'ure Live ���d �P��j� .
All Sections
Crimson Clover
�'otal
Total 13.1
7E�1P�F�AF�1� ���L��EAS�f� �E�DIN� R10.T�
�n paunds, Pure �.i�+� ���d �PL��-
r�nn����4RY �VAF����EA��r� ����rr�� R�T�
�n paund�, Pur� �i�r� ����LS��
Dates AI� Sections
May 1 Foxtail Millet
ta
Nov 30 Total
Nate: Names in parenfhesis {) represent
species shown.
�
7.D
so.a
30. Q
Specif�c:��iou�; inr [i1�Gty uislallatinuv � I�uri1�'urti� Ui irict
.A��TH ET���
To preserve and protect trees, shrubbery, and other aestfietic features on the highway right-of-way, TxDOT rnay
specify the exfent and mekhods of Cre� removal, tree trimming, or their replacement. TxDOT may also speeify the
inskallation mekhods of the underground or overhead u#ilify in order to protect and preserve trees and ather
aesihetic features.
iff���I.II�ED PFtlJhlll+l� PI�.A�TI�E�j
�rz�o�. �� �urxir��
� Locate utiEity lines with the least possible interference with trees.
s Amount af clearance should be determined by the rate of tree growth.
� Remove minimum number of branches to pravide adequate dearance.
� Maintain adequate c[earance for fines, NOT EXCE551V� CLFARANCE.
� A�L pruning shall conFarm ta recognized tree surgery practice.
� Preserve natural character of #ree.
�WHEF�E�T� �U�
In removing a limb, the cuk should be made at a fork where the remaining branch will be ak least one third the
diameter of the one removed.
�L�h7B R�MOV�4�
1. In remQving branches the cut should be made at a fark with the remaining branch at least one-third the
diameter of the one removed.
2. Undercut 1I3 0� the way through the limb, 8 to 12 inches from the rr�ain stem.
3. Remove limb 4 to 6 inches out firom the first cut.
4. Remo�e stub with an even cuf so that a trace (called a°collar") stiU prokrudes (about'/ inch).
5, All cuts twa (2) inches ar over shall be painted with an approved tree dressing or paint. * See pg 11.
�ISP���IL OF CUX�'iNC,�
All pruned wood anc! brush mus# be removed from the right of way and disposed of in accordance with the laws
and regulations af the communiiy, caunty, and state.
Disease branches (espacialfy those infected with oak wilt) must be praperly disposed of to prevent the fur�her
spread of fhe disease.
SprciGc;itif�nti for [rtiliEy I��sf:illation� �fl Rorl li'urll� llitilrict
� �.�.
4: .. .� �
l , '
�� ..
t
��.�� .
� -�—
� � '��
4�� ��
i� tl� -
.A;
, -
v,r.• �'>�
F'f�IJI�ING �l1GC��,��T'�C��l�
/r��t= . `'� f.�.± � -
1 � �� . � �,�' � „ ` t� � ���7,
�
��.. r `� .. Iy �
��� � r . - '
� _ _ ;, � �� I� f' 1 �. � r,x � I - a' )
. ; � '�,s, . -'�'� .li ;4� —�
. -- --,t� ;,*`*�'�1 . „ , : ' � i�:;. .
�:,.' ��
� ' , ��
t� �.
--� �� ' ;,
{- � �.;
F�p•�ertic;� �1�
n,., �;;
�,'
(� � '� �
� .,� I� .� _ �)
-� � s
. �1 ' 1 '
i .Iy.�/ i' 7��': �j F q' ', I�� iI�II
t "-J � '..�' ifljr� p1 l Ify
.�' �0
'` �' AS- I� `,'�, f:� � ��'�
� 4 i.���� y,= �' : �'d � � ,� _} V � �, 1
,� � �. � �
R q �
t� � — _� ' S ;'I ` ` df � �+
�� ', %
,. �.. ,,R)'? i.M'�M ,� .�' ,� "
_�.i ��r'• { {• �r:�',-: -'��� �
- � r �`� :r - � .
[)�riIP3Al.l.f TRF.� MODIFIGATIJh5 :'_� � - _ .. i -.:}:...
Y�k`�FRVIC�Q SYf�MEYr�Y. •� � �'�,. , "';.l.. .:.. , ^e. Y .
u�1tl�ulii�t�1�.F: 7k�LG Mds71h'14A'YtON3
6ur.h �rRe-Ilns relAtlananipa ac illuct�nled �eraefualr.w hiqij
m�+ntdnuncn cesiF G�d rlpht-4t•way unsi�htlfness.
'f ,
� �����;;�:
_:�� �:,.,:-���;;
-��
��
, � � � ;; :,j.
�'"`- � � ,I��,�,;
�� -
,I��
.�,� , . ��—�.�-•—
UE9iRAkil F
�;,'�1
E � � y
t� ^4, I
{ �
.-�.��ry�k,
. � �._e1
�� SIf�AOLE
IYESi�{A9L�: UNUFSIRAk1l.�
' . `.� r ti n
'1 1 a yd� : � 4. �
�� r5j�4 �� � q;�. /'� ��, � /1�
��. •t� L .i�y5' � + . TJ'�,
r ':
� ;,•��''. �'' ;
'.� y 4
A ,\ }
�>� 5��� i �` k�s� , Y� , �Z
�/* i§;�J , � S� ` {�
.�,_,��� �:r ; �-,�.
�ESIRAHLE.
�
I1NOE FIRAk�LE
�.;1
UNA[:S,IkAklt,F QESIRk��LE
; 1a F�SY�1pY0 ��fOb
:.,:1 F;,` �Ry" G' {{dM r�Cl
161 C41 ` J
i;.' —
.�1 ���,
_ I Und&rCul � ' s'
�) ^d .i�
1/3 �aa� �hrnUhh
Illflb 8 -12� �IDRI 11:
ii�ain sfe�n,
(3) Ronrove slub (; Fin�sh6d cu1
f uilh an �ven, ' wi�h na h�ee
Y 7 flusft cu1. •°. ,` lof �iub.
/ ��y .
' � ti+ .�.J
��i � :�
PaUF'EH IIMP NF,�AOVAI (2'Cia, or mo=e1
Spec:iicutinus tm• ��li{�1?' Insl�h,Niuns 1 I f�nr'I 1'.'urfli f)�s�riet
�0��' ���'�'�f
co�sr�ucrro� ��a�� �o�
TN� CIT�' �F ���r �l��T�F�, T��XA�
X-2�022 ���
�
W�STSI��' I!! �4-!lVCFi IMA�'�� ��AIVS1V11 l�i� �RAIIV
ClTY PROJ�CT �lD. 10 8
r aw�xos
� sneoe .r
MIfTTI� PARICER
MAYOR
DAVID COOICE ,
CITY MAlYAQER
CHRlSTOPHER P. H
OlRECTOF� WATL�R UEPAFITMF
crrr rRar�cr nro� taEses
,_
-
��
��, �
� ���
n�'�
r#„
LACATlON MMP
�1a��h 202�
�Loq�Mh�� hM1d �1GI�l�Ilt� ��C
�v xanN � r�swal�e
..�/M.w
uV1lYulet� �.Yawiµ'ml.Wwxl
r r�m.v � u�a�a
ra Wa+ e a.wy earod
* �uur.. ina�
Wra [ha M'Pko � Ro�lu B.�R+to 8p 4.L0
MiStrl1M A' Plar! i R[Q!0 8ql b�6C 10 Bhl 1W67
7 Nhhr [ho M'PYrt d Aal�a �. � m ep �
e w.mr un H• �n � rw� an �.eo re au ao.eo
a wym � a• w� � r�aao as m.sa m au aaao
p w.m u,a H•rY�r a rrca. w■ rs.ao ro OI, aweo
n xary u,o H•�:n a norr� an sasa m au swdo
IP IY�ha I.hv N'F6er / N�YYv � a7.ao fo 8bla.m
1s lwewcea, W H'an � HW:a Sh �CO�b m. �6.Gn
p wemLnM'ii�aiNaL�ssl6.oDm9Say.60
Ifi N4NL' lilB.%' Phn { liq�0 8b �W� M 9b 4Nm
�e wuv ur �rnw e naw se� u.00 m a� naco
4 WfoCBn:1'PWA�aIVBE,lWOObffidlWO
ra w.w u� x•w�, r+iomP ae� sr.00 w ane c�oo
,r ww i� a• �'.a a rio�,� aowe w sn r�,as
.a�7 xo�fluK'�nurev`ciwSh7Y.avmsrrn�ao
n w+�w r�, �• �n e rverr, are �s.00 re su eaao
rz wd. uo s�� van e an.a em e�.a¢ m aae aewb
� �,��.r•�,.�.�.�,��.,�
�. w��.;�•�.��.w.Wro�
sc-rc e� a�r aem
u F�n IX� a-�4
fdat 6�' 8teridaid 0�4ffi
�7F!0 pMadM FlokotlArr Pt.YD'+
�. �, .,,��.�,�a� r tl.,�.a
a�"�
.c vei.. �
,. .� ,
b55/S ANl WRE6YtlR, CAVIY�L PRWCCf p[�,1 �
W�ZY(R KpRM'Wl�, P.F UAIF
PAOJEC/ NAlMCFR. ifARR OFPAR�MdHI
�
�
�
�
�!
6
LEGEN�
�/ON PWI Y R�hE WfC15)
PAmDSEo eE�Nn£s
. m� d. ,w.,.d.�
� m�.a e,r.w..� � � w.. w.
u ��..n. n �..ww.�
6 ..�.wmr ,�y �o.-nrumer
.7
o � w� o-
• — nw G.\'
r �w.wro.nM9t4
• ��m�em(�svq� �
� ��a�wr p+swt
e Wm �
p �,.�..�..,� r
p w"�` .,�
Q � �� K
.(� mfl..wa.e.v n
4$ ..�.wo� �'
0 �emqµrtV
� wse nv �vW. eu
o aa iwr
� .�.a w.
p N.��
111 mo..a.�m.
.i� mmHw.�e}
,'9 �w �rrt�
��— eaaae �v�(u
-�v— 1pKwrA.1rM
a+*n
�,�,�
�i�
>ea�a �. �...n.�e+.o-� n..�y.„.e,o.w r.w� . w�.r. oi e�
un�.c.����..x� i m'�"��"`e
°"aw.�mPa.°`.�+"`.���,�4�.�e� �e�,�.e
m ���
o�m�an s3 - uiurrles
iw"�.a '�.:..`m'"minr��m,.�;',.M.°A��`wo�q"r :,,°":��..wn°.�«.°�
�W� a - �.. �mk°°'�
we,e .0 . .�. r..a �u �.. a ��n ��
a!mMN waY. li Rk amm�Mw wae�mn t�im.n�m
a`ay, Ca xfP wra wl',e� Cx�
�� el ol ��it'+L�a«w� i-amkl�nt�msf.m� 1� �n��o m��mae�v�or
Ia b� ��s`Yfr3 n'ry sw wsl amua a v]am m �uv.m at
+�� errnqn
♦[✓mwn aa meN�et, e ir.�n ..'N •r�.+. F.�m-ro .0 in.
nww�m uyh cm rs iw+.m. sw�� r�.u,doi> � .
�.a�� �� �on � ou...�u
c, ��m,�..in �n v..m�� ,.�,.� %. w,r°r..e
'0ewctln',��� s.�"'�e��m mi:�9.� m��� �.,,k°°°+.'+� �°.=�, .,�
ve�.. ����°r� ae r � �e�u� � � wc,�.
rt� N"re.�u si.nve..��e�
w�.+�����w. u n��`M Fan rmi�e r�em�w�v+w��in i. �
w.emymen ur z� �`aa 'w�n�es arc'ryi� � �+.�
���w� r �e.� H'� a...
1 elt�- wl�v ay.n.un.ne r �n. w. �m e�i.
�P M�1m1�.�441. e.•ae[��mn YrM nol .�wea.u�� ��svan �le.1� el �� « pa,�
���J �'� �tm�+��lw
id S�M� 'wpd��4n 4id�a yM� �� e�i ae9a�br
n .� w � nlhivr�pcW 4�YA��Y�w�Y
.� ump v�»i.i.s
� ...+�,�
WnTeR GEIVEML N8�E5
1 m+�w+a'n «�sdx..1� Ib. lma M1w=�� �'[Yew �' +kn b�wA
M�4'91.P., ww�t.�.¢ r.;riin 6rori�ni��w .mrr m...rrn�.tM ni..�u o...�ad��mre q
, e� .«� �u
: w,�a� ��.�,�b,���,<�.�E.�.�..����e.,,�M�...
�� � ��.«i wl.�. ae/. >,i..�.�� wmoK er um.
�.. ��wia u, a��` ax a��w�m=w•.,ir �i ��p,. am.�.�'°'a�:,°.`� ,o�°.�mr
. m..ew�e�� . o...n wo�..«e �..A, si...�*i .� � e a��,.�...�„
a �r. rnuw�v.am a nn� w �ov �� ie��R ..� mylmi. n++q.m�we�«
.. n a. �� .� ... b""'�+°"...,"cM m.u'f m...a oe� .,r o. ��...�b
�. �e a'm�, 9+�m� a 0� se
� b°� �..�; `a» �..M a,
p ami )) w te_p(�.r: e �m��woe� -¢ wer xp e1 me err.tl .r�re aw.n o1�mM „
f�'RmAa+m o� �mlrnP.wr. a��Muloa m ru� i1m�
1 wMd'ns��� e• N�fz�a�ewew.n�• Mxw�f/[iMa
�rcry1 . w�.w n q�u �tas
11 M.�n �en'.n� ntl a.nr mrn.nx. E+•�4P. "6w�r,� nC' Nu-a a�cMi h� [o�wab.
n���ywi bo,..,a.e.e+v a��� a� s..W^vi.s �era... mi.i w oou o o�n
u�r.� nw� v,�.. �.n...a id� �m ..�.,. w.n�.m a..�..0 �i.0
u_ twi�x. �.are.r � i%..ryqu....�.w m..ro�iM .i,w �w.�i a. wa.,.a.A�
i o:`�:i"'i.a °i'6:..<�°i"�ie° �."<:i.a «oF�.� r» �y n.�. . u.tn ��r e�.
ii .n ..�.. ��...� ..w....., r.�.� vw� u e.<<r.:�, w..mew .��.a oue.a
�s_ ui .,�. w.w, „a e...�wa e.« n>M .�.Kro� .u.. we.. ou..M
� a��w�kn n! » n���a�amdwtk�i�rcuimmo�w.�w�e. C pm��.f•� eewo�e��iai. e� iF�
x ���i.
i ��.a m. �a�n .�ww �u r.u„r-w n�nw� ..r� N.
� u. °��i�.e �. (:.�we.e, �i w....o �M �raiw��...��Ma. <.�w� w
ii n-<aw=ts�iwtlaM u��w��y-�n qve'�+b.� w�-�w : N�:en w..�.i �a�
J/�-mer vY Hw e� o�mi me (mY. +�
vo. �n a���vp �eu� TML�n Va+ �� IMecaM J' ae':�w M a m vmW'q 1M En1'n�n.
i FaS V�r wwi��ilV.m m M. m� �'ben ��'�.yv'�e'sa a�am AM1Irt�u�m.wYM�1 Yan
io 1w m�w�• 4�'+wi«aran+�eR
} nYnfhellm m e'i m�1�eYv� �L'+pp sleLh'q V b+ 11 W iMn ��n�xow MIl �w
T �.4(p Pu pr�n e1b��N� 4wo.w
v ws . ... iti «u a�w�b.ndim. ¢:� �� wn �imo� onlr�
�� q eY �'rvi�=e P�h�i�on��wis.e u�� o�'� �'.:�ro�ln�i�.hn MWroNe.v wd ��
w e� sm.a b rwan wwti.mb� en�np.f�
� m�w.� m. N�.�.ua d.e � wud v.a,..�, e��....:e.d �'�a..=., � m.a..+.�.
...� . �'us� �"" �ud w�'� ".��f »i:iw � '�» .am ao,�°'�w�w
, w w wo �ma .n�e..�.mw.. �.r .�,. �x�iM4..n.
������rw.�:�e`".i�'.,�,�r�.n.�y°'�d�:��'°�y°."i mr�'rvo"e+t°w.'i °`
pe� ee� �� �qi..e M.awa.s ,�rv�.+w���a ..inb ae �..and�
vimnl�m�ITInNw dNey.Wlcn�enam�•lmrenM�klv.nYOV�rea
� r�rrt�9.n P�� �� �m rmn� Irna mw
Twa �titin e!.e+w ��in�eewiis�w.���n w s.v. a -
]6 p�wN�e� �iiwil�es�ivm Ie�i�.i�pi��ien�.fV�+n:w Ifep vNw�Y�ww e�Wa�m;.i���
�1 � w��lq z.K�+ I�.e�.S�Au:qm�mm� el xtl v1+s+o�RMc.uxWwwebn
uu �eal �n C�e 1 b iw���m.i�a iM ab�� �e �.cw1� mos ea d nll!
�4a�wti: b��e. ee�.na ." p c.y�Wv��� �
e.q�wYiWY.iruee��� mrw''q�uM�M
• eHe�:1�a n wr a.M r an9 pP�m 6�u'a.ye�.o1 «Ti�1 �Nl�n�e��aw'�hen
ni�rN4�aan bn«.be�w H �.I�rcw� obun.va��
�a w1 n� Yne nmen IM i�awim el tiS e�rt cwl '�"s+.w�lm. 4�Mr'•�Wf Ira� ar�n
� u�No �� fv [eervubifw�� sAmV x �.u'1�
. , . ��� vy IM rc e«.
PEHM3T COAiPLIaNCE
rw'�nw+4 ����dl.�p ��N�m. n�R S�W W iFw'e
sn.ecr .cm.e�
�u�. ��e� s�,��oc�y�r�x�n,sa w.
,mn�.�a uoxi.�...�°�.���t`�
w.� s�„u.. �ec. d^�y�. ueroei•+�� Q-e m"
m': i�x«� `o-�o�.��.
' �'�^�"a'.��.W"'�::�.,,�� �.�.,�.. er :� '
wYah%C e.ca
�o-1 N'�1 Ro �G6„� RW�S�.at nYY��M� �.ye�tl o
%pr�a� t�s-6M nmtN av VHM�f et Iee Wi�4nl Gec�mNL
Im3E
• i�[ rc ��anb� � '•• � ie-e� m
w a�:��i�i
1 M w�.�kvx�-w� �-..wnw ie r.'�.trv.r e.n..�
a,r.� ,.w �.w�� s.ms wn.<,i. ��e �, ir, ew.,..q
' ��6�wnwMbw.idiolw•�v.utnW�
1[�.� rcw�4N �LGo�wt�4r �o s�w nt A�i� 1�i66f
r .p�i ir00i lralh
�
�.,��r,xi a�..e� n �.a�� ro�ncw�..
emY�b� P�W' m.s1 h. n�+p n N..V�ry r wltr
PRp,lEC� SPECIF[C NOlES
�'w a�i:'�.r:!•c�a��u.-0�.i�m.�mw.
mr �c s m-d �y � w�
�'uiK�� °�r".u;.;vm,�a � rm� a.a.�a,.
J lari�lel � Vn. � 0epa� ae�et�n fwm M w vle•R uP lo S'.
b w•�f eeh�uv un or m� 5a�e�fi�'�14 �^�I b R.mY
•� n. �nvYl� ���w°i��awfG a ntm rK�•� aNund nl��y�
al FoH
wa�ma� m � .t,.a
Jnch Wob� hen.ml.don Moln
G.narul NeLs d Lepend. 6
WYISiON QI — C€NERAL RE9VIREfAENTS
�
g1�,�3 la7�snsfaTE xlc37waY zo
L19M �'G ' CP piBp
...gl ..sNa.e7' k5 � � ' �I Q�'B k SH66T 9�9 BxeET @�D '
fP 3 SHE£T ,Q� SHEE7 ,�7 SkE&G"I'
�i CI'-8k111 ____�_ _______ Q ___1____��____ �.�.�..�...�..���.-.�.T____________�__��..� ...�.�.��.
� . CP N72 � ��� I
� � � �p 83P96 �
� 1 .m p cr �Sa� 1 I ,,,.n.l ,,.m E u_ .
``�. u _-.. ...
�- __....._ . .'___ , ._.. _ . ..,..__ '._. '
��� _T_____��� ������ �J� ��� .�.�. �__ ___�4 �
,� Ir i ` �.a';�i.�"'s
��; ' ���W„
i� �m � r.�
ti{ �:o.�A� __---- .
�1�.�----_�— ----- � ::-
—�— �, i ,�'
A, `L l� _ ,„�;.. �� Rw����l ;I�
k�rc,� � E3'_J_..y � �.�
4 `
FiiTSHSTAT& HI6fiWAY 20
e
�
�
e
`A 1
F �
I
!
�
I
r
M q2 p4 �CP pl&
� s
� ��Sy�, � pcv Mu
��r� r�
� � �E� � �
w�
w 3116%T�K16�
'r k�� , ��
�
� ,.� S� �i3 �L -:>' � �- - �,..�. �.��,. �� ,
�� � sxy¢t+ eu sa y.. _ �—�ir...,,��d,M::...".:�...,
,� ��'� �..�SFiS�'91�__^����'+ ` A ,.-`=���-r
�- �'
.��. ti � ����
\ r` I _ — . ��� o
"`�,'x"":Yi I `L_______ __ _����'��.. " �-�a,;; • � ---- __� -- _�
r � Y � 'm.�,:`��` --� ------- _—
' �s... " I' I ,. o& <„s�- -. 1 ' � �-��.n.
r Ij 1 ;'�;� ,1' � _ �4
I _---� - � I
� u 5oQ x0: nq-A -�'-�, e
' . f ' � 1y wtink u�w N0. syyg-J%L �H ''
n. ��•�---Tsm rn sk
', � 1°�1
__L____�__��__....1...�..���.�������
wsw 1w. ao-c. as-o aatrwc scwc
WAf[q NM N0. IOES-)R
RIf6q(NIMATii
Rr�. Gx - se
w j.+oii x�eu�e..�.�i.a5i+'�e e.w �'.
o n�e.w.�a.�.5 �a�uK.in9e�l1��[w�n��}C�o�we6
om
e�d.� +�� � r�iawee"r M`Cur m rxn n.0 rxwx on�.n u
x„ou.m� rvv e-.��a,w.� n�'on rc rc+, ewTM
°�.%�'� °�.ms,w��esr...e z a�e`e �.w.�°°.a°
m `cm�`�'w.i e�'.,sns ��uwmu":iam� '� "a �.., e,.�.e
m a��a
�� � ��;�� �
� .H M u .�
� � ...:eF:'�: .` -.m.A.:. -
� �h�vo°e s re ��M[r
+w�+� m �MF
.z.'r� n�y .arc�
mvnn .var
: i o�rn, i v,.a.+r � w.
�:,_vrra+.s�
�.�aa."'M.� d
— __errtiV.w' _
Isme ql .Fwl
�rce�mhs[en Mnin �
l� Survey Conlra!
� � 6� �� 6�
F9� �yb �aTEA3TAT6 IIICHWkY E� � __�
m _, s�ss'r qia ` _ sxear ,yi^ ^^�� site.sr M�a sH�3 kte sHEer .qzo �
�., p.l_____...—�--T^— �-0&��_�_o_____r._.__,..r........�---r�cr�,..--,.�_._ u
w�: I 1$7 � x.�mwn o o �' G�ca piaiz � I OcP Nzssi • � �
� '= d � isza ��= ;:-,_-=• -- � "��. • . ., I�,,,�.�eGa kssis �
� "'-"k ��_-__ , �•��
�, o- �--d
. _ .__
,
�t�, i � �' i =
Q 1�___________J�--....�.�..����� L���.�.�.....�__�_J._________��.� V
� --�t�—__------ — a `
4�\��``, � �
p�E t��\ +,\ , ss,z��tyw ' N
� \���
--= 4�``
�
�
� \1� � � rta u� xa �se«�i¢ vxwwc scuF
1 BeilrofeFMlNGt
4 IRNanfa mmin 1a�d (µ'mll k�SMI m wlmWM1w
t �`" 5 i.`,".","��:� �a.. w�..�, �.�..��
� ,. . s,,.°w�ni� rm��m�o�,�� e,w:
} , , x �-�.�.w�� 7l':°`��:.'�::M`'wro�1"nw�,
�'n:��u..R.
inx�sTata uicwwev zn s o .-,aea,.,».�o.e•o���
� a�• �.�. „ u.� .� ..�
�«i- �
i . m;,m',.�"��:��
� ��Im����mm�su wr�ain
6kiF: A2i QCp �ISyHE6T �22 31S£E2 ,q83 9HR6T �}2< �l� � � � GP �',�, a�..� .sa • w '�•
� rr.atYume�'�� �....���__.��_��"��.. ��erp<p�' ���'�' � l l �.w�,iE x�, �ma�
� ����E �J %a-lrs�L � �p��„ -- -----
�� ___'—__�...__...i-------^---- I — �-_�^_��"L.�_�--_.��_ \�•r � P�L. '; ��.u--- � — �
, � _...i^ �1 8N ��€''� .:
F� fI �� � � cwau'Ywvrs
� �-- _ _ ��.�M �
i}
�$ ., • ll�� � � w�A ,����P �
q� , »
..�I a � �
�� `, ,_ .,�„=��:�w -
�, ��u. ,M,�,
� .uw� R
�� �� �. �_� m� .a v .-.�:
� � wami v.r na ,sr,-»e. woo-sr: •- - - --- — �
�� Iwgue ndl end pe�kiny ine r ��] m �vy� � CIIY ol FoH WaNh, Taxa� Ei��
C�i�T �i�Ri i^=�au w..iaa.m ,F..�
g� .� .":,�";�"�� �.. ru� �� �a.r���, wm., r.�. i.,ia�.Mai� 3
q e�� - Pro�aai tuynul i Survey Cankol
6� a�� ae, ••�••. a•�:%a: �� Fwamt � (bhad�of41 60
�
��y
Y
INTERSTAT# XIQHYYAY',�0
' • '
�
4�a — '
.. ._�::. ,,.� ��... �
' . � '—"`----`.......� ��_�::.�.
��
�f 4 • ��;a:;;�� - acc�eu #�
�h � _ �°�^f„�.,� �
�,����_�.�'��__;� ���:';�� �
� �M�ii� � V I
�—__.___._�� l � �_'_
t
� �—�—_ �=—_ `—�
U
Q
�
_ .��Y d- _ _ .� - _ _'�
��' '-�.
=! ��-�, � � ����u�ACCE�
F,�
M1INUTAw�Nq1A01A
_ _ —` _ " _ �r' _ _;,�_
_— --_`_�-§. �
W
Y
Y
2
�
�
�
�
-,.��� -�: �
�LL�� °. µ���da . �
"-- ` " " 1
i
i
��
7 g
r�o
[7
�
���
�
�
� �II�
A[CE55 �j4 S
i119MYRR�M �To! 1
' �i3e� I�I��IW l .
��mk�i�s:earw..•mi [IIYWFOHWPfI11.T�
� WelkEd� III
�, .c „� vunehwarnT,o�.mt..3
4`e�•,,,�. Acce.s Wyeul
�
N
I
' "�—
o�,umc 9euc
4
ao
� �� Rov� �tl �..f,n..II FORT �ORT �� .
m pnnwu.rf.w�r k ]ud / �' ��
, WWr4,.�..rov L _ �,�'
��.y M
m�.
� � 1 i '�
g� �YM.+W6 `f w 'i1 �/
atl 1V✓/IWM�l�tr �
me��mrx ` iuw� .�/
V` SMH 4aM• 4 ``�
V � .� �
� ��
1 �__...__ � �
c���� a•,�
�
4WSC0 N0. e5G
�41FA MM N0. ]909�3]S
� . �� ��.M„rv.�� ���`-
: �J � , y fu+e.
ro Sta s+so
5
�ROP. 24" WAiE� P14Ali�i
�_t�i '�i i
rr�ro" x�.w°�w 'mm�e-n.
R ProFll•
�Mel
P�OP. �4" !l�AiER fViAlf�
1eag��dlandpxkfnyf ��M�ury- • - afyafFeMWad
��.,�.a OR�WORT » �,w� .r�,:�:.�ry,
r...wo...n,v w.s�.la. I
.mwa�o..��,.w��e.M Y'.. �' , ��� ww rc w�.. 7adnehWdl�.7wn�e
� - WnM Lins'A' Pln
�.. �.o- 1 ia �tlil��.. G.
�
�
---. _ .. ..........._.� . _..__ �.., .�..
,, � t
. _...._. ti.. _ . ._.
,� - .... _ _..
.._... .
- ------ ---�-------- --- --- --- --- � -*---- �.:,.,_
r �
.� ( a�.
--------- - ' r I _
- ---------------- -___----- - �
---------���,-rv,� -----
� �� ' � :S�a,F�:• ��.�,�
PROP. ,�4" lfilR�'�R flII�IF�
� n
�
� �
�
_�
— — ,�� �
.......................... �
�' _ __ �
.��w�.m...J_ _
�� �
..�; �w �a°���-,�_
noll und pe�kim, ina � �. Ciq oF FoMWorth, T.aea '^
� ORT �ORTH ' �� ✓, �� � � ��.�.,�- F�Y ;�m- �
� W��kide IM .f�.
�w,.p.o.a�wnr. i-=�' Raa ehWal.�Tmmml..fonMoln 7
��'+'Y� �+ . o. +�• . qq �M� Wutar lin+'p' Plan i Prolil. �
�� S1n 70+50lo Sla 15+SU 6[
NIAPxIC SC�IE
YAFSCO'�6. 85C. 6!0
ti11ER MAP h0. S4BB-]93
y�.l��mn my. we e �nl
�p�.nane�ap��iin.,i�� � .,�, w�ao.� ahr.� onwoen.r.xa�
m�,�b q�m ORT�ORTH �-�� , �� We,�«d:�� �»�
n�. ���M j4�� 4' �� �� � fl,;,Ryo _.i. ���_ 2Hn�h41eMr7ren ml..3onMoln B
- - +r � � F Water Line'A' Plan & Praflla
""" r,�„o,m�a�,u..n„r. ' M�ixtf _� ✓ `•. "" � SM 15+601e Sta 70+50 60
P�O�. �4" WAY�R AAAIP!
��wa i��w irwo IYilO tlwo kINE p�EO IMN 9M06 �Po
��,� �...
���.e�
M'ASER MM N0. 1�Ep-5]Q
. ���r;°�_:�:
TS ini�i
Futa� m
�n.��
�a� Me�� 9
� Prelilr
l5+30 60
�RO�. 24" ViIAT�R iVi�+IN
. 7yogya noll ond pe�kln�, tM pT � w��+ �••• ���� Clly e} Fo�l Wo�l
Df'►1 ORT �_�r .��� w,�. .�� �. o� w'nwid.
„„""';"� 4'; °° :a��hwe�. r
.�.. ,�,. , �a• � a. � �
—� ••••w^• wnter Lln.'0.' P!e
miiMn �r de� � wro�vmur�eu�uun � Ma1lAb 2 �.✓- �� S1tl i0i�5010 51
ca,�rw�e sexE
�
urr.cn.� eso.
w.�1Ep um Kp, L99G-1�S
... n�...'7S.4sA.l___.
J .....1.:_�
M¢pw ndl end perNinr, ine ��. . .,*d a�� Cily ol ForF Wor1h� M1�m
,��.u�m 0 RT ORT ,�;� �',� ; tr�,�.�.:.� a a,��
( , w..�.��. �� �..�
,�, �^_�' Y� .� ��.vsu_ � rE w�„ �•r rox 2M�rc1� Wam nonsmf..ton Moin 10
n �.�•� ees. . �� W¢hr4in�'q'Plon$Pmfll�
"" .....�e.,......e. ir.0 sbav �., _� ""'" � Sle 25+i0 b Sle 3II+50 GO
PROP. 24" 11VAT'�� �IIAI�1
�����
.:��o�� M
ieag�ra nall ond por►inq i �' � N��„�"�����, � a�+�i� CIIY el PeH WaHh, Tnw� FM,�y�
�°�,.��m ^° ORT ORTH ���,� �
��; �;y�,
w..�,a�m�� ,��,
„�.�,.,� �� L+ , ��� �o.��,� � �.� ���wo�.,� ��.�o��.�� ir
^-�-- ��h am• Wofer Line'A' Plan & PmFila
uu� m�i�p���wuin�u� Ma��0i1 �.. ari f
SSc 30+SO la S1a 83+00 60
��0�. 24" WA�'�� IVi�,IN
wC w..x
"�`w �r°����m
n'uakMv��� D ewiw�w�'
��u'mr�i m�� �i+on
r+a ar�
M.W kQ IOEp-}iP. £441-]iE
4a noll eni parYln�, l ' u. ��.�+� ••....�.e a pi LNy of Fon Wm75, Tuo. y��
u��..�,�,� �° ORT�YORT ;.�� ���.��„�.,� .,.. .�
y �*.mn�v We+hldetll .ti.w
+� 1�+�arune ��A' V'�. �� e%u'e c wrr.w'+m+P 4C-�n�hWvh'Tmn�misslenMdn ��
Y� �.*.�Y ��. Y� �R� . V j ,. ��e� Wa1ee lin. A Plon S Prolilr
�e 93+00 fo Sm 40+00 60
��0�. 24" V�Ai�R M�I�1 L�
13+So Ht00 fH10 iINO ptm f�ap0 fIHC iH40 T�lO �pW
deAavl
NiYof�rvic
N Pia�
�
IpyT4R5T117g H6YY 4U
pm pAokTAaC AOAo
�
:�
IX�C my r
Xry'� �� �
�— _ / � �f
�+�._�� ____/�IJst �ov�~ �ll���
_ �� ___ — � � s � ` _ � I-� -_
� IY
s�� iY� ��'a�__� ` 'll'_'�-- _1 �� % __ �-��— ,�� _�.� ,— �� -� �
."' ' �" � _ _"
��� < �� �h -.i� __ ..� __ _ __
�`1�•� — � r
.._._ � � _ ` —1 • -�_ —
� _yr�� __ 1 _ __ __ _
_..____ — — �� � Y \
'__"� �_ � l — ' ___ f__�_' f t ____i __ ____ * _ _ _ Y !�
._"`.- �_ � .y _ _ _ _ —ie'e�awi+�»i� a '1 �� �l � ,� i S[
. ` � � `+
v ,� �� : ��ot+.ut} �l 1� �^' ``' \
_ u. .
G
r � ' �� _ ��
� �. ___ � �
_ __ �
. � � _: -__ f� �,
� �..� _
� .�.�R= .__ _ � �
;�.n.� ��ry:. 1 �� a�.w - - . �
.� �
_.
_�
: ..�a. . ._ _
r..�. ,, . .__ __._ ,.....,. _ _......_.
_ _ —��-- —...,._ n �q� ,;:; n_...,, , ,.
______________ � .,_�. ,,.,,,.,._-:,, _f_ �
---__ � �.. -----___--.__.._ _---------
PROP. 24" WAT�R fViAlhl
�
' -. . . . . . . i . , �usnz�o f � . . • . - •x.:- I I- � � _ir:�a -
..- " _ . . . , . . � . � � � .
__ — � ' i- � . " ' 870
w'= ��r G � �C � �� ��� •�'' —
�� `�� �.,,, - � _ � � �� �2 ��� ,a �,'� ��}�3 � - �
rt � �-•�� .._+_ -,._. � tcs 'I�f r��r��� .�� � 4
[` �� ,
Hb0 �al Y-�_ ..� ��,�_ '.; ' '� �1�� i�� j -� �^ 660_
. i' a'� ��� -�� I'�'�. -
'I ��~ .��—_ I , . �.
f` �
rl ��_ f �� � -J : F . �Pa=�.i � A � r
B5�
�
��
1uaqnoll ond peikins, inc'o O�� 1
�
.�......��..�,�
M�4n...x��u
. ._'Y��nr�xni�n
L.� aS p"y'
e' =�.._
� 'L _G4'JL�_
- � —�3, i.M � . 1 . : : ; �
�F.au {f�� �N'�r'.�I.. � , ' I�A. � , . . , 659
ml
I � I ;'�i . - Z
� ����� . . . , �
w y ��
i
� �Mw::wWe�n,Il&Ao:��+�nM�o�t Cily�oFFertWorth.T��ps
. :: tnp P� m weu.�e��� ,
p�r�oa m¢�.me �, �.R � 29dneh WelarTrammi..lo
Wa1er Llire'A' Plnn 8 Profl
.-' v1 n.�� 'u'°` S�n40+ppio31aA5+0U
13
��
����.�.���
NA1FR 4M'N0. 1991-3]]
�uro � u.n iwaa �e.�e er.m
1eog�e�rof!•, h,n�P�iwafne FORT�ORTH � � „u �^^•n.�ro..o�r,�>,...�a
� ..�...aK' o�w��w.,.�w,. ..1.��0_ \ � _,,, o H�... ��-
v�anl�m 1 e� � �� si. oa
� �W�
Rp. F �sP6a
��i�
��
�n�h We ..7�v�n.m[.don Mvin ' 4
efar Eirta'A' Plon Y. pralila
Sh 4S+OO la SIe 49k50 60
�� l�+ • `�"" •t��ia� I'illl�
�„� ��
�:�-��
,��� �,�. e,E
� �a ,�,_�„
WG{[mn�1'nq �hxl
4{Mh WobrT IHipn A1ofn ' S
ol.e tina'p` Plnn s Pmfll.
SM 49+90 to Sfq lq+AO d0
�'FtBP. 24" 1111Ai�R N�Al�
,.as� �a�� ana �.�a,. ��� �ORT �VOR�' a � ��,�
��..�..�.�.,m , �� � e �.��w , .,,
�µn..�xlv
......_ ._ .� [�tl,Y�'_lM,.�..iu4�r.,' MI'n��] . ..��� ezawx usr�BO rc w �oN`v �
— �,...�N�. e �� — w
.. w.. i ,A++s.
�
r � {:
J`
, �� �
� __
— '�i — - _— -_.
1G__'1__ ______'
x� 'I�
i.
l
I �j
� 1� �,�qe�PemO+
i 4i IfYM/�fi
I qyuyj^.�pyptftle
gl wb aW ���iw�
i n� �
� ,�� ; `
� �
, �_= = =
, ,
- - -�-
_.burc�rLw¢sw�d _
���_ _--_-___----___
l i ~;
!'
i ;'
' �V
� �
.�� .a+�o.n.�.a�n
� ���
,,� ���
���
����o�,� _,n
�iN� �P��A� EiryolFo�IWonh,T �
��• Wnhld� III �F.A
io�. nm.wn . m ... mn xa.ln�e w�vr rmn.mhsien Mntn r 6
�� �� Wof... Lin•�'A' Plon i Pmfib �
Sle l4+00 m 51n 59+00 60
�RO�. �4" WA��� �ARI[V
�
��
� �,
]� �
l �
i
�,
—! — — _ _. — — — — — — _. — M1� _.> . .... �� — — —
_:�—.-5�_�—'��,— — _ z-=� — _ _,i�—_—�I+—�.--.�-�p__. __ — — ...r.—�....
____}--__`____________ __..___19.1 �+-N�'JaH+�]_--..�____�___�__f__`__`________
_____________`___ �.___�.._________ —_.-_.._____
____—
____________________ _______________________________/_ ____]:Trm�RedeO'ueT— f
/ �/
� \%
� / �
�
�
���.
� .�
1
�
, {::.'
�
`_______LeRw:f-M0.'ntm�'�'r�]I ____..__-_
f � __�__ �
/
wr�rc :
reoe�e �ou a�a w�:�., r�. w = w.�.s.. �... ae ..w cHy a! FarS WoHh. Tnwr
.. �.�.� FORT�ORTH ,-�,� �w:�:�.,.,, ,�„a�a.���
,.��,w, n�� „ w.�hiva m
.�,.0 ...�..�..�.k ,•e,� ��� '�. P� �,� sa.i�e�wai.�r�o��m�..io�MaM
-�-�^•••• +a�• Walv� Lin�'A' Plon & Aiolile
uYeMnuta.�w�w�i._.!'���i n� Mur.ea , vp i e� ...:..... •.......
�
17
PRO�. �4" WA��R f1�AIN L
G9/AqC •- lE
�
MAP9pV NO_ B6f
YII,IFN YJP x0. 199�-5TY
�
a�.oc rs.» �r.so u.ee u.ro
��..w�w�.w.i en�d par�kim, in� ORT �OR1`H � � �Evsr 90 u wr� d`.�
w.xu..�non...rw. iw iti yy
1�^�' \' �� eaao�FT rF ae
�
sa�.
�;� " �°� :..�:�;;_
wemiu� m .h.x
!4-Inih Wabr 7rm.ml.�[oa Maln ' $
WeEar Bna'A' Plan i ProGle
J
S1n 64+pp !e SM 69+00 60
_..w.n��C o i�vw
��0�. 24" 1MAi�R IV9Ali�
GRAPMC 6CM£
MAP9Cp NR 90E
WFI{R M!P Iq. 199{_]TE
��„ �,
���.. � � `�,_,;,�.
.h.+
19
�R4�. 24° WA'��� NI�,IfV
mo9�e nmi ena pqk[n., ine � . e� . w.� cHy a! ferf wodh, ie
� --.......��.w�,�.,. ORT URTH �..�.p, ; . ,. ��� � q�b�.��a�o�.o�:,� ._..,..._ ._...
M�+a,u_,u� . e ai.�d.�u
�v. Mm��wui. I'=P r�. ocr. R4-ImhW N�Tmn�ml�d
�--rw�� Woler llna'A' plon B
�����
° �:��. m OR'f �VORT ) �.� � n.�,:,�� �; a� �
��.,,�.,_,ti ,��,,� .�.. w���.� .�
��.• r.nn.�ee �'=a' -�'y � rc o.r.. �4�nei�Web�TrenFm�..iooMefn Zo
.w+.«.vww "ri.e.......wu.� u....,�„ . . ��� �..w'� W����air�nA�Ae�_ eP�llle �
PR��. �4" WAiER IV�AIfd
iKao Iswo Yl�fO l6l00 T6H0 RWo RtW %�� ]�qa �NYO
G9MIIY.' SC4E
��
.n,re u° xo'�ess`�a-�.a
feeg�e no�� o�d pah��., ���
n�.a�umP ��r�u1.unw
WeMsldi III .h�.�
orv.cvs*•sa �. oeM RMn�hWeb�Tmnml..lonMoin ��
�R� � �u�� r Wahr LineMA� Plon l imNle .^
P�OP. �4" IiiIA��R i�AAIN
+�rfnare�� �twv ao
W vAw/Y4pa WOAo
a�axiF c�..c
�
j�� - �-- �=x-�=:.r`� n- .,__ . - _-� _. ,_.—,�.k�--- _ _ �s+�-�a_.��,—.w-_., _ x-�--,-=R,-
w
z
/ — _ � _ ,m�.... �
�.�. �
NAPSM hG A6F
__-__-______` ___________
____�s.��s�wumeuJr____ ___ ____"_-__-_.....___..________________`--_-_____-___� WAI9iMIYMk199{-fY!
__ "_'__-___- -__�_'-_'______.._..____..______ ________________ _________________ __ ___ __ _ _ ___
_____________ .._____________________..__.._..- --____ni"fYisiG�wm4�S_E'__ _ ..�__ �__ ___ _ ___ _ _
r�eqL�
�a rw� wi°'�.e��iiiuu�M
cSubO M CUCi��
�� uW ua�����[
_ acf�lm'I sm oe HbnE r MR � m
�
�.,, ...�
hayu.r nal! and pnkin�.�inc � ^+.'� a�M' ��r •�^ • [Nyo! Fo� Woeh, Tnm. ^
� a.�.���,w. �, �,.,.� ORT'�ORT _� �•_.. � �,": � � a� � ^..,m- �._ e.. �..._ ._ _ . _� �
w«i.u. i� a..
..u.w..d.i '~� � �� zal��hwai..Tmn.mi.do�Mai� 24
�i r._ �. F�u �, Wokr lin.'A' P[on i Pmfile a
i m,��e�5,�.;,Y.�.,�.� i �
��0�. 24" WA��R AAAIN
��
����
, �.�.
�
116T@�¢iYAYE ryytY t�
���C�Tdc� R0.1C
,__...-�� . -� . �.� , . — -
�_ __ _` t
.. _ .e� __ _ '_ - - ._
' ~- . .��..,._� _ _
-� � —�-r.--�. ,... _. - -..F-'�..' '� �r- �._ �
'---- -----------------'- ----- ....
___—___¢___— ____'_'_I�___�� _ �9[lea�_'�"'J'IdfPw.'2_ —"' ___.._.____—_____ ,
1 ___-_-_ ,.—
�
w•rwc swcc
- —� .__' �- _ �
�1-• �-__ _ _ 7
u.osca no. asr
-�_,r-�-.,.�d�_. ._._.. - =_��:r,�..�_=..� -n�rtxuwxaim.-nx
z
s�ne�+�v--------------- .�:�,w �«...w,.,���
-=�w�:�oF.n`=`.."",»��----- ---'-- ���� �:�
�R9�. 2,4° WR�'�� fVI�,IN
�
23
- �,M�,��,�.,m ro�a�r �vo��rx �-��� .� ��K�p�.,,..� �n.�:, .. . ..........
� ,._,��� wo«�iaaiT
.. - u..m �n uuuuu. ,_,• �� �� o, ws�nu re. ea�.� •�x me 7Y-Insh wo�.rT�on.mi.il
�--+w-� �� Wole� Lina'A' Plon &
.uc_w.m.i.g.�a1.���.�.,.��. �..«.. . , n� .. .w�..... . ..
�
� ���
.� �,.,,��.
�,
IPIigA'9YRYQ HWY iD `kl�
���� ffi FROWYA�F �aC ���
mr.n[ e-w
.w ..�5 �I��
iner ... ndaao°0a.n _ ,� li
�r— �r.���,-_� � �_��.a Il�
�
__ _ �'
-" — — �' _ — _ _ _. _ — , �asc. _ �
_ ..
. _- -.,—r—. ...w�_.. _r-1,_-- .-..- _.. _ �_........ ._- - , ���u
-__'"__..�.."__.,a» -�-'__`�_"---r. ::a.�� _ '_ ��--- �w. e���-�
� ` �
_ �
` :t., �
rx ��w . 4�
x, .a . ::.f:� - �.�.,,� ��:.0 v� \` - ' k \ �\`
F�ROF�, 24" WAT�R IV�AIid �.
s�ew �iwu �.«a w.00
��� oaom'nnd par' in`� ine i Ol11 �0111 �
i�� °
� �.
�::� �
�
��"�
w.wuc sc+uc
. �
r�a�rr �� ��[
6N
MCP }
i� "�
� ,, �
\\ �
�'�l 1 Y�suamr
�,� �,. �
wx� ee.n-xa +eva-a�a�, anoo-s�s
uanrimrz
� '� � Y��".�'.,�9��&�'
870 �^� �a�;,�
�.�d�.' "��'� ��:�
2.�_:��. a��..� a u�
I����rr�L���r��M� liiw'I� f!� '�i ��� �
��9�:�� :� �;��C:.�: :.�.��.� .
� �
T o.
24
5
. 4
- lM6H9TAT$ HIGHWAY 20
3 '������ ���-�� �:� ?�������-�ti -
�- � - � _ � -
_.
. . _ ___._ =:-_ _ .. . _�
-_
- 1�;� �� : . _ _._.�-..-..---�-.���_ � .. �:.: �-, - - � - - . ��� ---��;�� �C � � �
... : :. .. ... . _-...._ _..... �
��4 �`
1 �� ,�- � a
� ' � . �;,,� � /�� � �
� � l ' . y,,, � �
� � : ��o�.�, a � t . �
'��' `�- - --- -.-' — � ;,.., i 4 _a, �
l �" �� rt" -'� f f I N
k 4,.»`S'''':�''`'y I I`� �� �,]` � �.
r`- ��_.J�i�� �'. \ I �,�r � ,w
x
��rrgxsrnre wcHwnr xn
� �
� mo` N dR�mr
i` � � j �
�
k m
a - � � _2 - .�.�,
� N� ' `°S';�, r z
�. t 7 , � . �_�. .� � - - — - - - - - �- �-� x
� �� . �� �
� + �yc��' i--"..�1 � ; �
1 _�
p' � / , � — an� er � �
q � � � �.1 �_ l '- _ra';l�i ----- � --_
•..� �.�w"� -""
$T ' �p,��"i ... .. _ � - � � t J � _ _ t[4i�tD ,sar aa.,
ec ,��.. ' 1 1 _��w�'"`�- .._ __--- _- ----- -::.-:::t. sm.. �
�4 � �� ,p�z�"' � .- , `� �r 1��di: � i �'yn°' �
�� , 1 ..� - 5 _ l �.� �;,���, �
�.. �� j 1 � - -- --- _ _ _1 " ',, _ _ �_� �� �
�� r�a�ra�a�aw*r�.,r�� • p _ �:d.�.�'> ����, CItyo1FoMWoMh,r..
� . �.�,�.�, ORT �ORT ,.�,� � ,:� ,: o.�,�;
We�cide I�
�� ,p W�`�•N����u ' u� ��. RHnihWolprTronamlulanMnl� ���
wnMnr.+uai�is NA �� rL ae mii �
i ..mm `,m� ��� �� ,�0`�� ��ssa. iro�ion Can4ol Plun �l of 2) �
a.�s� ww nua mss � 66
�
�
dY�93fAT& H�CHMAY 20 �
�I�C SC+LE
. �.�- � � . � �
� V
m �
� � / - '�� - �
� �
� '`� � �
� �����`\ . �,_x�-
:�����,
--��. ,
,
,�
4
1
l�h`� N �'
f�,�R�A� l{ICH�RY Y� l
i/
V
� 'aShRtwr � �
u ��
W�J g@�
fj J � ' _ __- _ __ � T
9 �s{ I� � � � �
0.W(� � oF
� ` � YN
� � 5.._. � ��I V 1EG=Am"' [�cmt�Rnew �
n�nu A�
�$ �� s�rz�s
��g 4�
� l4 . � a++,msr� �
�� � •W,... �.� �
tw9wnalland�pxkfns.lnc "`i' Q� hi:�ei"'"e,,,�w�r " �7a1FxFWorlh,irw.a
�q ��.,;..�, oRT�Vo��r �-'m� � ' �� °�4� ��a,.�<< ��.
� L� y M We�l�ide 19 .h«�
S�q ��� rtui,�u �n 'NA usysn pE. oo�, 241n�hWol�rTronaminionMoln 26
, "'"""""�y ��a �oR�` i.t_ Ensi�n C�nlnt �i�n {f �12) �
a� �..im . .�
s�r �cacc��ua�s
�, � �W af�vf�R¢orteasFa��s�p�d
i vnY��M1SI�u4FPWliCM �2�
�� &lMIXC Idaxtv h[.u'rtwa d P�sarfewtc �
�'EW`0 �,4Y'iY'O' O[
J t��� A�R�.a' Surt s nm19(y �� 01
Ktr' : � JWrnE�0.�( 4F�n �
mmw e ru.�a tanaueeA. ut �a m�
i. �+Aom+ m�.w>wffe•ar .we•rarnaipr
�� `.��� � �u x � �..�
f r�eueoartcv�r��mromrw,srcu
AlR i1�t N0.N4a�Y.PffHM£3H#19(I�RM'9M
9i9�h^�wu�QrA�� wPrsYnmt - Fltlstr
�
� %�P��GW�iRN'1�'A'YHCIR%"MAfN'lGli
/ o]n(A�v
S+�B�Xl9l0 pN! NI2W[ 4Q4 ft blh�.h[¢� LcpNM.
d � �0slWietHafW�f9�fNNK/QCSILMMPr
� ��mrBi M � � w*sw�i w��u rysm�Mr
/M/G�.�l' Rumu,
¢ �q'rxACm�mY.WImm�TabuPU' O�IPlWSV�pN-
ma.w.ws�r�r.iR wm�mr��v�r.cdr.
!A xrxr �itwrwvrnrvc.�.wrrs�rq+su(�
ayswrmfi[4'aK �l0 �vec�.mf'q.e
�iez mae ua ��.a aac�zn���
u. ur�accrc«�s�«i sruz mrart.�ar.uvar,+rc xrn�niraa
SILT FENCE
�[ aFku xo�s
( UJf�� �A%ASp�JnV[YNpW�4XlW
Fm'�nlvwlKvp Y�a�llu(NMSJK.1Pw:
M14YG �WWl�SO'I'+�p�W✓uY�N�➢!LV
ffi � �ann�xxtffMHNmpwAH1I
J N +WFTVAP!
J M'MWOEiY9uuYlvvrtlm�¢kIUKNPua�eW
nnru.a."�`im�.a �oa Dmx�iri�m�,xa ��s
sw� rce*�Fw wwra,.Ia rx
���,`�m°'r+`o3"`�,usu�x�m �a'r
l �.�ioov�rmaza:
5 nLY rc rrc rs�ewenass•+m,wt ru aw uw ��Crvn��m
xr.owi e�mnav �mn�su.a-w w.+*�a�-Yux�
amctai vaw a �na.0 em nvsra w,n�xwav
rteI JffMfN£�lD1I4YA�M'�PM1![M�'
�r��! �I`��
I�A��I+ ���VI �,
«� � �, �{I �1 r•�!
'�7�7iti��i�`'G�I� '��::��i�I��� �I co�'�•i,�p��!T:`.
u.
� '�,��'s 4 --�':.S 5
�±:�������:��;�t;,:76'�n'�s.i;�.... i'.
�, :.:ri . � ; ..,, a �:T,{f%i
°�i -k� 4�%�ii �w j1�� 7 �'ts s
\i��]1\% `l.%' ei _ :}' � !'. F. .
\ \�\/�I,�JI�/qJ/4�% �
m�r�au mur ww
ROCN 9ERIA
�,�, ����,�`
� 'Rtir•uw
$ 1
�� �
-.sn�+�mrsrcserwrsutt�rte� � rvnr
' � Si19YftQMW K p6n4LF0Y RR.
���r�AGY�.[lOri F�64A d1am��1[
tiA'�J�?-Wv Mf Wv���41AYC9'8oE13h6
E�NIM �geN lmca�N[pq�rp¢
�tlL�W1�0�'i,4rlGiudS
ui gma'i svrEa aortn
YV�OK� YN4�111f YrNhNCH'dfS-K-✓nVlMI K
4
'i Y,'f�f'.�, _ '�
�� �'�
e.swaf -:citer�u�n� �aeucsr�uti;�q
u�eo� mnn �arts
t �l�l.4:V-�N� � PK �U &.4R Br 51 �PR1
kMCIT e[RWS aF G�AICWl.�¢[
L0.si(M�9u.0 &' UXO mqvmf LNOFxW�W.4f1ALs
•fLlY u0 q1R6
M14 �NP#:OYI I9 fMNqO Rwu'! (R'Nrs
m.w.�xrnmawrdnrts�qvtmeaa.�s wnwr
�vreMw.t �e��x�sar�axw¢��s
� rwm,c,w�aaei »maremrtrar�w.w�ew�
'��i�mirw ni � ne� ��iwrt� '
l N]8L. W 14EOWOhs YIK�W Y SovL K-iq� N n[
5 4YX0.w1'sµ'{0[blRx[W4�f/W�w➢I1K l
.WLWl.VR9mwyv anlV��F�uu61'n'FYxlDIrf.W
lq�m:t ¢�iu[
NWGClRI./f![4 nC PMATI b Liwitff aW RenYllVt
llµlr[lNMF-A01HA
��� W..a�e��Yma'a...i�..e�
c A+.- �-
n. r ewer
Ero�ion Conlrcl �ahlla
�%
.!��'
aTr'�.,I . _ f ..'I 5 ��
• '�,. _
_.,�x
I '
nrwm.,�werK P�oe
�ir �..�w.�...����m�.
:�� i
I .� l„� � 1' h.��.
;
��
e�� . .
� �_ . .
Yt�11YCOlW 1Al�I
utsm� catag
wF� mw
"' wti. u
YMSf.R
•��T C#B1
• .tn
.... _ _ �
. �
p un
A � �
� � E
r ��
I T I"
O, Y N
�� �
n��
:�.��
.,: ,��,.
�„'� �.
��—�ti�=;r�'= �
AGGF�ABLeehCNFlLL � ��qs.ld,�pp� � I'�ia -
G'__
I .. M�N ' �r � � � � i . w�s. r '„�ue.�.„.a� v.
.�.�..a�. w�
N A INpoa wa rL 0a�•�.
u�n.rr 4+h�eq rr,ri
Chy Slandnnl O�talh �1 of i}
ZB
�
�{
E
Y
�
E
-�.:-;.�
��A'`� .-`��r"�'_--T -
I : i.�
.� ... } ,�'1 I 1 � _� � t��a�� v.�--I
� y y �l 1..__�i:l .,
e�:-1l�L "�4kY h�_ _ . _ � I _ � . � "1
/�.::�.�, .�� !'hYel� viW - ��4W[
� . ��-�.'. �is� W.�. WM�3 '�� 1:.��
-� i ~ �'.�i y.'"�.� � )i� - I� ..�_e'.,m �
, ���a�. i �1 :�w::'�;'��;` � t,
, -.f:� ::�.�r,SM � 1 "'�i�w 3 .
YY�
IwpuB noll nnd perkln�. fne
u.aw.�w.im
rwwrmain
n.�uunw ue��uu�n
.' ���iii
o' �
=r/�'� C�,�1���1;
i 4P'
�-� p �'�-���
��: '
!l5 �r �
�
we�Uldr III . . .nw�
.����«'as�nv,n+� � w� P' a wei AWn.h Wwh.Tmn�mi�.lon Medn i�i
�i c�ry smnanrd o.mil. � ei s� �
_._�.. �;:.
�
�
�
�� �
����
�"
o�esei rn �
yuum •:ia ae' y'-
z¢�- � � _
`�'�,�—��
��..
�� �
:�� �
� � ��
�
-`lJ'= -p.Y- -
^1Y' ^]f .
��:: ! .
� ���'�-;
�
�i�x �
�"l �`kk � .. . . — �
��� �_�.,--c.-�I_�-. � � . 1�_ ��,
-i . .�' �,�
' � �'��� a. . . .
�rii'�,� r' ".; � '' �
,- -�_.�- __�
. .I �
���a �aitand �t�.
.�w�..�.�.,�
� �_..,P
m ��.xi�nu�wk
, .� �-cs;� ���.��;��, .,,� K,
S��`'a",P �K:�'d..�f� �'�:�'
8�� � �..= � ':S".�'y-""�.^.
_' " I"_..�.
Mi'�."�'�a ... : � ' _ "" " ....., _'
a'� .�m[m.��'e. . _ , _ _ . .
� I�� .
��4� :z:�'_'
{'_ �.'a � . . . ..
~ �'' ' ' '�Y'�.
� _;z, ;�; ,
. :,'
�i . � rs . ....
.. I „ �
.Y„ � y '7'�...
p�1.. _�, . �
<�� ��.�„�.�e,.�e
„�_.� E. �.,
< � � .. � , ,,,�.
� � ��
..�� : .� y��
:�;:'i?` , -` -. . .
. .'. . . I
ii i N�SJ �Y.JiII.RL IC:ifL�{IX�
VJ1�FL�1'LY�If51111i!!L'�L lijii�i�it.]
CiyafFarlwo.lk,i�os ��
1 w.�r.ir. w a.a
I �,���, We�., T� �,.,�o� �.�� 30
Ci1y Seendaed GNail� (3 ef 3J �
i
a
S
a°
� � �`_�-' `'. �•� ' ` -�""_ e,:� `� .,I
- �Y �II ':'# i .
. "' � �_=�i r� " '��" I _'. �"' �
k i i 'c-
. v . ���' '{ I � � �
�� - �f .'Ii���I�
. . .......w� . i�l � I �
�- - � ��� � ��I��
� a�±r=.;�;, ,�ew ,:W.;.�;_ .
. � a�
: '" �� f n� n rl,;�
c'ti7".l"�t� � _
f +�'�
! •'i��'6r2h! �i2 L�� � Ry
„�.�H._.4�`��+�� IY.Gf ��� ���{,Vb 4
' ..,I,:-. '. , i . �:, �:'! � I' � � S
� I- � .. � .� , �,,.;� -__ � n�,,', )
, _ . �,.Q,�
_ _ I ]112��9i
Iwgw �011", p.nd perkin�
pL�.1a �m
r.�w piwin�ir
•ne� �r.�Zn�s
.� "�' ,.
� �,_w, � � :��:� �_: ,,,,! _
i �I / ��?s��ir�,'(' ; �� i 'i
� - � ��_�� _. f r. �_ �, �: .
_ �l _�'-�.�;"r� ,y-,°.' � I -rr,�-{�__ f,,
— - - t�r.1-�r-•!r 'T _ . _ eV"Y.-"�i� .
F;n ��.� � ` t�---I�� . J.;., : �����y� �,� R���a�;.tc
:, "�� �;,����, � � � . � `:�-� � - ,
� nsl �� :•4c�� - L;���
�
�
���� �� ��
d ���i�'(d
,� ��'1:"_`°l
M�'FfSR�;n�'; .}1
�f'��Y r+�,1 �r �/
��' �� ��'�
.-,. r�+� ti�wxr�
"L�.`,�.'.•.1i `,
_ �
� hd :�
�� "�`� -J�' � �..�w.i ��
\i•_�1�� ..
4�'- l
�.7 �^ � ffi nn.rz.yw,.�wn, _
�:_�,,�� , . -
1� �.�.1.j
�-�I
_'�FJ �I li
I �'�, � 1
il�.•I '�.yr_1`:!�'"��yJnfi.,
, L-���. ..� -
:
i �.
i '
�� �� ��T �
�._„_C'�,,. .-�,:i.vw �.
� ��=��4���1
.�i•�'�i:'-�.�.: �,
� �i� +� L ��,�
_ + :1�. f'= '�,
'�l'�.'.,°'�YLTP.ft�'LS�"w`i p'.w-�" . Y�. _
�:�g�:�`;�4�,".4:�^��"..'� �v,�`.,
Kd`w. ���tov� .
c11rp[pR1M�4'+1H1lLa �/
IYOEA71qH fl AN66,h6SEH44.V 7}p110.0116
�� .� � F°a..`�`,'���rc~ani
� �� �� �pw
�NOkIZal1T11L 7NRUi7 BL6CffiN6
CHy SMndard �olnil� [4 el 5)
�MM
�
%
� � - - -��� ;- -
, ,�� _� I=���,
, ��� ; ����
��
truu�wi4rrvrruuwai�n I.}���uu•y
IF�Illiilil�i i•� rhlii.�Ri�iXl
�"4..�� 1 - �r�_ I� . _ .. ,
'� , � . . , :.,, .;,�__-; �-�, �. � �,:
+5i''I�'F �'i.k 11'I.n '� 'r ' ��� a.��� � �1�.
' -« `
�� !id ''yl � i •*.E�- � �' [ F--�r`.-�_—I� - � -
J' �
i I�y � �_r �� Il.. . �
�.I7`. "�I�� I� :��, .� ' �' _ 1� . � ]I?':.:.
��_,, �-�k ,� . .
�r.�•.�'� �:.�-- � ° -' �-'�� `-���.�': " �� �:.
;u+h.��,.�r,�sL, � : -z,. :�:;y i , ,. . };
, L,�- _� _ .'�`'� .
..,�._ . �r�f.��a
�F,��r � _ G �' - - '-' �� � _ _.
z `' - � -
[k s.� ,—;,� .'� I "_.��
f�P'F.'�� �r.a...'i•'vZ3 ��
l'�a= ` '.. _ _ _ ' �e�^�� w.ra��n' �wi�x.w.�...
' �I T � .�r��. ,r�,Y�1wNw� ii,.*uuF
Ireg�e no11 nnd peAcin�, ine
uw..onw n..maaur.
�� �� � �_�6`� .w.sN. ca
� i ��
FoH
caY s,a�ad.a o.�dib �S af Sj � 60
�][���� �0 0� ]Prodlunc� �e�r��re����s
T]H[�S ]PAGIE �]El�� ][l"��E1�1TI�11\1�l,.1�][�Y J�]�AI�TK
CITY OF FORT WORTH Westside III 24-Inch Water Transmission Main
S�'AIVDAAB C�MSTRUCT[ON SPBCTFICATION DOCUMBNTS Ciry Project 3Vn. i62689
Reuised 7uly 1, 20I 1
• From Orlginal Standard Products List
CITY OF FORT WORTH
�o�� �vo��rw WA,TER AEPARTM�NF
� STANDARD PRODUCT LIST
uPaae�a: u�oe�aax�
' Prom Original5tandard Prvducts lfst
a ��T CITI' OF FORT WdRTH
�'(i���' �VO�i�� WATER DEPARTME1�iT
�'��� STANDARD PRODUCT LIST
Updated; Illfj8120E1
� Fmm Origlnal Standard Pmducts lJst
CITY O� EQRT'V4'ORTH
�0�� ��TI� WATERD�+PARTMENT
y STANDARD PROAUCT LIST
- U pdated: I ll0917.If21
' Frorn �rlginal5tanderd Pmducts List
��r CITY OF FORT WORTH
�U�T �I�O�TI� WATER DEPARTMENT
STA.NAARD PRODCJCT LIST
���' unaa�¢a: urosliozi
• irom0ei�in.k5tandard Prad�ets tist
��y� CITY DF F�RT WORTH
�'O�Ti �V�V��H WATERD�FARTMENT
��Y 5TA1�'DARb PROBUGT LIST
� l7pddlRil: I�jO$13O21
� -- - � '
� � � � � � � ' ���� 1 �� ",
� ,
��
�������r. 5�����. I������r����r��ti ;
aa-a�-z2
_� .
�
. � � F ` .
+ � .
. {
.�
�,
� � �
#�
� - � ,f
I
F
�
�. 1
� - ,
����� �t�>�� � ��,�����i���
� �
�
�
.�
P�e��r�d rf�or:
Teague Nail & Perl<in5
Westside III
Fort Worth, Texas
Corrpro Jo� No.: 34030470i
7 Aprfl 2022
�: ,� �; � 1 � I�1 ��►��..
atr�}e9�cei'. �a�f�r. l�tir;��fruCiG.�rt�.
QUALITY A55URANCE �Olifl�
Project Identifier: 340304�01
Project Name Westside III Project Ty�e of Document CP Design Report
Projeck Scope of Wark
Pro�ide design serviees for a Cathadic Protectian system for the proposed installation af approximately 9,838
linear feet of 24" pipe constructed of Ductile Iron or C303 Bar-Wrapped Cancrete Pressure Pipe.
Referenced International Standards for Compliance
o NACE SP0169 — Cantrol of External Corrasivn an Underground or Submerged Metallic Piping Systems
o NACE S�01D02019 —Cathodic Protection to Contro! External Lorrosion for Concrete Pressure Pipelines
and Mortar Coated Steel Pipelines for Water or Wastewater Service
� NACE SP0286 — Electrical Isolation of Cathodically Protected Pipelines
� 5ection 33 a4 ],0—Joint Bonding and Electrical Isolation
� Section 33 0411— Corrosion Control Test Stations
� Section 33 OA� 12— Magnesium Anode Cathadic Protection Systems
Campliance/Criteria Achie�ed? N/A Test procedures documented? Yes
Recornmendations included? Yes Data Tables a�d Charts Included? Yes
Compliant with Scope of Work? Yes
Assumptians included in the analysis
1. Current Density =1A mA/ftZ DI� / 0.1 mA/ftZC303 2. Coating Efficiency = 9790 DI / 046 C303
3. Soil Resistivity = 2,5Q0 Ohm cm 4. Design Life = 25 years 5. Pipeline Joint Continuity
6. Polarized Pipe Poten#ial =-850 mV CSE 7. Ductile Pipeline Joint Continuity
Corrpro project Team
Project Manager--Judy Nguyen (inAuven@ae€tian,com)
Regional Engineering Manager — Steve Padden fspadden@ae�ion.comi
Engineering Supervisor—Cory Lehmann fclehmann921C�aeafon.caml
Summary of conclusians
This design document includes infvrmation describing the cathodic protection sys#err�s designed for the proposed
Westside III 24-inch Water Transmission line that is scheduled to consist af Ductiie Iron Pipe (dlj or Bar-Wrapped
Cancrete Pressure Pipe (C303). ihe cathodic protection systems have been designed to pro�ide external corrosion
control for approximately 9,838 linear feet af piping for the City a# Fnrt Worth project.
iVame Ste�e Padden
Job Title Re�ional Engineering Manager
Review completed by:
Qualificatians NACE Cathodic Protection 5pecialist #27179
Date 14 March 2022
aev2 - 3493Ua707 -'reague Naii & Perklns — Westslde ill 24" Waterline Praject CP System �esfgn Report 2 � P a g e
Farm �t 7.5.1.116 itevisEd 2/3/X017
REVIS{QN liISTORY
�� � � � � � �`i � . corrprn�
Stre�n�er: �afr��°. fnFrast,����t�ar�.
FJCECl1TfVf SUWiMARY
Teague Nall & Perkins contracted Corrpro to pro�id� a cathodic protection (CP) system for the corrosion contral
of approximately 9,838 linear feet of a single 24-inch waterline associated with the Westside III project in the City
af Fort Worth. The waterfine is scheduled to be constructed utilizing either Ductile Iron Pipe (Dl) ar Bar-Wrapped
Concrete Pressure Pipe (C303). Documents provided by the client on 3/9/2022 indicated that the City of Fort
Wor#h is akso considering constructing the waterline of non-metallic HDPE, C900 PVC, or simiiar piping materials.
T�is design document does not consider cathodic protection for non-metallic piping systems.
This document details design informatian for both a Gal�anic Cathodic Protection (GACPj and an Impressed
Current Cathodic Protection (ICCP) system depending on the chosen waterline piping materials installed. iest
stations ha�e been incorporated within this CP design at foreign or abandoned line crossings, anode groundb�d
locations, steel casing crossings and isolation flanges at each termination point to existing metallic piping. Each
test station will have a statianary copper/capper sulfate (CSE) reference electrode buried at pipe depth to provide
accurate structure-to-soil potentials during subsequent CP sur►reys. Joint bonding of all sections of DI or C303
waterline is required to maintain electrical continuity throughout the entire length of the pipeline.
buctile Iron Pipe
The GACP system cansists of three (3j anode groundbed locations along the pipeline route. Each groundbed
consists of a total o#twelve {12� 60-pound prepackaged hi-potential magnesium anodes installed horizontally and
parallel to the wateriine. Anodes are connected to th� main header caiale with a backloop that are terminated
across an RS style shunt mounted within a flush mount test station head. The basis of the 25-year GACP design
assumes that the pipeline has heen fact.ory coated with an exterior asphaltic paint coating and Is encased within
polyethylene sheeting or tubing.
Bor-Wrapped Concrete Pressure Pipe (C303J
An ICCP system consisting of an air cooled 30 �alt / 3q amp rectifier energizing a deep anode groundbed has been
specified if the pipe material is C303. The deep anode ground6ed will consist of eight (8} High Siiicon Cast Iron
�HSCI) anodes with indi�idual leads t�rminating within a common anode junction box, 7he deep anode groundbed
measures 8-inch x 160 feet in iength with a 112-faot ac#Ive column.
The o�erall proposed route of the waterline is shown in Figure 1 befow:
�� �
� - .-
Rev2 - 340304707 - Teague Nall & Perkins — Westsirle ill 24" Waterline Project CP System Desl�n Repvrt 3 � P a g e
Fqrm ti 7.5.1.116 Revi5ed 2/3/2017
Figure 1: Proposed Westside III 24-inch Wa�erline Route
G
�� ���Q�R�� ���r,��
S�r����r��r. Ea;����: lnfras�ta•�t4iirG�,
Tas� o� Co�r��rs �
QUALITYA55URANCE FORM ..,...,..,..�..,,..,..� ...............................................................................................................2
R�VI510N HISTORY ......................................................................................................................................................2
EXECl1TIVESiJMMARY ................................................................................................................................................3
INTRODUCTION.......................................�........,...,.........................................,.....,........,...,........................................5
1. RE��RENCE� STAAfDARDS, DEFINITIONs, AND ACFtONYMS ..............................................................................5
2. CRITERIA OF PROTECTIOfV ..................................................................................................................................5
3. DESCRIPTION OF S7RUCTURE5 ...........................................................................................................................7
4. DATAAND FINDINGS ..........................................................................................................................................7
4.1. SOIL RES�TIVITY .......................................................................................................................................8
5. DESIGN ASSUMPTIONS .......................................................................................................................................8
6. DESIGN RECOMME�IDATION5 ............................................................................................................................9
APPENDIX A: Cathodic Protection Calcula#ians ....................................................................................................... i1
APP�NQIX B: Bifl of Materials .................................................................................................................................. 17
ARPENDIXC: Qesign Drawings ..........................................................................................................................,...,... 22
Rev2 - 3403Q4707 - Teague Nall $ Perkins — Westside If I 24" Waterltne Project CN System �esign Repvrt 4 I P a g e
Form # 7.5.1.136 Revlsed 2/3/2017
��i �A � I� � � I� � �pr�r��
�trornr�er. ;a�fer, �nfra�t�°uctur�:
iru�rRooucrio�
Teague Nall & Perkins contraeted Corrpro to design a cathodic protection (CPj system for the corrosion control of
approximately 9,838 linear feet of a single 24" Ductiie Iron (Dlj or Bar-Wrapped Cancrete Pressure Pipe (C303j
waterline associated with the City of Fort Worth Westside project. 7his report includes both galvanic / impressed
current design calcufations, a test station schedul�, and associated drawings.
1, REFEREAICED STANDARDS, DEFtNITIONS, AND ACRONYMS
5tandards:
• NACE International Standard Practice SF0169-2013 —"Cantrol of External Carrosian on Underground ar
5ubmerged Metallic Piping Systems"
• NACE 5Pd100-2019 —"Cathodic Protection to Contral External Corrosion for Concrete Pressure Pipelines
and Martar-Coated Steel Pipelines far Waier or Wastewater Service"
• NACE Internationa! Standard Practice SPd286-2007 —"Electrical Isolation of Cathodicaily Protected
pipelines"
� 5ection 33 0410—Joint Bonding and Electrical Isolation
� Section 33 0411— Corrosion Cont.ral Tes# Stations
� Section 33 0412— Magnesium Anode Cathadic Protection Systems
� Section 13 47 13 — Cathodic Protection 5ystem
Acronvrns:
� CP — Cathodic Protection
o C5E — Copper-Copper SuEfate
p DI — Ductile Iran
• GACP — Galvanic Anode Cathodic Protection
e ICCP — Impressed Current Cathodic Protection
• LF — Linear Feet
2. CRITERIA OF PRQTECi"ION
Ductile Iro� Pipe
Appropriate cathodic protection levels are determined in accordance with NACE SPD169-2013 which k5 a
standardized set of criteria regarding structure-�o-soil potential measurements that evaluate the effectiveness of
cathodic pratection on a structure. These criteria dictate that a struciure is considered cathodically protected as
directfy stated withln SPQ169-2013 if:
6.2.1 Criteria for Sfee! and Gray or Ductrle Cast-lron Prprng
6.2.1.1 Criteria thpt have been documenied throuyh empirical evrdence to indicate carrosion control
effectiveness on specific piping syst�errrs may be used an those piping systems or others with the same
characteristics.
6.2.1.2 A minimum of 100 mV of catirodit polarization. Fiiher the formation nr the decay of pofarization must
be measured fo satisfy this criterian.
Rev2 - 34ff344707 - Teague Nall & Perkfns -- Westside III 24" W aterlfne Project CP System Design Report S� P a g e
Fofm # 7.5.1.116 Revised 2/3/20i.7
��w � � � � � �1 ��r�r�
Strc�r��C'i'.."tir�TkY: �i�ir':��+5'uc.k�.ar�.
G.2.1.3 A struciure-to-electrolyte potentia! af -85amV or more negatrve as rneasured with respect to a
saturated copper/capper sulfate (CSEJ reference electrade. This potential may be either a direct
measurement of the polarized potentiol or a current-app!!ed potentral. lnterpretatiorr of a current-
applred measurement requires consideratlon of the significanee of voltage drops rn the earth and
metallic paths.
Bar-Wrapped Corrcrete Pressure Pipe (C303}
Cancrete Mortar Coated Steel and Bar-Wrapped Concrete Pressure Pipe ha�e some similarities and a�apropriate
cathadic protection le�els are determined in accardance with NACE SP 01a0-2U19 whith is a standardized set of
criteria regarding structure-to-soil potential measurements that e�aluate the effectiveness of cathodic protection
an a structure. These cri#eria dictate that a structure is considered cathodically protected a5 directly stated within
SPQ1Q0-2019 if:
5.2 !f hrgh-strength steels (>690 MPa j>100 ksiJJ such as prestressing wrre used rn prestressed concrete pipelines
are present, care shauld be taken to ensure that the instpnt-off poten#ia! is not mare negative than -1.00OV
mepsured against a copper-coppersulfate electrade (VcsEJ or -0,934 VAgd (KC! 0.5M/seawaterf; or -a.883 VAgC!
�KC! sat.], to avaid hydrogen embrittlement.
5.3.1 One Hundred (100J mV Aolarization Develapment/Decay Crrterion
5.3.1..Z A minimum of 100 mV of polarizatran should be achieved at the mast anodic location in each area or
zone, rn accordance with Paragraphs 5,1 arrd 5.2, provided its corrosian potential ar decayed off potential is
more negative than -20Q mVcsF or -134mVAgCI (KC! D.S M/seawpterJ; -$3 mVAgCI (KC! sat.J. lf the corrosiort
pat�ntia! ar decayed off poEentia! is less negative than -2D0 mV CSE, the stee! is passivated and na CP or
minimum polariza#bn is required.
�.3.2 Negatrve 850 rrrVcsF (-7S4mV AqC! jKC! 0.5 M/seawaterj; -733 mVAgC! [KClsat JJ Palarized Potentipl Criterion
5.3.�.1 This criterron rs regularly used far burfed and submerged stee! structur'es but r�ot as often for reinfQr'ced
concrete structures because of the additianal current required to further polarize the structure by more than
the 10Q-mV given in Paragraph 5.3.1. If the instant-aff potentra! of reinforcing steel is -850 mVcsE ar more
negative, the reinforcing sieel is protecfed. (see IVote z in Paragraph 5.3J
(Note 2 Tn Paragraph 5.3; Laboratary and field research has indicafed thcrt anadlc chloride stress carrosion
cracking of high-strength prestressing wire can accur where pitting or crevice corrosion is allowed to
concentrate very low levels of chloride ians. Such prestressing wire poten�tials should therefore be negative
enough fo prevenr prtting.J
5.3.3 Values af polarization devebpment ar decay less than the 1a0-mV criterion in Paragraph 5.3.1 may be
suffrcient fo provide atlequate CP, if supported by other evidence,
Apprapriate electrical isalation and testing procedures are deterr�ined in accordance with NACE SP0285-2afl7,
which is a standardized set of practices regarding isolation of cathodically protected pipelines. These practices
dictate that:
3.1 CP Current intended fora given pipelrne can flow to other underground facilities or equipment electrica!!y
connected to the prpeline. !f protectiar� of ihe other underground facilifies is not intended, significant CP
Rev2 - 3403Q4707 - Teague Nall & Perlcins — Westside Ill 24" Waterline ProJecE [P System peslgn Repprt 5 � P a g e
Fvrm N 7.5.1.116 Revised 2/3/2017
�� ������.
�tro�ger. �xbt�r, un�rastr�4��Curc,�:
3.2
3.5
9.,2.4
����r�
current can be lost unless prevetrtative measures are taken. Generally called a current drain, this current
loss can be reduced through electrka� isolation of the pipeline.
CP even of well-coared pfpellnes may »ot be economical or practrcal unless electricel isolation is achieved.
Elect�rica! isalation can mrrrimlze or eliminate galvanic corrosion caused by disslmilar metals in contact wrth
each other or caused by similar metals in contact with each ather when one metal is 6are �r has a dielectric
cootrng system wl�rle the other hos a permeabfe coating system.
When the isolating device incorporates bofts that reguire fu11 isalatron from all other metalwork (e.g., bolts
used in an isofated f�anged jofn in wfrich arrd isolating washer rs used 6eneath each bolt head ar n�rtJ, it
may be possible tv check for properisolation of each,6olt. This check has considerable validit�y because bolt�
isolation is norma!!y the part of fhe as5embly that is most susceptible to failure. The test should be
conducted by using an ohmmeter or other' device to prove isolatran between each bolt or stud and the
metal agarnst which it rs to be isolated.
3. DESCRIPTION OF STRUGTURES
The proposed 24-inch waterline will tie-into a future 42" waterline at Station 1+64.97. and will terminate at an
existing 24" waterline at Station 98+38 as detailed within the supplied drawings fram Teague Nall & Perkins. The
level and status of cathodic protection on the existing 24-inch waterline in the area is unknown as field testing nor
historical data was pro�ided to be evaluated. Multiple fareign line crossings with local natura! gas entities, local
water utilities and a road crossing ha�e been scheduled alang the waterline route. The characteristics afthe piping
material far each of the foreign line crossings is unfcnown and all have been assumed ta be metallic in nature.
Therefore, each requires a test station and proper electrical isolatian from the proposed 24-inch uvaterline.
Cathodic protection has not been designed far any foreign lines, metallic fittings, structures associated with steel
casings, hydrants or other appurtenances naf associated vu�ifh �he 2�-inch Westside III waterline project.
The CP design is based upan the entire 24-inch waterline length being electricaEly continuous across each pipe
joint but �lectrically isola#ed at each termination point. Waterline length has been estimated from the client-
supplied Wes#side III Water Transmissian Main Drawing package dated Octo6er 2021. The total amnunt of surface
area forthe waterfine is shown in Ta�le 2 below.
Table 2: Waterline Surface Area
Westside III � 24 � 9,838 � 61,814
1"he pipeline is scheduled to be constructed of Df or C303 pipe during insfalla#ion.
4 DATAANDFINDiNGS
The fallowing information was utilized within the CP design process and is in accordance with industry standards.
0 5oil resistivity assessmen#
= Constructability survey
Rev2 - 3443U47fl7 - Teague Nal! & Perklns -- W eslside III 24" Waterline Projed CP System Uesign Report 7 � P e g e
Form t17.5.1.116 Revised 2/3/2017
�a �4 �:� � � M�l c�r���.
�tr+.��g�r. S;�fe�r'. �nfrast�'4scl!lra:.
a.�.soi� R�s:Tivrry
Soil resistivity testing was not calleeted along the direct pipeline route but rather a review of histarical soil
resistivity data collected from �arious r_ompleted City af Fort Worth and City of Dallas projects provided soil
resistivity values ranging frorn 738 -5,100 ohm-cro soils across the area. All historical sail resisti�ity data was
conducted in accardance with ASTM G57, using a Nilssan Madel 400 (or similar} soil resistance meter and four
regularly spaced s#eel electrodes in line. An alternating current at 97 Hz was passed thraugh the soiE between
the outer electrodes, and the resistance meter indicates the total resistance based on the detected �altage
drop between ihe ir�ner electrodes. 7he distance between the pins corresponds to the radius of ihe
hemisphere of soil for which the resisti�ity is a�eraged. Sites were selected as representati�e of the areas
where structures of interest are or are to be installed, and conductive/large nonconcEuctive structures were
a�oided.
Corrpro utilized a soif resisti�ity vafue o# 2,50fl ohm-cm for within the design calculafions based on a pipeline
minimum hury depth of fi�e feet and maximum vertical anode depth af 15 feet below grade. SoiEs along the
pipeline route are considered to have a moderate corrosi�e environment in relation ta the waterline material
being considered, Corrosion protection measures are recammended for this materia� to preserve the physical
integrity of the pipeline.
Table 3 provides a comparison between soil resisti�ity and the associated corrosi�ity
�. DESIGN /�55UMPTiQNS
The following assumptions were made in the development of the cathodic protection design:
Surface Area: Surface area calculations for this waterline praject are based upon appraxirnately 9,838 linear feet
of 24-inch waterline constructed af DI or C303 pipe segments. The cafculate.d surface area utilized vvithin this
design is 64,905 ft2. wf�ich includes a 5% safety factor to account for coating degradation, additional metallic
surfaces of the pipe, ar unknown soil environmenta! factors encount�r�d during construction a.ctivities. De#ailed
calculations have been pro�ided within Appendix A.
Coatin� Efficiencv: This design assumes a coating efficiency of 37% bare for DI pipe segmen#s and 100% bar� for
C3U3 piping. The GACP design is based upon all associated DI metallic pipe components incfuding reducers, 90°
elbow fittings and straight segments of waterline having only a factory-applied a5phaltic paint coating and fully
encased within polyethyfene wrap.
Rev2 - 3qU3D4707 - Teague Nal[ & Perkins -� 4Neatside (ll 2q" Wateriine Project CP System pesign Repart B' P a g e
Form # 7.5.1.116 Re�ised 2/3/2017
Table 3� Soil Resisti�ity vs Corrosivity
�� ,I��� � � �� carrprn
5irn��er. �efpr. p�twas4r�st��r�.'
Current Densitv: A current density of 1.0 mA/ft� for AI pipe segments and a.1 mA/ft2 for C3�3 piping was used to
determine the current reguired forthe bare metallicstructure surface alongthe entire length af the waterline.
5ervice life: The ga.lvanic cathodic protection system has been designed for 25-year service life.
Palariaed Piqe Potential: The 24-inch wat�rline has been designed araund acMie�ing a minimum cathadic
proteciion str�cture-ta-sail electrolyte patential of -850 mV CSE. Prior to cathadic protection being applied to any
metallic component underground, the pipe or fitting is found to be in a native or unprotecCed state. lJpan initial
application of cathodic pratection, the pipe system or metallic components will begin to polarize until all metallic
surfaces ha�e equalized in potential.
Electrical Isolation; This CP design only examines the length of piping associated with the 24-inch Westside III
waterli�e. Tie in locatior�s between existing metallic waterlines, metallic firewater systems, cammunity supply
feed piping and / or steel cased/lineartunnels shall be electrically isolated from the propased 24-inch pipe system.
Electrical isolation shall be rnaintained through the use af full face isolation flange lcits or tie in locations shal{
em}�loy the use af non-metallic pipe such as C900. Reference the Specifications —Section 33 Q410 —Joint Bonding
and Electrical Isolation is shown within Appendix B.
Electrical Cvntinuitv: Each DI or C303 pipe segment is assumed to be continuous and comprised of ine#allic
components. Therefore, bonding of unrestrained joints is required along the entire length of the waterline to
ensure electrical continuity. Two (2j #4 HMWPE band cables shauld be installed across each unres#rained pipe
joint pEr the City of Fort Worth specifications.
6. DESIGN RECOMMENDAT�OMS
This design document places emphasis on proper monitoring ofthe waterline assetthrough teststations at foreign
line crossings, cased crossings, and both tie-in isalation points. All test stations shall be installed nearthe waterline
sfructure where applicable as to not impede walkway, vehicular, maintenance accessi�ility nor interFere with
other facifity obstructions. Each test station consists of a pair of structure leads at#ached to the carrier pipe and
capper-copper sulfate reference electracEE for collectlon of ineasurement data. Re�iew of the alignment sheets
facilitate the following test station installations:
• Z— Insulating Joint Test Statian.s
• 6— Cased Crossing Te5t 5tations
0 3— Foreign Line Crossing Tes# Statior�s
0 3—Anode Graundbed Test 5#afiians (DI onlyj
• 2— Potential Test stations (C303 only)
Client provided documentation does not specify if the foreign line crossings are metallic or non-metallic piping.
Corrpro has assumed that each line crossing of the Wes#side Ill project is metaNic in nature and will allow for
structure leads to be installed to each foreign entity asset.
Rev2 - 344344707 -Teague Nall & Perklns — Westside 11124' Waterllne ProJect CP System Design Repart 9� P a g e
Form fi 7.S.i.i16 Revi5ed 2/3/2017
�� ��' � ���� � �i c���r�r
Sir�onqcy: ���ai'ar: l�ifr':�r•i�'UsE�.�Yc:,'
Teague Nall & Perkins stated that the Westside III waterline project may consist o# either DI or C303 pipe materials.
Therefore, two separate CP systems have been designed within this cEacument to allow forthe City of Fort Worth
io determine the most cast-effective rneans to campl�tion. Documents pro�ided by the client on 3/9/2022
indicated that the City of Fort Worth is also considering constructing the waterline of non-tnetallic HDPE, C900
PVC, or similar piping materials, This de5ign document does not consider cathodic pratection for non-metallic
piping systems.
DI Pipe GACP CP System Design
The hasis of the GACP design assumes that the pipeline has been factory coa�ed with an exterior asphaltic paint
coating and is encased within polyethylene sheeting or tubing yielding a pipeline coating efficiency of 97%.
Corrpro utilized a current den5ity �alue of 1 mA/ftZ to account for al� bare structure surfa�es, a safety factor of 5%
ta account for unknown en�ironmental factors or coating darnage during installa#ion and a polarized pipe
potential of -850 mV in reference ta a CSE reference electrode for maintenance current,
Corrpro has designed the installation of three (3j galvanic anode graundbeds along the proposed route of the DI
waterline. Each GACP anode groundbed location consists af a total of twelve (12) 60# high potential magnesium
anodes horizontally placed parallel to the waterline. Each individual anode fead shal! �e crimped to a main anode
header cable with backloop assembly that is terminated within the test statian. A 0.01-of�m R5 style shunt within
the test statian will allow for measurement of the anode groundbed current. The locations and details of the
anode groundbed are shown within the 3nstallation drav+ring details #ound within Appendix F.
C3�3 8ar-Wrapped Concrete Pressure Pipe ICGP Sys#em Design
An impressed current cathodic protection system has been designed ta pro�ide cathodic current to the C3D3
waterline, The nature of the C303 waierline and the estimated required current deems a galvanic anode approach
to not be a feasifale option. The fCCP system consists of an air cooled 30 volt / 30 amp rectifier that energizes a
total of eigh# (S) high silicon cast 2684Z anodes. The anodes will be encased colce breeze within an 8-inch x 160
foot deep well and shall ha�e an active column of 112 feet. �ach indi�idual anode lead shall be terminated on the
anade junction panel of the reetifier that is mounted within a stainless-ste�l traffic rated enclosure. The rectifier
allows for proper adjustment of the anode output current to pre�ent o�er palarization of the Westside III
waterline.
Rev2 - 340304707 - 7eague Nafl & Perkins — Westside II I 24" Wateriine Project CP System Oesign Report 10 � P a g a
Form # 7.S.i.iifi Revised 2/3/2017'
�a�■ ►� � � I � ��� _cQ�r�-p�r-�v
S4roFl�er.SA#er. Di�fe��triac4l�re.
�PPEi1�DIX A: Cr4TF40DIC �ROTEC'T'IOPI CALCULATION�
ReV2- 34�3�4707 - 7eague Nall & Perkins — Westside 11124" W aterline Project CP System aesign Report 11 S P a g e
Form # 7.5.1.116 Revised 2/3/2017
�� �a � � I � �l �a����
E+��4�II�w�'. $��Tel. �Irif'.ASt9'IA�i�Ir4�.
Corrpro has pro�ided detailed calculations for both #he design of the GACP and ICCP systems depending on the
chosen waterline pipe material of Ductile Iron (DI) and Bar-Wrapped Concrete Pressure Pipe (C303) as described
in the following sections below.
DI Pipe GACP Current Requirement
This sectinn of the CP Design details the GACP installations for all metallic underground DI waterline systems
previously described. The following ca Iculations are hased upon the entire g,838 length of 24-inch DI waterline
associated with the Westside I II project.
Required current has been calculated based upon the client pravided alignment sheets indicating pip� ��ngth
and diameter. To determine the amount of current required, the following equation is used
IcP = AS * % Bare * Ico*Cantingency
W here:
IGP -- Current Required
A5 — Total 5urfiace Area of Pipe to be protected
%�are — Assumed 3% bare for external DI pipe surfaces
Ic❑ — Accepted Current Density for mild steel in neutra I soils (0.5 — 3A mA/ftZ) —1,0 mA/ftZ is used
As�n*d* 1=61,814ft�
% Bare-3.0
�cn — OA01 A
Contingency — 5afety Factor of 5% was utilized
7herefore:
I ca =1.94 A
This r�presents the total current required for 9,838 linear feet of DI waterline with a coating efficiency of 97�.
Groundbed Calc�lations
Due to ihe (ow current requirement of th� waterline system, it is recommended to utilize a GACP system, A
GACP system has been designed for the waterline pipe ne#wark #hat utilizes the installation of twelve (12)
prepackaged hi-�otential magnesium anndes at three (3j separate loca#ions along the pipe. Each anode
groundbed will consist of 60# magnesium anodes installed horizontally in the soil and laid parallei to the
waterline.
Rev2- 3403Q4707-7eague Hall & Perkins— Westside III 24" Waterline Project CP System Design Repart iZ � P a ge
Form t17.5.1.116 Revlsed 2/3/2017
�,� ,+� � � � � � e�rn�vrn
Stronger, ��f�r. IrifeasSwoctisre
To determine the num4�er of anodes needed, it is necessary ta determine the amount of current that each
nne can produce. Ohms law is used:
V = I*�t
Where:
I --Current Produced (A)
V — Driving Voltage {Vj
R — Resistance �OhmsJ
The driuing �oltage of the magnesium anodes is assumed con�tant during polarization. This is the open circuit
potentia� (-1.700 Vj minus the IR Free potential of the pipeline under pratection (-.850 V] as measured with a
CSE yielding a driving voltage of 4.850 V.
In order to cEetermine the overall cirtuit resistance, anode to earth resistance, linear wire resistance, pipe to
earth resi5tance and linea� pipe resistance must be considered. To caiculate anode to earth resistance,
Dwight's equation for a single anode positioned horizontally is used:
r L�
Ra.h = 2rzL`�Il��'
Where:
Re,n — Resistance of single horizontal anode
p —Soil resistiuity [2,540�-cm}
L— 64" Packaged Length of anode (162.6 cmj
d— 6" Packaged Diameter of anode (17.2 cmj
t-8' Depth ofanode (243.84cm)
!r� -- Natural logarithm
The resistance for a single anode calculates #o be 4.51 Ohms. Eaeh anode tesi station will utilize a tota[ of
twelve (12j 60# hi-potential magnesium anodes horizontally spaced along #he pipe. The crowding factor
associated with each anode array �eeds to be calcula#ed usingthe following equatian:
F= 1+�5� h In(0. 6�SbN}
Where:
F— Multiple anode crowing factor
p — 5oil resistivit� (2,500 i�-cmj
S— 5' Center ta center spacing between anodes (304.8 cmj
Ra,�, — Resistance of single horizontal anode (4.510hrnsJ
N— Number of anodes connected in parallel (12j
In -- Natural logarithm
Rev2 - 30.0304707 - Teague Nall & Perkins — Westside I II 24" W aterline project CP System Des�n Report 13 � P a g e
�brm # 7.5. E.116 Revised 2/3/2017
�a � �� �u � �' IC� ��r�pr�r .
�+ranh�t: '��af�r�. I�jPr.s�tr�,+r..turr.
Therefore, in order ta calculate the resistance of multiple anodes attached to a common M�ader cable,
Dwights' Equation becomes;
Ra,h
Rg�.n= N * F
W f�ere:
�ge,n — Resistance of ten horizontal anodes �
Ra,n — Resistance of single horizo�tal anode (4.510hms)
N— Number of anodes connected in parallel (12)
F — Crowding fac#ar (2.19)
The overall resistance for twelve (12j hi-patential ma�nesium anodes is 0.825 Ohms. Eath set of anodes is
connected to a main #8 header cable with a backloop. Utilizing tabular information pro�ided fr4m American
Wire Gauge, resistance forthe anode header cable can be calculated by:
L
Rcah�e = RiaOo*f�oao�
Where:
Rcabie —Total Resistance af Cable {#8)
R�sca��e — Resistance per 100Q feet (0,6282 i�)
��scania—Total Estimated Length (275 ftJ
The total resistance calculated for #8 anade header cab�e is 0.172 Ohms, The total CP circuit resistance far
twel�e (12j anades and associated header cable is 0.997 �hms. Placing this value hack into Ohm's Law, the
expected current for each anode groundbed is Q.0.852 A. Once the pipeline has polarized the current output
per anode groundbed will decrease. This design utilizes a total of three (3j ga�vanic anode groundbeds.
Assuming the required current of 1.9� amps, the weight af anodes can be calculated based on a 25-year life
using:
WA � CRM * Lf * ICP
Where:
Wa = Total weight of magnesium
C�nn = Consumption rate (17 Ibs/A-yrJ
�f � 25 yea rs
fcP = 1.94 A
Therefore, the total weight needed is 825 pounds of magnesium. Corrpro recommends the installation of
three {3j separate anode groundbeds cansisting af a total of twelve (12) anodes each due to the current
output and consumption of the anode overthe duration of service life. Each groundbed shaEl be located alang
the pipeline route as shown within the installation drawings to allow for proper current di5tribution.
Rev2 - 340304707 - Teague Nall & Perkin5 — Westside I II 24" Waterline Projeck [P 5ystem oesign Report 14 � p a g e
Fonn # 7.5.1.116 Revised 2/3/2017
�� � � � I� � �ry cQr�.-�
:�trol��l��, {;9i�e. IN(r'r7�t�'G�CiElfP.'
C.3p3 P�pe 1CCP Current Requiremrnt
7his section of the CP Design details the ICCP installation for all metallic underground C303 water[ine systems
previously described. The fallowing calculatians are based upon the entire 9,838 length of 24-inch C303
waterline assaciated with the Westside III project.
Required current has been calculated based upon the client pro�ided alignment sheets indicating pipe length
and diameter. To determine the amount of current r�quired, the following equation is used
I�P =145 * °� Bare * Ico*Contingenty
Where:
IcQ — Curr�nt Required
As—Total Surface Area af Pipe to be protecied
� Bare — Assumed 100% bare for steel C3�3 pipe surFaces
Ico — Accepted Current Density far mild steel in neutral soils (0.5 — 3.0 rnA/ftz] — 0.1 mA/ftZ is used
As=n*d* 1=61,814ftz
% Bare --10�.0
ico -- D.0001 A
�ontingency —5afety Factar of 53o was utilized
Therefore:
Icr= 6.49 A
This repr�s�nts the total current required for 9,$38 linear feet of C303 waterline with no coating efficiency
considered for the bare steel surfaces.
Groundbed Calculations
Due ta the current required for the C303 waterline, it is recommended to install a single ICCP system to
distribute current across the entire length of the Westside III waterline. In order to determine the overall CP
circuit resistance, anode to earth resistance, linear wire resistance, pipe to earth resistance and linear pi�e
resistance must be considered. On many occasions anly anode to earth resistance ancf I.inear wire resistance
is used because the others are negligible a�d have little effec# on the ICCP system calculafiians as a whale.
7he Westside III ICCP system deep anode groundbed consists af a single S-inch x 16fl-foat deep borehole. The
6orehole shall be filled with eight (S) 2684Z High Silicon Cast Iron anodes measuring 2.65-inthes x 8�4-inches
in length and spaced on 1�-foot centers. Th� active coke breeze column consists of 15 feet below the first
anode and 20 fe�t alaovE the topmost anade for a total coke column of 112 feet.
Rev2 - 340304707-Teague Nall & Perklns— Westside III 24" Waterline PrnjectCP System Desion Repart ti � P a g e
Form #t 7.5.1.116 Re�ised Z/3/ZU3.7
�� ��' � �'� �► �l ������
�14r�r�yPr. .�:v(er. Inir;�.�tru�.f�i� z.
Tv calculate anade array to earth resistance, bwight's equation far anodes pnsitioned vertically is used:
p 4L
Rp z�L {In d �-1
Where:
RA — Resistance of anode
p—soil resistivity (2,500 �!-cm}
L— Length of anode (3,413,76 cm]
d— Diameter of anode {2D.32 cm)
!n — Natural lagarithm
tt — Pij3.14)
The resistance for the graundbed calculates ta be 0.642 ohrns. The resistance of the anode leac� cables can be
calculated by knowing the cable resistance ofthe topmost anode and the battam anode by usingthe equation:
Rt*�tb
R� _ �tt+.�h
The topmost anade cable length is the distance from the anode junction box (5 feet) and the distance to the
topmost anode (68 feetj for a tatal length af 73 feet. The resistance per 100Q feet af #S AWG cable is 0.628Z
ohms, yielding a top anode cable resistance of 0.33 ohms, Similarly, the resistance of the bottom anode is
calculated in the same fashion as the distance from the anode junctian box (5 feetj and the distance to #he
anade (138 feetj #or a cable resistance of 0.0.90 ohms. Therefore, the cabl� resistance for all anode leads is
0,24 ohms.
The final resistance calculation invoives ti�e estirnated cab[e distance of the #4 AWG positive and negative
header cables from the structure and anode junction bnx back to the rectifier. 6ased on #he proposed layout
of the ICCP sys�em the reetifier/groundbed wiil be instalied near the waterlir►e structure, the conservati�e
total length for the negati�e leads is f00 feet and 25 feet for the positiv� leads. The resistance per 1UOQ feet
of #4 AWG eable is 0.2485 ohms, yielding a to�al recti#ier lead cable resistance of 0.3]. ohms.
The total CP circuit resistance is then calculated by adding each individuaf resista�ce ta achieve a CP circuit of
Q.698 ahrns for the graundbed design.
The C303 waterline groundbed will be energized by an air-cooled rectifier rated at 30 volts / 30 amps and has
36 tap adjustment settings. The variety of tap settings ensures that e�en at a low tap setting, the rectifier
output will nat be in jeopardy of o�er polarizing the pipeline in the vicinity of the rectifier once pipeline
polarizatian has reached an equilibrium state, The rectifierwill be mounted within a galvanized enclasure per
City of For� Worth specifica#ions, Corrpro has reviewed Google Earth KMZ files af the project and selected a
centra[ly lacated site where AC power appears to be easily accessible for the air-cooled rectifier.
Re�2- 34U304707 -Teague Nall & Perkfns—Westside III 2d" Waterline Project CP System 6esign Repart 16 � P a ge
Form �L 7.5.1.116 Revised 2/3/2017
�� ��,� � � � c�r�-pr�
Strang�r, ��te�r. trilr��sir��actur�:
A�P�I��ID� �: �[I,L 01� MIAT�RIAIS
Rev2 - 3AQ3Q4707 - Teague Nall & Pericins — 4Neststde III 24" Water�ine Project CP System Design Report L7 � P a g e
Fom1 !k 7.5.1.116 Rev4setE 2/3/2017
�� ���I�� ����
�+frr�rir�c�r', ti�aFs�r'. Ir�ir��:f��u�t�.�r'e.
n : , � -�s.- • � -
{ r ' � Ib S p
IiEM # DESCRIPTION UM qTY PART �
i BROaKS 60X CONCRETE 3-RT [CP TEST) EA 3 54Q5$844
2 TEST HEAD BIG FINK 300-B5 BLUE WITH 5 TERMINALS EA 3 54040628
3 PVC CONDUIT 3" FT 3 5�0525fi5
4 P�RMACELL PLUS CU/CU504 W/150' #1A HMWP� BLUE EA 3 54145841
5 #S BLACK HMWPE STRAI�DED H�AQER CONDUCTOR FT 900 540498Z7
6 64#D4 HP MG RNOdE PKGD W/10' #12 50�ID TW/THW BLACK EA 36 54Q71037
7 CRIMPITYC8C8 RUN 8-8TAP 10-8 EA 36 54041452
8 #12 WHITE TW/THV4/STRANDED SINGLE CONDUCTOR FT 200 54048857
g #12 CABLE ADAPTER StEEVE5 FOR WELDING EA 1Z 54041903
�a M-157-24 WELDER MOLD EA 1 54064540
�Z #25C1 WELD METAL EA 20 54Q41719
�2 HANDY CAP IP EA 20 54Q52135
13 TERMII�AL RING -TONGUE 1210-1/4R EA 6 54a50754
14 TERMINAL CRIMP RING #20-141J4R EA 3 S405Q414
15 7ERMINALCR]MPRING#8-1/4R EA 6 54051D36
16 SCOTCH 130 RUBBER TAPE (3/4"X30'J EA 8 54041567
17 SCOTCH 33 VINYL TAPE (3/4"X60'j EA 5 54041583
18 5COTCHKQE COATING �.5�Z CAN CAN 2 54091302
1� RS TYPE WIR� SHUNT EA 3 �4019941
20 3" fiED, 4 M�LS, CATHODIC PROTECTION CABLE SAFEiY TAPE ROLL 1 54054561
�• + o
ITE{Vi # DESCRIPTION UM QTY PART #
21 BROOKS BOX CONCRETE 3-RT (CP TESTj EA 11 5�105884a
ZZ 7E5i HEAb BIG FINK 300-85 BLUE WITH 11 TERMINA[.S EA 11 7BD
23 PVC CONDUIT 3" FT 11 540525G5
24 PERMACEI.L PLU� CU/CU504 W/150' #14 MMWP� BLUE EA li 5�47.45841
25 #fi WHITE TW/THW STRAND�D SINGLE C�NDUCTOR FT 50 54Q49770
26 #6 BLACK TW/THW 57RAN17ED 51NGLE COh1DUGTQR FT 50 54049761
27 #12 WHITE TW/THW STRANDED SINGlE CONDUCTOR FT 600 54048857
28 #�12 BLACK TW/THW STRANDED SINGLE CONDUCTOR F7 5b 54p4$814
Zg #12 YELLOW TW/THW 5TRANDED SINGLE CONDUCT�R FT 300 54Q48865
�� #12 GREEN TW/THW STRANDED SING�� CONDUCTOR FT 25 54048831
31 #12 RED TW/THW STRANQED SINGLE CONQUCTOR F1' 15Q 54048849
32 #12 ORANGE TW/TW STRANQED 51NGl.� CONDUCTOR FT 25 54163417
33 #S WMIiE THHN/TNWN STRANDED 51NGLE CONDIJCTOR � FT 100 54050025
34 #8 GREEN THHN/THWN STRAfVDED SlNGLE CONDUC70R FT z5 54fl�9999
35 #8 RED THFiN/THWN STRANRED SiNGLE CONDLICTOR FT I50 54050017
Rea2 - 34p30d707 - Teagua Nall & Perkins - Westside Ill 24" Waterline Praject CP System Oesi�n Repart I8 � P a g e
Farm # 7.5.1.116 Revlsed 2J3/2017
�� l� � � � � � �r�rrprr3
vt�OflgQ1: SdF�C. 6lifP��tY'I�C�IIF'(:�
� � ` ► � L ' � � ■ I r;� ti.
17E�i1�# DESCRIPTIQN URIi QTY PART#
36 #8 OFiANGE THHN/THWN STRAfVD�D SI�VGLE CONDUCTOR FT 25 54fl5a009
37 #12 CABLE ADAPTER SLEEVES FOR WELDINC� EA 60 54041903
38 M-157-24 WELDfR MOLD �A 3 54Q64540
39 #25CI WELD META� EA 5fl 54041719
4a HAfVDYCAP IP EA 6fl 5�052135
41 TERMINAL CRIMP RING 121q-1/4R EA 40 54QSQ754
42 7�RMINAL CRiMp RING #20-14 1/4R EA 15 54050914
�43 TERMINAL CRIMP RENG #$-1/4R EA 15 54051036
44 TERMINALCRIMP RING #6-1/4R EA 1Q 54050771
45 3" RE�, 4 MILS, CATHODIC PROTECTION CABL� SAFETY TAPE R�LL 2 54054561
�AfDTE: Due to the unknown number of valves, fFttir�gs, elbows, tees, couplings, etc. materiafs for bandin.g
cables, exothermic weld meta�, welder maJds, pipe taating for bonds has not been shown in the bill of materials
vbove.
Rev2- 3443Q470T -Teague Nall & Perkins W Westside III 24" Waterifne ProjectCP System Qes�qn Report 13 j P a g e
Form # 7.5.1.115 RevlSe[f 2/3/2017
��: �4.��� � � f� ��r�r��
S�ir�irc�ee. �.ui�E. Irifi ���tr�.at tura..
. .Ti' ox • • � � n Q a a • - o ! _. � L-n .� � � , +� �
�f : - - � r i. . � - -�F a'iny -- - = e� � -'r �i � p ; = i�
ITEM # 17ESCRIP710N UM Q7Y PART #
1 BROOKS BOX CONCRETE 3-RT (ANODE) EA 1 54058528
2 TEST HEAQ BIG FINK 300-65 BLUE WITH 5 TERMINAlS EA 1 54040628
3 PVC CpNDUIT 3" FT 1 54Q52565
ONE AN�DE LDT CON515TING OF S ANODES, HSCI 2f84Z
� TUBE ASSY WITH #8 AWG MMWPE BLACK INSiJLATION LEADS LOT 8 54070587
EACH. LONGEST ANODE LEAD 200', SHORTES LEA� �.20'
5 CENTRAUZER FOR 268�4Z ANODE EACH 8 54060936
6 CAP 8" pVC SCH40 �ACH 1 54054Q42
7 PIPE PVC 8"X20'SCH40 BELL END FOO� 20 54052961
8 COKE BREEZE LQRESCD 5C-3 BAG 60 54042316
9 PERMAPLUG B�N70N17� 5Q# BAG BAG 2p 54057365
10 BAROIQ qUICK GEL 50# BAG 10 5405i462
11 L�RESCO ALLVENT 1" PVC SCH40 BELLEQ EN� FOOT 120 54057382
12 CONDl11T 5CH40 1" PVC BELLED END FOOT �p 54052661
i3 ELBOW 1" 5CM40 PVC 90 QEGREES EACH 2 54054i14
14 CAP P'VC SCH4� 1" EACH 1 54052282
15 WERE #4 HMWPE 7 5TR CU BLACK FO�T 100 54049471
16 WIRE #4 WMWPE 7 51"R CU R�E7 FOO7 25 540495p0
UNIV�RSA[. ASAI3030BACFRP AIR COOLED RECTIFIER,
17 3Q VOLT / 30 AMP WITH 6 COARSE 6 FINE TAPS, I�ETEGRATED EACH �. NA
ANODE TERMINATIQN PANEL
18 GRC-34 BOI�ZE GROUND EiOD 3/4" CLAMP EACH 54060709
19 3/4" X 10' COPPER CLAD GROUND ROD EACH 54042199
20 WIRE #F SOLID BARE {GROUND RQD) F��T 54050463
21 THFRMOWELDER #M-106 �ACH 54041786
22 #15CP THERMOWELD WELD METAL F�R STEEL EACH 54041680
23 PROPDXY 20 EPQXY PUTTY (i2 PER PACKAGEj �ACH 1 54051984
24 3" R�D, 4 MILS, CATHODIC PROTECTION CABLE SAFETY TAPE ROLL 1 54054561
� a* � n
ITENi# QESCRIPTION UM QTY PART#
25 BRODKS B�X CONCRETE 3-RT (CP TEST) �A 13 54058844
26 TE57 WEAD BIG F'INK 3Q0-B5 6LU� WiTH 117ERMINALS EA i3 TBb
Z7 PVCCONDUIT3" FT 13 54052565
Z8 PERMACELI. P�US CU/CUSO4 W/150' #14 HMWPE BI.UE �A 13 541A�58�41
23 #6 WHli� TW/THVII STRANDED SINGLE CONDUCTOR FT 50 54Q4977Q
30 #6 BLACKTW/THW STRANDED SINGLE CONDUCiOR FT 50 54Q49761
�1 #32 WHITE TW/TNW STRANDED 51NGLE C�NDUCTOR FT 700 54048857
32 #12 BLACK TW/THW STRANDEb SINGLE CQI�DUCTQR FT SQ 54048814
Rev2 - 3403047D7 - Teague Nall & Per[cins — Westside 11124" WaterfSne Project CP System Design Report 2Q � P a g z
Forort # 7.5.l.lifi Revised 2/3/2017
�a� � � �'i � (� � corrprro
�ira����c ���ter. �nirawtr�ctE�re.
� -- � _ * , +•. � . . y� �
ITEfVI# DESCRIPTI01� UM Q7Y PART#
33 #12 YELLOW TW/iNW STRANDED SINGLE CONDUCTOR FT 300 54Q48865
34 #12 GREEN TW/THW STRANDED SINGL� CONDUCTOR FT 25 54048831
35 #12 RED TW/THW STRANDED SINGLE CONDUC70R FT 15Q 54Q4$849
35 #12 ORANGE TW/TW STRANDED SINGLE CONDUCTOR FT 25 54163417
37 #S WHITE THHN/THWN STRANDED 51NGLE C�NDI�CT�R FT 100 54050025
38 #8 GFtEEN THHI�/THWN STRAIVDED 51NGL� CONDUCTOR FT 25 5�40�F9999
39 #S RED THHN/THWN SiRAND�l7 SINGLE CdNDf1CTqR FT 150 54050017
40 #8 ORANGE TMHN/THWN STRANDED SINGLE CONDUCiOR F7 25 540SOqD9
4J. #12 CABLE ADAPTER SLE£VES FOR WELDING EA 60 54041903
42 M-100 WELDER MOLD EA 3 54041743
43 #15CP iH�RMOWELD WELD METAL FQR STEEL EACH gfl 54041680
44 PROPDXY 20 EPO�Y PUTTY (12 PER PACAKGE) EACH 6p 54051984
�� TERMINAL CRIMP RIf�G 1210-1/4R �A 40 5405Q7S4
46 TERMIMALCRlMP RING#20-141{4R EA 15 5405Q914
47 TERMINAL CRIMP RfNG #8-1/4R EA 15 54051036
48 TERMINALCRIMPR�NG#6-1/4R EA 1D 54D50771
49 3" RED, 4 MILS, CATHODIC PROTECTION CABLE SAFETYTAPE ROLL 2 54Q54551
*NDTE: Due ta the unknawn nurnber of valves, �ttings, elbaws, tees, cvuplings, etc. materivls for bonding
car6les, exothermic weld metal, uvelder molds, pipe coating for 6ands has not been shown in the bil! af materials
above.
Rev2 - 340304707 - Teague Nall & Perkins — ilUcstside I II 24" 1Naterline Projeck [P System Design Repol�t 2: � P a g e
Form # 7.5.1.116 Revised 2/3/2017
��: � � � I i� I� �a���
5�rai�yrr. KaPe��. lnfr',3�i�-ur:lur�:
APP�il1DIX C: �ESiGN �RAWIIVGS
�
Rev2 , 34d304707 - Teague Nall & Perkins — Westside II I 24" Waterline Projert CP System Design Report 22 � P a g e
Fortn #7.5.1.116 Re�(sed 2/3/2017
�
�
0
m
�
�
�
�
Q
x
0
4
�
LL
�
U
SHEETIND�X
SW7. dWG. NO. DE6CRIPTIPN
� 1130-8211394.G06Q TIT4ESHEET
01 U90.B27Y3�•G9o1 TESTSTATIONSCHEOULES
WE87610EIHR4iNCH W/iEHiPAN8MiS910NMWN
Q2 U30.81113B4-G002 7ESTSTAT1aNINs7ALlATiPM•PLAN
sTq9�GIM T64+5o
WE6TSIaEIf121d1dcH WA7Ea7RAk5Mis51oNklqlp
� �30-82773&f-G001 TES78TA71oNINSTALLATioN.P1Mi
97A 4+fi9 io.9tB6
WE63814E1112adNCH WATE0.7RlW6M188�ONMlVN
114 1134-82179BMG001 7ESTs7ATIaN INS7qIAATroN. pLqN
STA 9+56 T01d�50
4VE9'f81aE111241NCH WATER7MN9M158�ONMAIN
06 113o-9Y719e¢C4q2 TE&TSTATIONINSTALLATIOH•PLAM
6iA14+5o Tp 1g+60
WEs�I�E111241NCH WATERTPAPl9Mi56I9NMAIN
oU 1130-82113&1-CAG9 7ESi s7qilaN IN5rN1ATIOM� PUfM
�TAt8t5d7o 7.1�Sa
SMEBTSI�E1112MNCH WATERYRANSMIS91aNMAIN
oi 113G-9211�1�-004 TESTSTA710NItJ5TILLU1TI0M-pL0.N
97A 24+50 TO 79'SU
WE6T91PE1112WNaH WA7ERTflANSM159IflNANVN
oe U30.621 7 3 64G006 YESTSTAiIaNINSTA�LlATION-PIAN
STA'�� TD 33 Sq
WE97SIb�lll�4-INCH WATER7RANBM1881aNMAIN
� Was2+7394��A� SES7s7R�loNIN3TAW1Ylok-PIAN
S7A33+GO7o�a8�5tl
WF8T81�E111241NCH WATER7RAh'9MI3916NMIVH
50 1R10.821t3E6-G➢17 TESTSTA7I�NINSTALLATION-PLAh]
eTA 3&rSo TO 43�
WES7SI�E111241NCti W0.TEliYpAN8MIs816NuWN
N I13F1•02113e4-Ga1S SE&TSTA3I�NINSTNIATION•P1AN
6TAA3+60 TO d8F3U
w68T91oE1112MiNCH WATERTRkNSM1N8SI0NMAIN
72 11311-B2113B4-G012 TESTSTAiI4NINSTALIATIdN�PLAN
9TA 49b0 TO 62l50
WES7fiI�EIII�d�INCN WATGRTR/NSMI9910NMNN
�� 43�i-821136d-C�019 TFSTSTA71oNINsrAU-ATION,PIRN
BTA�+60 Yo 51a5u
WES7BIOEIII741NCH WATER7ftAN8MIs8�oNMIUN
14 LL3bB211389C-n1q TESTSTA310NINSTALlATION-PL0.N
6TA57+50 TO Gtf50
W�T8IPE1112WNCH WAT6R7RRNSMI59ItlN1ANl3
15 1130�621736A.C-07¢ T�STSTA310-NIN9TALU4710N-PVi1J
STAB2+5oTQW+fiO
v4EST81nEIIla�41NG31 WA7ERTWWSMIas10NMAIN
56 113q�&214�GG719 7fSYSTATI4NINSTALCATIDM-PIqN
87A 67+80 TD 77rao
WE87SI9E11124-1NCH WA7EFkYHANSMI581aNMNN
57 U3aBi1t3e4C-9n ZESiSTAFIaNIN5'fALLA71bFF-PLAn
67A T2w50 TO 77+fi0
WE5i91�E1112M1NPH WAT6RTftANSM195ItlNMAIN
18 U30.g277364-C-018 T�STSTAiI�NIN87ALLAflON-PWJ
sTA77igO7o e2�5p
W�sTBI�E11129-iNGH WATERTRANBM19310N�M$IS
39 U3Q-B271384-C-U9g TESYSTAFIONINSTpLuyTloN-PI.AN
�87n ezaea To e7+�a
WE5T6'IOE1117MNCH WA7ER7RP.NSMI55iONMNN
20 �-82117�MG1?0 TE&78iAi14NINaTALWTION-Pl/+M
67ABT+5070.8�50
wEs79I�E1112MiNCH WATER7HAk6Ml9BIONMAIN
21 ll30.B211394-G021 7ESYSTpi1aN INS7ALLN710N-PWM
sTA 82✓A TO EN�
ICCP
22 11349a1f3A4-C-022 CATHOo1CPRo7Ec7[ONSYS7EMMSTA1.lA71oN
uEtNLs• c5m PlpEapTloN
t44CP
Z3 1130-Bz113B�-C-023 CA7H��IC PRaTEC7lON sYs'fkM1NSiALLATIoN
�E7AIL&-Ol1CTiLE pIPE OPriON
24 UH0.BZ713B4G034 �7NotlIc.PRo7EeilaN BYSiFM INSiALIATION
�ETAiLSMONjCORI� ��576TA71oN8
25 �30.BYI13B4C-025 �T��ICPqOiEC7WNeYSTEMINS7RLLq7lON
OETNLS. MONITORIN07E57 s70.YItlNS
26 u3d&21Y�1•C�79 rAYHOOICPPOiECTIONBYSTEMiNS7AiLATIDN
oEr��s
� �.�����q{�� CATHODICpqOTECTfON5Y5TE1/��N8T.4�I,p7�6N
bEfAILS- P�PE BONO�Na
28 If70.9214384C-02B �THODIC PHPSEC710N BYSYERSYr15TALIq710N
OE7AiL8- THERAIITE WEL��NO
�
�F
W
Z
C9
N
W
❑
�
Za
F'
a
FW-
�
Z
�
N
W
O
m
�
�
�������.�� ������ ���� � �������
III��STSID� III �4�IfV�H 11VAi�R ��(��ll�l��lOi� �/IA[�
IIVAi�R L I N � '�A"
�AiH��IG �F��T�CiI�CV �YST�M �N�iA��AATI�IV
CIiY �� �QI�T 11�ORi�1, i�?�AS
VIC1N1'T'Y PI�AN
��
�SARETY NOTflS: CORRPRO EOMpAMIES, INC, pq�S NOTA5S11M�AiJY LIA�ILI7Y FtlRTHE PROTEETION OR 3AFETY OF ANY PERSON UR PROPERTY. CQNfR/1CTOR 5}tA�L BE
RESPONSIBLE FPFt GOhqpLIANCE Y417N ALL ApPLICA6LE LAWS (FE�ERAL, STATE A{JD LOCAL), STATUTES, ORQINRfJCEB, COOE$, R{ILES AN� RE6ULAT16hl3 OF ALL Al7THORITEES
HAVINO Jl%RISOIC7EtlN ANDANY REQk11REMENTSlMpOSEO BY THE PRPPERTY OWNEli(&}. TH� FOLLOWING SAFETY NOlE3 qRE FOR INF�RMATIOiJAL PURptl5E8 ONLY.
4. PIPELINE9 pN� APPURTENANCE3 COk33TRLfCTEQ IM THE VIC[NkTY OF OVERHE7i0 POWER lINE5 CAN EXPERIENGE 11N3AF�E ELECTRlCAL 4OL7AGES ArfD POTEN'lIAI.I.Y
LETHqL SHUCK HAZ4RDS� WHILE TWIS EQUI7MENT 19 BEING HqN�LEO ABOVEGROUNO ANp �PON PL4CEMEN'F IN 7HS PIPE TI�ENCH. CUNTRACTOR IS RE8P6N81HLE pUftALL
PERSaNNEL AND EQUIPMENT 3AFEM DURINO THE COLIRSE OF CUNSTRl1CTION INCLl161NG Bl1T�N07 LIMITEp TO�AWARENES$ TRAININO. ALL SRF@TY PRECAU710N3 ANO
INTERIM ELECTRICA�GROUNPING,
2. CONTRAGTOR 9HALL ENSUR� ALL IMDIVIOUALS PERFORMlNG THE TASK OF THERMITE� WELDING OR�PIM BFtAZING ARE PROPERLY TRAINEO. THERMITE WEL�ING ANO PIN
BRAZINO AC71V3TIE8 REQIIIRE �FIRE E7CTINGU3SHEFi3 ONSITE, SAFETY GLASBEB, 6LUVf5 AN� FIRE RE916TANT CLO'fHING TO 6E W�RN AND LP.YER�D TO ELIMIFJATE SLqG
FROM ENTERilJG AN IPlnIVi�LA4'$ S4EENEADFp GLOVE. HEAWNG PROTECTING REQUIRED.
3. FACE 5HI2�oANo GLOVE R�c]UfREn FtlR GRlNoIhE�.
S0.FE�ALERT: TMIs OocuMENT 60Es MOT RF�GT ACTUAI. sf7E oR SUBSURFACE caNb�7toNS AN4 gwliL NOT eE RE�LIE6 UPON FOR iHE LOCRTIaN tlF ANY I�ilLliies,
EURRENT9, HAZAft03 OR OTFIER CONPITIONS WHERE THE WOFtkC IS 74 9E PERFORME�, UNPERGROiJNP 9FRlICTURE5 ANU ll'11LI17E5 MAY BE PRESENT NhiICH AR� NOT
QOCUMFN7'Eo OR L�CATED� THIB UOCUM�N7 f5 Fl1RTHER 9LF9JECT TO ALL SAFEfY NOTE3 8ET FAR"fFl HEREIN.
NO,,, TIG&: TH1S dOCLIMENT IS PRELIMINARY, PREPAR20 FOR A LIMITEP PL1RP03E, IN RELIANCE L1PON INFORMATION PROVIPE� BY OTHER&, ANCI IN7ENISEb F'9R SPECIFIC
APPCICA710N WNOER CERTRIN CANpI710hf9, TFiIS GOGVMENT,.AN� PdJY �@SIGNB OR bETAIL6, pRE THE PROPERTY OF C�RftpHO COMPANIES�, INC. ANb SHALL NOT BE COPIEp,
IiEPROULCED, TRAN3MIiTED, MOqIFlEL7, FiEiIEU 11pON OR 118EU FOR ANY Pl1RPOSE 451ITHOt1T7ME PRIOR EXp1iE35 WRiTTEN PERMISSION OF CGRRPRO. G�RRPRO QU�3 Ntl7
WARRAFli THE ACCl1p1ACY OF INFORMR710N DEPEC7E¢ ANR A58UME8 NO LIABILITY FOF2 ANY 11NAUTHORI2E� COPY, REpROALCTIPN, TRAMSMITTAl, MODlFICA710N, RELIANCE
OR USE HEREOF. Ah3Y LISE REqU1RE3� pN INpFPEN[1ENT QE7ERtrlIMATIUN 8Y A QLlAL1FIEU �E81GN PROFESSEONAL OF 7HE ACCIIl3ACY ANo S�ITABILITY OF ANY oATq, 6ESIGN.
�ETAIL OR 1NFORMA'RON TO THE APPLICA7'iON ANI7 CtlN01710N9. FNWRE 70 COMPLY MAY R£Si1LT3N PROAERlY dAMAGE OR PERSONAL INJFIRY FOR WHICH CORRPRa SHALL
HAVE iJ� LIA6IUTY_ EiECTRO1tlIC 7RAA�SNISSlON N1qY RESLILTIN �RRORS FPR WHICH COiiRpRO AS9l1MES NO LAABILI7Y,
ApPROVED BY: DAViD H. KROOt�
4ATE; 2Q22.04.07
�� � F �����
� � . '': �.q���
. 1u �
�;
� A . KR � ,.
.. .... .... ....... ........
: 5 93
�
�� °�` '�F�� S T E���' `��,�
�$,�SS/p ' ' E��,�
��a _ NAL �
�� s
� � � � � � �
Stronger. 5afer. infrastr�ct�re:
Ce�,�r,��-�
ISSIJED FOR R�VI�W
�AT� issu�o: ao2�.�0.02
�,
euENiPRaee�rNUMaert �
34Q304707 EJ30-B211384-GOdO
CONRPHO PROJECT NIIMBER ORAN7NG NO. REY.
� �- __
_ I_
N
2
O
�
�
�
�
�W
Y
Q
�
F^
P
s
0
�
�
�
U
[i��iile Iro� �ip� fi3p�i��
Cathadic Protectian Test Station Sched ule
Na. Na, Test Stntlarr 7ype Struruture arowing �ta!!s
1 1+64.91 fnsulatingJnint"fest5tation Isnlatinn of future 42" and 24" Wateriine A Sheets 25, 26, 28
Existing 8arnett Gathering, LLC A" Gas, 4° Watet,
2 2+11.94 Forefgn Line Crnssing 12" Gas and 24"Wateriine A 5heets 24, 28
3 23+75 Anode Grnund6ed Test Statidn 24" Waterline A 5heets 23, 26, 28
4 37+fi5 Cased Crossing Markum Ranth Road East (West Enc�) Sheets 25, 28
5 �8-r75 Cased Crossing IlAarkum Ranch Road East {�ase End) Sheets 25, 28
6 43+70 Cased Crossing bry Creek Ernssl�g (West End) 5heets 25, 28
7 �44+15 Cased Crossfng I7ry CreekCrossing{East Endj 5heeks 25, 28
8 46+iS Anode Ground6ed Test Stati�n Z4" Wa.terilne A 5heets 23, 2£, 28
�xlsting Enlink Midstream 5eCvE�es, LLC 1Q" Gas
9 48+72.50 Foreign Line Crossing and 24" Waterline A Sheets 24, �8
SO 52+72.34 Cased Crossi ng West Side of Casing 5heets 25, 28
11 53+zz.34 cased Crnssing East side af Casing SheeYs 2S, 28
ExistingTRWD 96 Waterlfne and
12 54f80.79 Foreign Line Crossfng SheQxS 24 Zg
24" WaterEine A '
13 75+40 Anode Grnund6ed Test 5tation 2a" Waterilne A 5heets 23, 26, 2S
14 98+38 Insuiatingln(ntTest StaC[on Isalakinn aF existirtg24" waterline and 5heets 25 26, 28
2A" WaterElne A '
C�O� Pipe Bpti�n
Cathodic Protettlon 7est Stat�on 5checfule
No. IVa. TestSmtfan Type Strucuture Drawing t7etdils
1 1+64.91 Insulatingloint'fest Statfon Isolation af #uture 42" a nd 24" WaterEine A Sheets 25, 26, 28
ExistEng Barne�tt Gathering, LLC 4" Gas, 4" Water,
2 2+11.9d Forefgn l.ine Ctossfng g�'� �as and 24"UUaterline A 5he�ts 24, 28
3 19+�5 Potential Test Station 24" Waterline A 5heets 24, 28
4 37+65 Cased Crossing Markum Ranch Road East (WesY �nd) SheF!is 25, 28
5 38�75 Cased Crossing IVlarkum Ranch Rnad East (East �nd} Sheets �5, z8
6 43+70 Cased Crossing �ry Creele Crassing (West End) 5heets 25, 28
7 44+�.5 Cased Crassing bry Creek Crossing (Eas# End} 5f�eets 25, 28
8 46+i5 lmpressed Current Rettifier/�eep Zq�� W�terllne A Sheets 22, 28
Anvde Grouncl6ed
9 48�72.50 Forel n Line Crassin �xisting Enlink Midstream 5ervices, LLC 10" Gas
� � and z4" Waterline A 5heets 24, 28
30 52+72.34 Cased Crossing West Side of Casing 5heeEs 2S, 28
11 53}22.34 Cased Crossing ' East 5ide of Casing Sheets 2S, 28
ExistingTRWD 96 Waterline and
12 54+8�.79 Foreign l.fne Crossing . �4" W�terline A 5heets 24, 28
13 75+40 P�ter�lal Test Statian 24" Waterline A Sheeis 24, 28
Isolation ofi existing 2A" waterfine and
14 48+38 Insulating Joint Test Statian „ 5hests 25, 26, 28
24 Waterlir►e A
C3U3 Impressed Gurrent Rectlffer and Anode schdula
PJpe Materia} Rectifler 5totlon Sis� Anodes Deep Cake Anode
Na. Na. Vafts Amps hlo. pe Anade 8reeze Wel1
StrUcture Drawing Detatls
Bar-Wrapped High
Cnncrete � ��t�s 34 3fl $ Silicon 8 112 160 2� Westsfde Ill 5heet 22
Pressure Pipe Cast fran Wakerl3ne A
(C303) i2584Z)
� .' �
�
��� �
� � ��!
�
�'s1� 'h6
�� n • � �3�
�
2Q22.04.07
2022.04.08
,, ,,, „_ 155UED FaR REVI�VV
REVISION OESCRIPTION
6 i A���7'z THI9 IlOCI1ME1� dO�S NoY REFLECT ACTl1At 81T� OR S1185k1RFACE CLIENT
C4NOITE0138 ANp gHALL NOT 6E RELIE6 UPON FOAI'HE LOCATIoN OF ANY IfTIL171E8,
CURpEA'TS, FiA7ARo8 OR OTHER CaNWI'10N6 WHERE THE WORK IS To 9E
PERFORME�. UNOER[iR0UN0 9TRI1Cil1RES ANa UTFLRiE3 MAY BE PRESENi WH1CH
ARE fi107 �OCI1MENfED OR LOCATE6� 7HI6 OOCUMENT 19 FURTHEfE 911B1ECT To ALL
eAFcTY NO7EH8ET FOR7H IiEqE}N.
�ICFy.7H13WL�luIENfISPRELIMINARY,PAEPMEBFORALp�71TEUP.URP0.5E,INRELWNCE ,�E
UP�F� WFQRMqT10N PItOVbE6 6Y O'fl-�RS, RNfl IN1EN� FOR SPECIFIC PPALLCqTI�N
�N�FR GE�F�lN CON011qNS. 7HI5 OOCUFiIENT, ANI] pNY p�NS OR f7�ETA1L3, ME 7HE
P'R�PFR7'1' 6F COfifiGRO IX7h7PM11E9. iNG. M70 SWILL NOT BE COPIFD, pEpRO!]lAiF.p,
11U4NSMI1 TEO� MOOVFIE�, RELIEtl 4PON � USEp PFiR pNY pURPOSE WFIHOt17 7}IE PIiSOR
�aFss v�[m�+ r�nissroN oF cow�to. coRRpaa oo�s Npt wl�wwr me
ACG1fuCY OFyy�pRMqTt01�i pEpIC'�o pNpA63uN,Es NOUA9ILf�Y FORANY t1tVAVTHOFEIZEtr
COPY, RFFRODUCTlOi3� lAANSMfffN-, MOOIFIC4TI�N, ft�ILWG� Oli U5E WEREOF� AM' USE
RE4�1lR� AN fktlF3iEN0E61F DEfERMIWki10N BY A �U.4LIFIm OE61GN PROFE651�NnL OF
iHE ACC�F7ACV ANq SUfTPElLIN qF ANY SMi0. UFSIGN, bER�ll OR HVFOPMATION TO 7NE
h1'PLICA'�� �+Nd CON�YTI(3NS FNLURETO CAMPLY M4Y RESUtT IN PR01'FIiTY f]M'V4GE OR-
PERS(X� ���3R1' F'tlR 4YHICII COhRpAf1 SHALL iUWE NO lNHiLITY. ELECTRONIC
7RaN5i,41SSI0bl MAY AESULT fN ERROliS FOR WHICIi COfIfW]tOAN9�ME5IVOLL4BILiTY.
TEAGUE NAI.L & P�f�}(INS
1N�5TSiQE !II 24-INCH
WATER TRAI�SMISSION iUTAIN
SCHEDUL�S
�� A��l��'
5trunger. Safer. Inirestrudure�
u�agz� � 3aa-c-oa�
������%�'
8Y
�
'��
�
Z
0
47
�
�
J
Q
�
z
a
�
�
�
2
O
❑
w
LL
�
i
�
�
�
�'�.ti
rw
I�i�-
iS
s��� — ����-
� _'
����5•s�� —v�
�} Y �+ 4 ~ / .. � ��
� I '
. , 1 , _
. , i � `� ��.0 ;�:�-�. =
I � 17 (9PE1 Nh4 5 4 �"� _ .
IF! 8857�3284�, l � "� _
t 4C :'36�1? 24 � ti 4 =
—� 4 i l ��____ � -
' �� �n.--
. h� � �
. SX�:�JXlalil k' �. �` � . F'!'fi�S1A2��7.9q) _ -
� 'i_rrn�.r�rU+.�rixrF I � ' •' rn ,..�___,_-_� _. _ .
NNECT70 FOREIGN LINE&; ..y:. ,. �_�_�. � ;- ��
y k°��f"'�°' ��� ti° X1STfNG 12° GA5 (BARNETT GATHERING, ��Cj i'f' .' - . �
r r.wN;n��r i G
• I � � � � FXISTING 4" WATER (BARNEiF GA7HERiNG LLC � �
, �ti �ti � �
, U'=t3-(� R HMIDON CAP) {
� N 8G:}731�:�tr`
: r �18no4.i8 '� I
_ry��� �-. �
'i
I !�r's ��'� FXISifNG 4" GAS (BARNETT GATHERIkG, LLCI ) �
r� �f�'�,� � T
� SFA F+ft9i k �1'
i '. f�Y2 1 kJ ' i
� ai.?7hurJ � � 11�
�� 2�+�x?rx � r � iw!!f-RJJ7 Ft4MFi'{ }Yi f
'� . � F��� �� If.Nl1i•,5•"
I � � �.�. �r_n'd!.��
i1!{1Sf �: � � 4 ,FrA 1`i�il3f JII Sk`
i rno,r�i; i +� ' �ti � r=un�rrr wiil�r ��.e
i . n.r��r�r�.
r �x��xi+� I ,,#
'� �� I 4�a �1 1 L1i.1
����}�'�'� -yr r. ,�. � [r#',���- r _ - - ��- `---- ' —'--' — -- _� . ---- -- � .
. _ _l . 5' I l � � . ' I' — — ,
, i _ . 175(STA9+64.91j�'.-- ���',t���,� � � � ;— ---=—'_"";�----_-- �� - - - - ---- �� t --- _ T_.�a
�T�[INSTALL ISOLATION KITI� � � � ` ' - - ` -- � .
--�, :- ��� s � uwr�e�.�1t+7 tn Pr�r1w� � .. � �
. . F{:7LRC h4 � �� ' �� ��7iS+�'A�7+YFIF:AFR^fJW �. - -- �
� (a�c+� � �, i: ra►�xFru�: r1• �:rs��� - ��=` -x _ � - �� ;
� , ranu:�+u.3 � � � } _ �� T ,���
� { , 4 . � � � �4 Cn 4}�' � �a;.- � «
��� -$f����Gl'17:- , . , . ' .1 � �lil Sfl� J��S!�,��A��-. _ '� ; _ +i�
l
� �:-�}�M
_ �r;�#
� _ u,�+��s i� rrt�s� ,wc� s�. �. --- _ , 4 .. __ . � � i r� ra,r �nxr ar xe q� . � . ��,.� ••� f .:: , -
{ t{'IL�iF L1EP�!rr+ � � `_ � � . � � � : +y �'-::�' ��• ." -
'i. � . � _ _ i �i A3+'rt#`++fYdY�rt��'..�C�. ,,.�ti� � � . ��...
. 5 r...i�_ �' •.- FZ7TINPE �i"-AS ` _ u41fxF r � . � * 1 �
�� ��:. ' 4 . t fUJ4�T 1JCYa1�CRl4 fk #�' �
. �i�'y�+L'�a� . o17#Rs � 7 � .� sTx�{�rr�+t�a�es I � � � � �f �
j . i i . I I j,�UlK1�Y W+�2ST4 � � �. s�.� '•���4} �, ,
� �i/1jyA:' � - l a I "' II +-�+` {iL�Vs+� 4`f . _ ��„k . . _ ' ' x�
p •� �-- ' Il I ` r�[���U('9G'��f�1�i�r � � i� +—��I It �IIo6Al1!y compnny� � .��� • ■
� , ' � , �� �y��' ���� Cr PfAf. C�F�ki1M) C.C_W27721G15B � ��
wei s� enxcN�S , N I i � �� . I' � � '! A1Vit+' +Kk r 1YG' ' _ . . i - � �
- T ' , i _— . S' # � { �'av�s.i�t
����� ��99 ����� ����
CA�fHODIC PROTECT�Oid SYSTEM LEGEND
� 1 (�TS) CASING TEST STA710N F-=--1
— SH'f 25
ti�
(FTSj FDR�IGN LINE TEST STATfO�! 1
SHT 24
��%�
(ITS) INSULATING FLANG� TEST STATION I-- =--�1
SH7 a5
(ATSy AiJOQE TEST 5TATION (�UCTILE IRON P Pf E OPTEON} �-Z
SHT 23
��
�(PTS) PpTENTIAi 7"EST STATIii1N (C303 P1PE OPTIDN) �
�� �i
' AIR-COOLEO RECTIFIER (G303 PIPE OPTION) :` i
� SHT 22
��
. � UEE? ANO�� GROlIN08E� (C303 PIPE OPTfOi�i) 5� �,�, 2�i
.�
NOTE: FOREIGN LINE TEST STATION3 LlTfLIZEd ONLY
FOft METALL]C PIPE CROSSINGS. HaPE & PVC PIPE
CROSSINGS I70 NOT REGtl11RE A FOREIGN LINE
TEST 3TATION.
u
m
�.'�c� � 0 F,,, T�-�
.'
.�, '•, 5
A . .KR .
; . . .5 .93. ...
���•. �
�F F��ST�R��`�
��� S��NAL EN�.�
�d �
�
�
2022.Q4.D7
15SUEE1 FOR REVIEW
REVISfoN oCScplp7loN
@AFEiY A�ERT: FHIS 40Cl1MFM �ES NoT HEFLECT AC7UAL SIT�aR 511B8URPAltE �V��
CON01TION8 AN6 SSihLL NOT BE REIJEU 11P�N FOIt'f}3E L�G4TI�N DF AMY IRIF.IFIE&,
CURRENFS, HAZARI]s OA OTHER GON�ITIONS YJHERE THE Wa�K Is TO BE
PERFORM��. �N�ERCRaIIAM STRUC7111tE8 AISp uI'ILITIE9 ARP.Y BE PRESEM WrIICH
.4R� NOT �UM�.NTEb OR LOCATEO. THIS OOCUMENT IS Ft1R7WEp Su8.7ECT TO ALL
fiAFEII' NOTE3 sFf FORTH HEREIN.
NDTIGE; 7HIS�OCl1MENiISPREIJMWAHY,PREPARE�FpRAUMITEUpUliPQS£.INREIWVCE TI7LE
urok ir�awvarroia Peovroeo ar am�Rs, r�o irtr�Noeo roR sreraFlc a�r�.m.nTiok
VNpEA LERTAIN� CON�iTI0N9. THIB WCLMENf, Mk7 ANY nESIGN3 OR DEfAIIS, ARE TIiE
PAOPFRTV � CORpPRp LONppNIES, INE. ANO ShN1L Nm 9E GOpIF1}, RFPRU�UCED,
F� 35 �ma1�IRERMf5510NUOF n�OflflPRO.FCR�RNPF�udpE3 NQT W14RRMR TF�
accurucx oF wFa��,r� o��ronxoassti�s nro ur�wrr Foawav unuur� toR�zEo
CahY. REPRO�UCIIDN, 3I7AM61�5ffTA1, MWlFlC4TIDN, RL..IRNCE 6R �8E HERE(1F. ANY U9E
PEQl11R58 AN Ik�EP�NOENT �ETEfiMINRTIOM BY A QUALIFlE� �ESICd� PAOd%E56fOWtL OF
rH� accur+nev ano suRasiury oF nNt' oaTn, p�sicN, oera� ax m��owaaTaor Ta rwe
PPSLICA7ION ANO CONUlf10NS. FP1Ll1RE TO GOMPLY NU1Y RF.SU4T IN�PAOPERTY MMAtiEt1R
PER9DN� I�'S1tlRY �OR WHIGN mRRPRO SfNLL HAVE ND W&L[fY. kLF,C1'RffrIIG
TR7W9MISSION Mpy pESULT IN ERROH5 FOAN64CH CpRRhRp�q5517MES N4 LW91LIPf.
TEAGU� I�ALL & PERKINS
WESTSIDE III 24-INCH
WAT�R TRANSMESSION MAIN
TESTSTATION fN57ALL.ATION
PIAI�
57A BEGII� TO 5+50
DE91LME0 BY
APPRdVEF3 BY
rao�earrm.
�
��
'P
LS7
�
C/�
�
�
J
a
�
�RAPHIC SGAI.E
20 0 i0 20 40
�� �"'Y�NI��•
Stro�er. Safec Fnfrasirueture'
u3a-az���a4-c-oo2
� I
� i
I
I
�� ��
--_ -�.�_ �t�14;' � , . ,.
-_ _ __ _ _ T p��lt�",
�� �'' ���-� �V_ ��t. F
� C •a4 -{F � ,
� . _ ,:
.� ,. - ���.a�a��l�'.���, .
., ' �
��i �"��7 �[�-
N 6Y
F. Morena
:m BY
C. Lehman�
f ORAWIi���NO.
q�v.
9!2" = 20'
Ha, �az oF zs
�
z
n
�
�
�
�
�
a
¢
g
�
g
H
a
z
0
6
W
�1
LL
�
U
� � ���'
�_ik�!i� +�s
� . ,� __ _ _ pv ru's
! dY
�
�
'{�� !
'� — �- -� ' * - - .� --
� ' ��.'1'�� �� � _ � JL ���Mdr1
�- .�. - • • �
�.'�JG, �I� ' ;�� �
upY qM.^H �LC,
e Tewox 1lmiled 1io61fky compony
C.C.j1p2972t0154
RR'T C_T_
1
�����g (soo NNU
N 643�t+,629 I
:E 'si:''"".` �= i
�r� x+Yu +� x'
�, �` �ImIPV�1;1[�+ �W1' '�IA1C
rY7f �IEfAG ..C7 f� ,�P�
,,ar+t��r �rr �tirx
a r� ��
r �r1r d*
- --- ���-�� -- ---
tar:! �JF4
— —t —� — — '— _
Ru�+ 2�'-iC"'A'
R
91�6'EIIIX�"1F P
It4 t.r�
' �`� �11 . . _ � -..�...... __ -Y
�,.� ' fn+�5i� 4;�hll `4
r . - . � _ I:�iE �'J'—' ��
�M1x.-t*�'.�'� ' "��"�nrr4. . . , . �.�.
� "�'� -• ' ' � � �aii. i. ti - Y" �� �# } � .[ . . .r„+{: � k Mrt�-� �� ��'•��
� � ��r�i� � � __� �' ".�`ti.«[� .' ' ,7C +{4:'���;.�[�r_� �'U'��' � — — —' — — — - � — — ���.���a��•�r� � � L*� �
` Y'F�,G :'J ' -n�+-lr` . # �l ` ' . ''-'_ T.'- � . , . _. _ . r `�' �.�Pr, yrt ��". `.SF� fi=. t �� � �'�, �..
��� ' �-� � � 'I T� w:�'?* ��,=+ ��� yr�"-� . . - "y�� } "_ �.�_�_ _ J y 'i �� �7��
��' � '� y'-"'�Yw*yfi _�Y ... �,�rt�yy���,' �4}l •l�#�Y _ , . . - • � �'��-'�"#"-ti�- • -r���������..
�� ti ' ��' _ r rl_'_'t.���. _ '" ' � + ��{�� . ' - ' ` . , . - 4�.7�- - . .. Y . � _ _ _ �. !1
� � x+ t�� � � ' w; _ � " - 4� } . ' . .i
* ' ,' � y= r . : � ^: . � - . " �
I k .ii'4��' � ��-�� +�`+ J�:����� �y '.�' �'� *it"'�' �' r -'" ;�" t+ly�7��axNx�iw_I11�Ini[a Lni[ _ 'F�} . #! ' ' .�: �* � ���.+'�h
� " :� � ; , y.,+ •T � _ . , Mt, - �7�' S�� . �' � :w�� �` : �f i � �„� z w . , . . - - . _ . �`�"'�, � - - �`-��`�r�'� �-t � ��.�,�.;
� rt -�� ���_ti-� . "F: . • '�� ��"r- y` _�'�.� " � }',
.��, } i�-.. }�� ���� �- ��� . � ��+��: ' '� �' _ � _ �� �-�+ � - �'""6„�
-� '. #- �� . � �� �, • � ' - -��'+' �+��:'� '� � ' - - ¶iRci i ' ' #--� --�'��.
�� -11r'. -.} �- -,�r 'L' +�..,
. {4 y . 1 i. .� fr� :,��- r,L��*'�,ti� ��# �`� MARK�M LANO PRQPEAIIES. LLC � � T .�-
. � " �-al� �� _��* _ r. �. ; . r,.� , . ,y , is � `�. c.e.�zriioaaa7
AI `� ] 3' ,�.+ a- yr�� ''��� � � J . ' �f_ �-- �r �FA- ' - ' �-�*_ ' l .' �� ; - ' • _ _s�'` - �
}' !' � _ _ _ . ���- _ �`A A' -'�"� �� . .. J�•{f�"4_ Y."��_*y . Y �
r�, . . . � . _ ? ' - - ' - ` — —'— '�� s— , . � ti . Y . . .—, t: , . r+t+-
����� ���� ����� ����
��� �� ����I��)
CATHOOIC PROTECTION SYSTEM L�GENQ
i�� {CTSjCASINGTEST5TATI0N �—=�
SRT 25
`i
I(FTS) FOREIGN tlhiE TEST STATION 1
= SHT 24
tii
{IT3) INSULAT[NG FLANGE TEST STATION �
SF�T 25
�(ATS) ANODE TE57 STAiiON (�UCTlL� IFtON P pr E OPTIdNj E-�
SHT 23
�{PTSj POTENTIAL FEBT 57ATION (C3v3 pIPE OPTIOIV� 1=--1�
SkT 24
..�
_ AIR COOLE4 RECTIFIER (C303 PIP6 RPTIONj �
�iz
I�E�F' AN00� GROIJNDBED (C303 pIPE OPTIONJ 1
� srrr zz
�✓
NO7E: F6�pGN I.lNE T�ST STATIaNS UTILIZEQ ONLY
FOR METALLIC PEPE Cf20551NGS. HDPE & PVC PIPE
CROSSINGS 00 NQT REQL11ftE A FdREIGN LINE
TEST 57ATIDN.
��E,OF ]'���
,,.
� �'' 9i���i
A . KR, .
... ... .... ...... ........
• 5 93 p
����`��F�;�S�E��� ��v�,ra
2oz2.oa.n7
2D22.04.06
.. _ . _ _ ISSU�D FOR REVIEW
aewa�oN nEscnipnow
�9,APEFY ALERT: TH1S OOCl1NiEM OOFS NOT REFLECT ACNAL e�TE 6.R SUBSl1FtFAGE CLFENT
CON�lfl�1& AN� SHpLL k0T BE RELIE9 �paN iPR YHE LOCA71aN OF ANY LITILITlES,
CVqRENTB� F7P.ZAR75 Op oTHER CONOITIDNs WHEiiE THE WORK IS T6 9E
p�.RFORihE�. I1Nd�qGR4�N� STRl1CTUREB AN� UTILff1ES MAY BE PREeENT y4H{CN
AFE ND7 ��UMENTEII oR IPGATEo. THl9 boCUM�N1' Is�F11R7'HER SV&1ECT TO ALL
6qFEryNpTESSET FORTH HEREIN.
NO710E; rHl5�ocuM�iurssvr�Lln�u,way.pap�AR�nrURAUMReoPURrose,�wealPxce
UpON INFIX�YION PROVI�E� BY QTHER6, ANO INfEN026 FIXt SRFC]HC PpPLICAiION T�TLE
UN�6R CFRTPJN CONbITI0N8 7H16 �OCUMENf, ANO ANY 0651GNS OR �ETPJLS, PAE THE
P0.0PEFtN OF CpqqpRO Co�,1PAN�8, INC. AND 9HpL1. NOT BE [7f7pfFp, pEPR0IX1CfD,
TIi4N3MITfEO, FAOpiFIEO, RELIEU VPON OR USm FOA hNY PlIRP0.5E WRHOiR 7HE AR�f!
��s wramew r5r+�ussid,t aF ooruwrtv. coft��Ro oaes nwr wrawnrrr nie
kCClJpq�(6F INF{1R1,7ATlOH OEPiCTEOAN� ASSUIutlES NO LNBMYfORAN`! f1A14S7171pRIZE�
COPY, RFI'AOQIlCTipN, TRM9MITfN.. AIOdIFICATION. PELNN� OR USE HEREOF. AN1' U5E
REQlNRE5 AN INOEPENQEN'1' q�iERMINATION 6Y A pl1Pl.IFIEn i]ESK,N PROFESSIOW�l OF
tH� .accuw�w a�o suRnauiv oF nr+v onrn, o�, �rw� oa rc��aR�aanow ro n�
APPL16A71� �� CalloIT10N5. FAI W NE 70 fq1Ap41'lAAY Fi�SULT MI PAOPERIY OhMA6E OR
PERSONPL ��RY FOR WHICH COARPRO SFV3.L NAVE NO LW41LF11'. k1�GT[10WIG
TNANSIAI3��'1 MP,� RESUL7IN EPRtlRS FPR WHICM LbRRPROASSUMES N6 LIp8R1IY.
TEAGUE NALL & PERKfNS
WESTSIDE III 24-fNCH
WAT�Ft 7RAPI5MISSIQN MAIN
TEST S�ATION [NS7'ALLATION
P1AN
s-rA s+so ro � 0+50
O
u'1
�
�
�
Z
E�'
N
�
�
�
�
�
Q
�
GRAPHIC 3CALE
w o ta zo ao
�� ��GIOR�'
Strcnger. Safer. Intraslructure'
(�MM Ofi1 %{ii'i _ � n ii7 O
PR W ECT
lwwo nm.
U30-B291384C-003
C' � t t�,�.? ��t�
"111" = GU'
NO. �a3 oF za
6J
Z
O
y
�
frY
Q
�
�
WY
Q
�
O
z
0
4
w
�
�
O
�S
�
�
�
Q
F
N
l�.i
�
�
�
�
Q
�
,,,�
�
��+' -��`� � � � � �
- a � .•]1ft; '� . 4 +
� � ..I _ ., J r _ ' . . � -
�� ��r� � ,4r . .
�h -' �=�#� �.� '"�'���
' �` �-� r � . ,� ��� _,
�
-,, ;,
�, n r �va�
I i7�
ia�itl Y
' � _ _ �I w���( �i • ��i �t����i���i�������
„ �W
�.
_ 4�. _ . �
. _.. "" r � . �� . ... . �_.._�.�. � �'' t ..� � .
0 �
_... . . , . _ . . . _ . _... _ , . . , � .� � . 7 ,- ��
,. , , ///
y `` , .nii � � GRk� ryoAl}
� R �' • �'f.' � f_��.. ���i �5�'+ - . I _ " � sr►1*� -'_"' ....__...._. ..._
�-i .l� .�W' "'��e�,.
' �' � ��' - r • _.r.,• �' ti '• " -- '
-.�7C��f � �� ��� _ _y'i•ti�Lr� �� .. - ��� �:�`.,t*y�,:������yy., rrr.7��`-1 . . '��--�-- ` --- . . •" - �` �
_ - 'r � � ` Y� ti �• . ._ _ ��* - ., - �� �_ �i� � , ��} ..•#-�
�
. ':fjrS'� ' -:�
� yu J ". ti ��. �.F� � F 'i��— �
, . . _ ..• �: •„'� . — i� � !� -,' '' �. ' , �
' . . . _�� � -- ,,.. :. -°. , -;�...: � .; � .. ' ` f _ �':.';
'�,� �: x � .'�, - Y k .- � -. - - � ,� ir. ' _ _ � ' - - - � - - - - - � "'`�" ` - L .
y .� ,���` �•f' ; ��
�. '., - �.�-��. �� � '*�"� �i�- � ��
;� �,�
t k „ 'r �{ � F �
' _4�.k;. , �a� �+�''rt'�j _� � s'S •y'_�� If.ti'.2KUG LAN P OPiR11E5� LLC • ✓;� � * _ "�
. . i � � � C.C.�217f00297 `� w �v"`�J� �.
� . - �� � �F '-.t. . 0_k.T.GT. �"" . �7w
- + � ' �y = . . _ ._ . �� �i . __- — _ . , '_ . ' � - �
����q ���� ����� ��1� �
�N� �� ��TAILS)
CAiHOpIC PR07ECilON SYSTEM LEGEN�
��'1 (CTS) GA$ING TEST STATION �—F
_ J SdiT 25
t/
,l (FTS� FOR�IGN LINE TEST STATIQI+I �
SNr 24
`�
(ITS) INSl1LATING FLANGE TEST 5TATkDIV �
SHT 25
��
. (ATSJ AN6DE IEST STATION (�L1CTIl,E IRON PIPE OpfilONj ��Z
SHF 23
a(PTSj PQTENTIAL TE$T STAT[QN (C363 PIPE OPTION} 1=1�J
5HT 24
�i
Ali2•COOL�C7 Fi�CTIFI�Fi (C343 PIPE OPTIQiV) F-�
' SHT 22
-, � OEEPA1V4pEGFt�UNOSED(C303PIPEOP1'[ON) f 1
5�
�/
AIOTE: FOFt�IGN LINE TEST STATI0N5 11iILfZEO ONLY
FOR METALLIC PIPE CROSSINGS. H�PE & PVC PIPE
CROSSIl�lGS �D NOT REQUIRE A FaREIGN I.INE
TEST SFATION.
Y �
�P,�E °F, rE-�
� •��
1
. . A .. '..�R .��..
: 5 93
�$°�/`��F��S�ERF'a�
�#\_�r._ ... • ��\C9
+ �
F
�
�
2022. Q4.07
za2z.oa.os
_ _ . _ _ !$SUED FOR REVIEW
REVI3EDN n�gGRIP1Y6N
: � , .. . . . . ...... . ...___::�..�:�:_- -. ... . ,. a
i��l� '� �
� {� �" 4� � ' " � a #' �— v 1 "• ��f..'... , _
L.�i"'► # . �' -- _ � . ����' _ .. �-, �����. � � ..
� �� ,•��` � �s� R . � } � - � _ ..
�_' �. — y � - � - -� — — — — — — — — - � - !-` . 7'.'`4'*`il!i i� .. _ _
t- , y� ' �. ; e��.r, •;`�.�,��is- -
*i r �,,,,y� nr. .�"1
h�_ -_ .. . . �
9A R� • THIg �OCUMEM DOES NPT REFLECT pCNAL SITE OR BUBSI112FAGE �CLFENT
CON�ITIONg ANO SNAtL ldoT 9E REI.IE� llPtlN FaR THE IACATION OF ANY Il�iL1Tl�,
CVRREPlf9, HNAR�B OR OTHER CANOITION5 44FIERE 7kE WqRK IS TO BE
PERFORMEtl, 11N�HRGROUN� �fRUCTURfs AND VTNTIES R�AY 8E PRESENi WiIICH
ARE NOT OOCIIMEM"E� OR WCATEO. Tyl9� OOClIMENf 16 FURTHER BUBJEC7 TO ALL
gqF�CYy NOYEBSE7 p6RTH HEREIN.
ffpiCE YN� �OCUMENT IB Pli�l-IMR�WRY, PAEPhRER FORA LIMRE� AlJRP03E, IN REIUWCE
uppFl WFOw�AfloN pRpvloE6 av �IiiERS, H[do INiENDEp FUFt SPEqFIc pppLlCqnoN T�T�
H
11N0ER EEA�NN CQNq'jpk9. THIS D4C�MFM, M!P ANY� bE51GN3 OR �EI'M5, ME THE
PROPERTK � CARRPRO CWdPANIES, INC. PHO SHhI.L ND7 BE CC%�iEp. REAROWCFD.
TRANSMf�p� h7WIFIEO, RELIED UPON OR�USED PoR M1NY PURR03E N7TF01}TTH� pNIOFi
ExPRE55 ��EN PERM13910N 6F CARRPRO, CQRRpRp ppEg NOT WAPRPN7 THE
ACCUPAGY OF iNFdqIrWTK1N �EPICfEDAN�Fa95UME61�0 LW91Lf1Y PoR ANYllNpU7}KJRfZC'O
COPY, RFpR0�I1CT16N, ThANSMITF'W. Mq01FIGAT10N. RELUWCE OR Ii6E NEfiEOF. ANY 11SE
FiE�U1R25 PM IkbEPENOENT �EIEAMINATI(1N BY A 411PLIFIFLI d�SIGN YfiL'+FESSSONI4L OF
THE AGL���1' N�1�1 SIMABILIM OF ANY �ATA. DES[GN, OETAIL OR INFORMATION'FO 7HE
ppp�,�p7�pN AtJp CO.W RIpN& FPJLUREFO COMPLY MpY FF�SUL:T IN AROPERTY DN�ARGE IXi
p�R501v,y. INJUftY FOR WHIPkI O�RRPRO SW4LL tWVE NO LIP.BILIYY. �I.,�GTRONIC
7qpN�7Ci510N hyYAESIILTIN�AiR� F�WHICF3CORRPAtlA9SUM'cSNOLIR$ILITY.
❑
r i�
PRGp��il�'A` �Y
' �
�
�
`
i•,���� �
, r.�su �'��
�� r�i�/��.5 -r��ti_
' .-�-F., . -� .
T�AGU� NALL & P�RKIf�S
WESTSIDE III 2�4-fNCH
WATER TRANSMISSION Ih�AIN
T�ST STA710N INBTALLATION
PLAN
STA i 0+50 TO 15+50
GRAPHIC 5CALE
za o io so �o
�� 1"'1�V���• .������,r�
Strongu;. Safer.tnfrsi�;,��tare;
o:.7e oaawN er
PROJECT N0. SGALE REV.
saasoa7o7 ��z�� = zo�
OAAWIN� N0. sHEEiNo, �
U3a-B219384-C-004 04 oF 28
y
Z
O
y
�
a
�
�
z
a
�
�
¢
�
r-
0
z
a
❑
�
�
�
�: :!x�
�- ,�
. .. . . .';�r: .
,�T.� • . �,.—�:
�
r� >!�u'�oou Gw
�E a� ��,.x,.°u�� = i�: eao Nawt
h s837
� C 2298483.41
�
'� f3�
..+.x�i+u iYr v�
� .� � r' ' -� �,.-��.��� � -i- . - . .
;Rh4il �'4�' �
�p,w,"' .�, : f_. _ _ - � -. _
' ye ' ' + . 'c
+� .0 . i � �-� �
� �- - - �----.4 _ ��y�`7' :z��' _� w .w�Ysr'
.{ _ _ } �{ � * f �
�����' �-+t- ,"���*�
��,�_ ., •,�p�,�K} ,� iMhR��. �l�.Ui1r� i�o-1 � '�` ��'
' '��.y- - - - -� - - - _ - - � - � ��#��- ,
. : _ � ; _ � �
,� - . . '+Si� �*'*�' r.�� ' i
'�-�'� � ' _ _ - ��' � t� • ��� Y- . . _ ` # _ -� � � �F�'-
cATHoolc PROTEC11oN SYSTEM LEGEND
��U (CTS)CASING7E57S7ATION �=-1
. _ . . SHT 25
tii
(FTS) FOREIGN LINE TEST STATION !
SHT 24
(IT9) IiVSUTATING FLANGE TEST STFtiTI01d �
SFff 25
(ATS) ANODE TEST STATIOI+I [�UCTILE IF20N PfPE OPTION) 1��
SHT �3
��
rl (pT5) PO�ENTIAL TEST STA7101+! (C303 pIPE OPTIDN} ; `n-.�
5tiT 29
�
' AIR-COOLE� RECTfFI�R {G303 PIPE OPTIDN} Z
- SH7' 22
�i
�EEP AN06E GROUiSEDBED (C3Q3 PfPE OPTION) G' i
- �iT 22
�J
NOTE: FDIiEIGN LWE TEST STATlONS UTILlZEQ ONLY
FOR METALLIC PIPE CROSSINGS. I-IOPE & RVC PIPE
CRQS5INGS DO NOT REQUIRE A FOR�ICyN Lfi�fE
TE5T STATfON,
- _� — — — �
i 'ti - �
. � � . -. � . ...,, . . . .yl. _. _L . , -. .
���- - � �r�
������ -��+�=-���J�s* ��YF���+# ���
��y � t`�`� ' � l�" 'i��`5 . " *��.����
-- ,.�� ,.t �x .�,`. • ��► ��
.h-}��,-4 -� •o� ��� �-� - "{"'.�+
•�`. r � �� �#'�� + ' � � � +Y�
�a�c' _ - -
• FA6F i
iM LAIVO PRflPER7tE5� LLC
��V CG k7k�e2g7
#i� �Yrll7 t i4'
i���i SiP IIE4FC%F �LnYJ� M�
FxM �Cf�! 3J !l �},�IhS
aal��-kJ�F �
rx�4iry �
.- - � _ "��� . .
. �w
.Fi 1�Sfb!}1lf.U� +����
f*'� x7
r-�*r+r ,�af�yraq �
rr �4!!77! �J
� �rro���r.
PTS (STA 19+25];
�a-w�n' _�-�,r�e-ff 3��
e
I� �i
.— ���.� � ! .�
. ��� Cf x � _ �_ - -�� _ . _ .
. ��
� � .:� f �
, ' �� I� ,�!- ,wa4c� Karir ��
� j
. �� . �. ��L� uWk�! .
�' �"�-�r�} � . ��I ''�" � - ��
� .4- � 'i� . _ - ' ' '
� - - - - ~a�, � - � - , � . .
�•: . �
� � � ��a��er� �NVEsn��rs. w,
rr.+:�il.TT F' I�G` � f• � a�4aswrl Ilenked p rinerehlp
� � '-� �N4�{'�•Yr i �. � � C-C.�220287823
f �p2 _ . � �__ arr�r
� n . r T - i� �' �-,[ z, , ' - . i - y' � t+h� ' . . I� _ � �.=.i.' _' �3r.r . ,
�' '# * �#���■ ✓- � - '1 �" � ��' • � ���.
- - - �•���• �'� � � � L. i _ . ,� � � r. ' ���_ —����~' .
��� �� ���� ����� ��� �
. �P'�� OF )'���,�
� •9 ��
,. A . KR . .
. . . . � .93. . ....
i
�$ •�C. ..,1STE � ��
�,c� S�`G ���,'..• �V
��i� ��NAL E�
2022.04.07
2022.�4,�e
_ . _ _ 155UER FOIi FtEV1�W
AEViSION OE9CRIP7lON
BAFETY pL�: '[}il8 poCIIMEM P�ES N�T REFi.ECTACTUAL SITc OR 9uB8�1RFACE c��NT
CON�yTIOh'g AN� SHpLL NOY BE RELIEO UPQN FQR THE LOCAil01Y oF ANY �110.1ri�s,
CLRRENT9, HqT,p,Rp9 pR 67HEA CON�ITi0N5 tMiEAE THE WORK 19 TO BE
�P�RFaRME�. LIN�EA4R6k1Np S7R4�i�1RE5 plVp IIIyLlTl�3 IdAY AE PRE�ENT 1M11CIt
ARE NOT aOCIlMENiEO OR LdC.47E�.1H15 Od�L1hiENT 45 FUR7HER Sl1BJECT 70 pLL
30.FEYy NOTEB 6E7 F'ORTH HEREIH.
tlOSICElI{ISOpCUMFN€l9pRE11MINFHY.PREP��FORAL1M17�WAA03E,INRELWJC� .�LE
llpph µ�FORM0.TI0N AROVI�EO BY OTFIER5, AIV� IN7ENOE0 FOR SPF.CIFIC APPLICATI�N
uNom c�rtA.mt eauqr�vs. r�is oocun�r, .anio awv oes�ws pa �rpps, u� ttiE
PROPERN OF C4PAPR0 C061PANIE& INC. AN� SHALL NOT 9E OOPoFA, REPA00110E0.
TFUWSMI1Tktl. MOalHED. RELIEP URON OR U8� F6R AkY PllnPOSE NA711O�1TTHE PP10A
EXPRES3 Y�NREEN PFAMFfi510N OF OORRPHO. CORRPRO OOES HOT WAFtRPAR THE
ACCURAC"�-PF INFOR;AI�� OEPICfEP AH[)hSSUME9:il0 LfN91LfIY FOAAAFY UN7t1lfH0A17E0
c�v, f�Raoucnon, mnNsrn�rrw., MaoiFlcanaM. rzE�w�ce oR us� t�a�. aNv us�
REQl11R65 N'� MqEPEN�ENT [IEfERMINA7qN BY A IXIALIFIEO �E9[GN PROFESSION4L OF
n�e nccuri%�Y nNo swYaep.m OF anrr an�A oEs�cH, aera0. ott �Nroaanntror! ro nae
APPLLGhTION Mb�CAN�RI0N3, FAlLUHET� COIdPLY MAY RE3ULT IN PROPERN OAI5S4GE IXi
pER9prypL IMJURY FY7R WHItH COfUiPAU 5FNLL HqVE NO WA91lM. ELEGFRONIC
7iUW8A�0�J510N MP.Y ftE5UL7FN EftRORS FOR WHICHC�PRQ ASS�M�B�Nql.W91W7Y.
TF_AGU� NAL.L. & PERKINS
WEST5IDE III 24-INCH
WATER TRANSNI�SS}ON MAII�
TEST S7ATION INSTALLATiON
PEAN
STA 15�50 TO 2D+50
C'��
�
Q
i�
�
�
�
�
�
�
r-r: �
�
: �
� �
�
6RAPHIC SCALE
YO 6 1G 4tl M1O
�,i■ ������� ��rr�r�
Strongrr.5q Ier. lnfvaslrutture'
orrnwN sr
CiIENT ORAWIt-0G NO.
hIEGT NO. 3EALE REV.
saosoa�a7 vz�� = zn�
1WIN� ND. BHEEr33ti, �
Ll30-B211384-C-005 Qs � 28
�
z
n
y
�
J
Q
�Z
Q
�
�
�
O
Z
O
OW
J
ti
n
¢
u
" - _ _- - � � " ^. - - _ ';� �FY .'�Y _" _ _ .� .
__ • . _a� '��r- t .•' '�' :T'aF�-��+...-- '- _ _1 T _ _ - l��F��
♦ . � � � � .. _-•�.-',�uT�����F'�"�����-�� -i - -. .'��� '�; y'�Y���Li�r - -_ ���� -_ ��. -r
' ''; � " ' ' �- _ � -�"" -- � ` -
� � . . 5 s - . . � _ ' " t . - � �C � Y.. . . _ ��� � T . .
'� �.� .Lr � '.-.�s-' . ' '� .. „' _ �. . . ..'�{ . ' . w•1 __ '- xt*w.�..�; *
� � �+� • _ � - ' . � .L � - _ f �� � _ - • T ~ `'�S''' }� - �.,+ � � �
- . _- _ �� _' _- ,-�._� ' t�_T ��F # � �. '�er�a�r. 4 ��_'_r,r��. � _ . . .. s�r� � __ +a!t� -
. . _ . __ -�_• _�-,-_-�r--�� _ -rr-
O
�
�
4
N
�
� ��i,;x�
� - ' -
� '„ - - - - -
r
R[1A�It lidY .
r3r�. �rtr l�mv.0
r�urr �s' �r�
��' .+��, �� ,��„
-----�+ . . . __. . . *� . .
� ATS (STF 23+751
+s�vp,e nPri �
{sa ��� +rEw�Nu.
r� �re�s ��
� {> � "��
� _ a.+{�i `
_ , _ _" � '_ � i - ' - '
� �-� ��y�,F YF�'+��_ ����� �^ _,� - - '� "} _� �_�rt ��� �� � 4
� -��':_ '{ ` + . .�+�r �^noen�; „..., , _ �.ti, __..._...�..�..f.. . . . -1,_+isr ��
- �} ' ���
,
, .
„ ..--- #--- . ..
- - � -�.r .._.. . � .---- '--- -- �T. _ . r
� �. �- �� �i '���
�. F-� .,. �...r' � *��.+c " - f}+ �• +. : ..� � . . s '
if" '�,
,r,� } ` r" l� { '-� ��� �� � = s +�it . . �`�� � •�-. •� �a 5 � ' 'y� . 4, t ,; . -
�'��i. ' , }�!` ' � �+ y t J�` � .��Y• r� y�t ti. �;�. 4 . 7�� � .
�*� i t. '��, � t ti . . �r __�--�� �+ � '. �L [�' .
-�'y .�� . . . - •r._ , �, � ■; . � . �i
-_•p-�-� # � � �` �.�r� ++�+ 4�' � .
��`�5 ���;, .. .._ , _ .. 'ry,�, ti , + .
� � � i.`uu��M�t �1VkSiME�NIS� '.P . .� ' ��' � ! k .
• � •����. �� _ ._��a. ' �Ifeaw� Ihnfkod B r! arshiP� • n .�W.`�' _ , ' ' .
_ }-T� � � :.G�0�220287623 . . ' • 5� .� Y • 1` # J
!'��. ����?+ + { T� ' ` � ,�'� . _ .� JA� _ � � i �. S , _ ' � � ,
� �� �� ' ti�� ��i, . f5�'
'� �� �
fw f
- . . . -- -+�i ���-� !+. . . + �-i - -- . r' .. '� . _
����� ���� ����� ��
CATHQQIC PROTECTION SYSTEM LEGEND
`� , (GTSj CA51NG TEST 87ATION �=-1
SHT 25
��
„ (FTS) FOREIGN LIl�l� TEST STRTION 1
SFiT 24
(1T5)1NSULATENG FLANGE TEST STATI�T7 E ' !
srrr zs
�
�ATSj ANOd� TEST S7ATION (�UCTILE IRE7N PIPE OPTIOM} k-2
5HT 23
� IPTS) F'OTEN7IALTESTS7ATIbN (G303 pIPE �PTIQI�!) f--`�"
SFCf i4
�� �
AIR-GOOLED RECTiFIER (C3�3 PIPE pPT16N) 1-=-.}
' SN7 22
ti
� flEEP ANO�E GFiOUN�BE� [C303 PIPE pPTIpIV) �
5HT 2Z
�J
NOTE: FOREIGN LINE TEST STA�IONS 11TILIZED ONLY
FQR METALLIC PIPE CRASSINGS. HUYE B PVC PEF'E
GR�SSII+IG5 DO NOT REQUIF2E R FOREIGN E.INE
TE57 STRTIDEJ,
0
�P��' OF"r�`����
e •q ��
A . •KR . ..
. .... � 5 .93. ........
�
�� �'�`,( ��'����S �E��O ��rv�r�
�f ` C1.� . .... � \C'1 �
�oz2.oa.a�
zazz.oa.as
_ _ _ tssuEo �oR R�.vi�w
REViSfoN OESCRIPT1oN
�
ti
�
��•��w-
��`�x'
1}j+pp
� - , � --w-
" _ _ - "" ' � - 1 -'
e
b
+
N
. �
�
'-' 11.�
�
- �
� U
Q
�
l
GRAPHIG SCALE
�o o to za �o
. �, � - _r, ". ' -_-� y; .
:w� ' * ��+ ' � �-
��"a - :"j�44 ' �{ �~• r
_i�Y {
;'M � - � - 71'�'"" a ' � -� ; , I�- 1
� C�UI.TEN iWYES1iAEN7S, tP. �'+
. n Mls9ovfl lirnitedp rinarshl ` � � T{ a' �j} "
GC.A�21A297923 � I �i"�� . � �_ . � '��jf�M r .
'h n r`� r
.��- -_-c�-.:� �y� ��r+YJ. � � ��-
+R�r�{;��� �1T k a, _ *•x� _F
. �.�#r ��- L ��i 4'_ - � -� ._�:
5 `� _ . . . _� a . � .
BA�RT: FH[8 �OCLIMENT OOE9 MO7 REFLECT ACTiIA� 6iTE bR Sl1g5URFACE GL1EM7
coNDITIONS AN� SHqLL NOT BE RELIE� UPON FOA iHE LOCATION OF ANY �T�TISS,
�CIIRREN'Fg� FU42P.R0.9 D0. 6fHEN C�No�10�9 1M{ERE ThIE WORK I6 TO BE
PERFORMIE7. 1111L7ERGROUND STRUCT�JqEe ANO ITfIL1TIE8�MAY 6E PR�SEN7 Wr7ICH
APE NOY a�UMENiFp pp LOCATE�. THIS ��CUMENf IS FLRTHER &U&IECT Ta ALL
SAFEfI' NDTF3 &ET FORTH HEREFN.
�,E lMs WCUMFJ�Ii15 PREl1MINRRY, PREPARE�FORALIMIfEQ RIAPOSE, IN ItELVWCE
IIPoN iNFOF�M710N PROVIop] �1' OTHEH$, PNO IN7ENp�p FRR SPECIFIC APPLICATION TET�
UN�ER CERTNN WNOITION3. 7FiIS �QCl1MEFFT� AN� AISY OESIG�1.9 OA OETWLB, tiRE THE
PFtOPE4iYV OF COAFif'f24 COMPANIES, 7�7E. ANp SHN.L NOT BE COPIEO, REPROOlICEO,
7W+N&MIT.iE�. NfO�IFIEO. RELIF1YUPf7N OA U9E� FOR.4NY P��'0.5E WI711WiTHE PFII�N
e�w�sa m+mEw �ncesarr oF com�o, c�rRo o�s tuvr wnRwarr TMe
aeeuwu.w aF WFnw,u�ar� d�acrearwanssvMEs Nauaen.rrr r-o�nr�r uwarmost�o
COPt, REPN0�11C�IlON,1RNI45MITTAL, MQ�FFlrhTID13, RE1�Y5NCE OR USE HEAEOF. ANY 118E
REQUIF�`3 N� INOEPEN�h�IT OE7FRh�IMATpN EY A CiLWLIFlE� tiESIGN PROFES510NAL.OF
n4e nocuRncr rwo suRr,E�ury oF aur oArA oES�, oerAl� qx �NrnaMa'17oN ro TwE
APF'1.ICATI�N AIS� CqWp�7�qN,q, Fq�l.URETO C4MPLY MAY RE811LT IN PRflPE1i3Y m4M1A4GE OA
PEASONAL ��RY FOR WH�CN CaRRPRO SHISL4 HpyE N4 LL46MJTY. 0.ECTHONIC
TTU�ISMISS�OM MhY hEBULT IN EHRORS FOR4VHI(:H OORRPROA5541FAE3ld0 LW9�IN.
TEAGU� NALI, & P�RKINS
WEST5IDE III 2�4-INCH
WATER TRANSMISSION MAW
T�ST STATION INS7ALLATION
PLAN
STA 20+�p TO 25+5p
�� A�GIOR�' ������f��
5trungt r. 5a►er. I rtfrastruclure;
6R4NM BY
»E�TNo. 340304707 9`A`E �rr� = za� R�.
V4MNO N0. SHEEi NO. �
U3p-B211384-C-Ob6 D6 oF 2s
N
Z
P
�
�
a
�
a
�
�
�
�
�
�
0
z
0
4
�
�
a
�
�
�
�
►=i
�
�
ti
�
:�
�� 70.'�S
, '!f 9Y]7� �' �
. �' {
- , I
- _- '�+� - 1 -
w4Jl
. � . ,+ � #ti � '_`.
' � " �
l� fLy��
. . ��y�'' _ ,
'�'� '� —
� � .
' - ,
. � �
I�i 71t Ai� �� . ' �
':�'xh�R" �+lhA!
�i"lRJ' 111R .47RfJ �� �.w
I n, '
4} � �
' ' J! � fll4�"
r y},
•'� 4�a .
� -� —'s�'� r�-- — -�- --
-- _ � �• -�
. . 4,-�;'-� _ .
a
�
CuJLTER INveS7MFJyra, l.r',
a Alissourl Iimitetl parmeroh�f
C.C.�0�242976R3 i
i� Y
' , _ _ '�� ri �. _ � - J � _. � . } . } - - - .. .Yt ♦ — " +�"i�' . '�+� � � r�, Y�Y
_ — _ _ — — — r �'J
����n ���9 ����� ��11���
C�� �� �� 11"►����
CATH00lC PROTECTION SYSTEM LEGENR
�� (CTS) CASING TEST STATiON 5� � 251
�
(FFS) F4REIGFI LINE TEST STATION 1
SHT 24
v
(kTSj lNSl1LATING FLANGE TEST STATIpN 1
SHT25
�ATS) ANOOE TEST STATION (Ol1CTILE IRON Pf�E 6PTIONJ 1-z
SHT 23
�, ���
�(PTSj POT�NTIAL TEST STATION (C303 P1PE OPTION) 1� ` 1
SHT 24
AIR-COOLE� RECTIFIER (C303 PIPH QPTI�N) :=� �J
�12
�EEP Ak[OpE GROUNDBED (C363 PIPE OPTIDNj 1
571T 22
ti/
NOTE: FOftEIGN LINE TE57 STATIONS UTlLiZE� ONLY
FflFt METALLIC P[PE CROSSINGS. HDPE & PVC YfP�
CROSSIHGS DO NOT REql11R� A FOR�I(3N LINE
7EST STqTION,
� ��.�F T�
!
. . A .. '..K��
....5 93
�0,•, �� r5�� `�
.�'•.,,G Fz.•
�a� �SmS..��NAL ��
��
�
�
2022.04.07
zazz,oa.as
_. _ . _ _ IS5UED FOR REVIEW
�ev�sioM oeacR�Prioro
EAFSTY AL�AT. THId 6OCUMEM QOE6 N�T REFtEC7 �37�1AI. SITE oR gi1BSURFAGE CL1EM
CUMFIITIOkg AN6 3HAf.l NPT BE RELIE� UPON FOft THE LOCATIQN dF ANY uTILIf1ES,
C�RREI'R5, HkZM�S OFi D7HEA C4NQITIDNS 1M�iEHE 1HE WDR1f IB T�1 9�
PERFORME�. S1NO�RGROUNO STA�CTWRES�AdI� UfILlFIEB MAY � pRESEN7 WFiICH
ARE NOT����MENfEO GR LOGqTEO-'fHis poCUMEN! IS FURTHER SU8JEC7 T6 ALL
sAFET' NOTES SE7 FORTH HEREIN.
N�I�CE: iHW�4CUMEN716PiRELIMIhWtY,PI�PPJiE0F0AAllMf�PUpPpSE,INRELL4NCE
11pON INF0�110N PRDVI��D 6Y OTHFRS, M'p UIfENIJ�� FbR SPEGFIC 1kPFi1CATqN TI77.E
UIV�FA GEflYNN COf�IdifID�^o. 7HR WGl1MEtdT� AN� NJY QESIGNS DR E]EtP,ItS. ARE TFiE
PRGPFRTY � C9RRPR0 GOMpMIlEB, 1NC. ANA SFWL! NOT BE OOPIEQ, RFARq�IMFq
��R0.NSMITiFD� h7�AiFIEO. RELIm I�1POril OR�U5E� Fai ANY F�1i1Pp$E WlfFl(71iT SHE PAiOR
exrr� wRm�u rek►+�si� o� casu�a�a. cow�o �OES NOT WP17fW�fT THE
qCC�pACY OF IkFqRKlqTqpd pEPICTE�AN�A55UME8 NOLIABILITY FC7FiAN1' I1NASITHORILE6
COPY, REPRO�iUGiIUN, 7PqfilgMfl'CAL, Mq01FICATION, RELL4NCE OR 45E HEREOF.lWY I19E
RE�UIRES AN gYO�EPEN�EFi7 IlEsti77MIN47lON BY A Ql77SIFiFO �ESIGN PKOFE9SIONpL OF
7N� ALLUa+�Y P�N4 3URABILIiY OF ANY MTA, �Eu^fGN, �ETAIL OA WE'ORMA310N TO THE
APPLICATION AN� CqyllIT16N5. FAIWR� iD CQMPLY MAY RESW.T IN PAOPER7Y pl+A7AGE OR
pGREONhL E�1URY FON WHlqi CORRPRO SH14ll HpVE N6 LV4BILFTI'. ELECTROHIC
TFL4NSMIS8IOP1 hl4Y RESULT IN ERRORS�FOR WHICH WRRPRO ASSI3ME8 M{} L1qBR�ifY,
7EAGU� NALL & PERKINS
� � �y �_� �� .
°`�"�q� �'�
�� ����
sl.,��-�-'�'� . �.
'�iwn,��� Yi '
� �.
`_ uF. n q?{W_Yl�6`il' �. ' - . `
��r.�lxiu _ . ��. .
klr4ru[a � 1 '
�
7i'�.�
.+��' J y� _�
� y + �' .4'�� ���i.-.
�'F�-'� � �_- --- ._�� � — -- - 'kk�
� — .� - � � _ �...
�-��� . � -- �'. -� �- -
.��-� --- . _ ��
8..9 ir � 'Y 4 � } �
o�� ��r r+r
- #u]YtkP} q+
r � . . . F _} , SJ59�Y2.A� g����-g
. ~ti- _ _ � .
� ���' ' . *� - - � ,! �L { *�
� , . . _`� `3? • , . � _ _ . _ � . _7 - . {,.'�'. �
. . , . ` 1 - � � � � � -. . . � x � � ' � * �
WESTSIDE 1112A-INCH
WATER TRAN5MlS510�! MAIN
TEST STA"flON IiVSTALLATION
PLAN
5TA 25+64 T� 30+00
_�
��
k �
�
1
Y
�
��
GRAPHIC SCALE
zo a �0 20 �o
�� �a�Gion��
5cronger.5efer.InfrastracEure:
113$4-C-407
�m�T'l�JJ#I3.
REV.
��z�� = zn�
a� oF za �
�
z
0
N
�
�
�
a
�
Y
Q
�
F
�
O
O
�
ti
Q
U
' �S- X—(%IT ON HEADWALL)
�H BB98B &83
�E 2Y8@703�78�_�
ELEV BBB.S3
~ h:r
. �'° " �''�� ��7 a� `-- � L _ '
Sn1SL, rf o
� 91W.
f
-- - -T� - --�
� af ra� ��� �'.
+ra:�p wWr�vu hr�+Gi
r �u —_ _ .� m-,�7 --
� #'r,�',
, i . ..._•
���r��sr�ar� wv�o� ��
m� ����e�a,�� oa�s��
P7L�13°�i`il'
r!'r - , ,
=1�r4 ��. . , _rrt�r
- - -- - - — - . �y� _ .
_ --- - � = .•� ����w+ `� ,., — � � '! •— '—'
'�:�; — - . - - � r_�����-'�� -- ""`� --- <1.— . . .
Y_ . � } � xy+� .y �; i ii4' iLll I
�� f �- - = ,�,.���i .' .4 ' - � i_ ; 4v� `�`�� �' � ��. , �
• �p�'- ..s� ".5�1�N' � �.. :� L7�yt� '� 5 _ �.._.
� � � � � - + �r � • } r� j ����
���� ... }�—vy�;�� . - r -
�i , .
4= 3 +�� � ' 'I� � � .
� Mii 4'� � �
V
�
� r FCl rHL.uN. iHC.
� L r. C.i'�2030H9133
_ _ _ ➢�A.T.CT � . ___—
�'1 5^ .� ` ��i _
II�" �� �� ���i
����� ��� �
��� �� ��������
CAiHObIC PROTECTION SYSTEM LEGEND
¢ � (CTSJ CAS3NG TEST STATION r--=—�
, w 5��5
` (FTS) FOREIGN LIN� 7EST STA7�Oh Z
„ 571T 2�M1
`���-�
(1TS} INSULRTING FLANGE TEST STATION �—I
5HT' 25
(ATS) AIVOpE TEST STATION {pUCTILE iRON PI�E OPTIONj I-z
S71T 23
�(PTS) POTENTWI. TEST STATION (C3p3 PEPE OPTEONj ;` 1"
SHT 24
�
AIR-COOLEO RECTIFIER (C303 PIPE OPTION} F.--=-1
5Hf 22
- , pEEPATFOOE GROl1NDBEd (C303 PlPE OPTIONj J��
SN7 22-
�J
130TE: FORElGN LINE TEST STAT{ONS UTILIZED pNLY
FOR NEETALLIC PIPE CROS5INGS. H�PE & PVG PIPE
CROSSINGS �6 NOT RE4UIRE A FOR�IGN LIN�
TEST STRTiON.
2022,04.06
,. _ , ., ., issuEo FOR RE�i�w
� �� . O F .. T�����
r '�qs �
.�
... A . .KR ..
. :... .5 .g3. .... ....
!
�° �F �STE F'�'���'�:
� .�' � FL.•
�LFC�.. ..... �.\G1 `+
REV1910N n�8Cf71p'fivN
2022.04.07
SA TFIIS OOCI1MENf OOES NOT REFLECT ACTW4L 8f1�aR S�BSVRFACE ����r
�,.�NDITIoNs AN� BF1p,LL NOT 6E RELIE� 11PON FOR THE IACATION OF ANY UTIS3'fV&s,
CIIRR�N7S, I-WARh9 aR �THfR C�NOiT1dN9 NRIEftE ThIE NlORK IB T� 9E
PERFOftMEfl. 11N[IERGR�IIIJ� 3TFtI1CTIIRES AND LlfILRIE& MbY BE pp�6�N7 WHICYS
�iE N�T �OCUMEM7Ep qp L6CATEA THI9 OOCGMEN7 IS Fl1RTHER Sll&IECT TO ALL
SAFET( NOTES sET FORTFF HEpEIN.
U� OI�ti4Ti0N PR[]Vl �REUNfINARY�RREP� DN'ENOEP fOR SPEC�IFGE•IAPPLICATK6N T�T�E
UIV�Eit �TAIN WN�IIION5.1H15 f1t)CUMENi� Alm MIY DESMJI5 OR OETlWL9� AR� THE
pRppER7y OF CORRPk� qpMPANIk:�, iNG. WVd 5N14LL NOT Bf G�PIEO, RFPAQIXfCEll,
FW NSMfRm. MpD]F[B0, RELIE� t1PON OR USFD FOR ANY W HpG.E YWTIipUf 7HE PHI�A
E%NRC�S YYftITTEN pEHM1331(Nd 9F WRIiPRO CAfatPAG OOEB NOT WARRPJdf THE
l4CCURAGY OF INFOWM7lON o�IG7E� ANDASSl1ME9 NOlW9p.�1Y FORPNY UNAIITHDR¢EO
COPY, R�PRO�UC7IpN, 7pANgMfITAL, MO�IFICATION, REL44NCE OR t75E HERFAF, AN`f 1186
REQLili7Es A� RV�FPEIV�F.NY �tFFpl+1�IA17C1N B1' A[IUN.IFIE� OESiI3N PROFE8SIOM4L OF
r� necuancr �uvo surcaeiury oP ara ou�Ta oes�cr�, oerna ort iwRc�anqN tn nr�
APpf,lCqYION ANO CONOlT10k5. FAILURE TP GJMPLY MAY RE3ULT IN PROPERN MIMGEOR
PEfiSaNAL IN.Iilgy FQA WHIOH OQPRPRO SHALL HAVE NO LU�BILITY, ELECiliONhC
7RqfI5h115510N MqY RE91AT IN ERR�R9 FOR WHICH COHNPROASSLIMES A'OiIABILIfY,
7
'i
4}
9�
r
�
�
�
_ — - —�' M
�
i� N
,' �
-�� ^_ _ �— '"-� ={� U
' �' �
W"
��
��
�
i�T h.rFL� A MhSON S��
dbo 4A dc H. F000 h1AR7 —
Vfl[. t4137, PG. 261 �!�
— D.R_T,C.Y. �
TEAGU� NALL & P�RKINS
GRAPHIC SCALE
su o �o xa �o
�� ������� � €�t��-r�rt�
Stranger. Sefer. Infreslructure:
pRa=TOATE bRqWN BY
(YYYY.MM.O�j 7(j71 t n n� F
WES7'S�DE III 2�4-INCH 4ESIGNE08
WATER TRANSMISSIaN i�AIN
TEST S7A710i� INSTALLATION �PROVE06Y
PLAN �r+o��cr rw.
8TA 30+5D TQ 35+00 oRn.wiNn No.
11384-G008
6RAWING NO.
1I2" = 20' A�.
NO. �OH OF 2B
�
Z
0
y
�
�
7
�
�
F
O
2
O
�
LL
0
¢
U
�� . .
� � _
�_ ar��
O�
��
�
� t
� �� '
�
� . - .� .
� +eucn� wx.
_ .��u
� . .. �
. � �- � -
��1 �.
� � -as.-,.� . � � .
���� -' f r ;. -�
�,�.r+ . .. __ —. r1' - . CTS (S7A 37+85)I;r. ��`� � � �� Q
1' r,+1+11+orSrr�. "��` ��d,, _ Y. ' �:r.���, ,1 . �": �' r
. � � r� �F� ,ux .... � " � � , �._ . :��:+.. _ � r _ . . . �_ �. .
�-�:i5� P�'dti'�4'h.i . ., �_ -;
� t � � � , �.
� , ��'�i'.N�%Jw1' ntn�a�a.0 cr � �-' T4��•;�'�' � r
. ' � H 19.ISlJf Sf �„ � � �
,, �- �� �t�:.��. ; a
` �r� �� � t
�' - ' . ����� l.` . . . � I �
i�r,. acf�:a u�a Mx�s.. sANi.i { ��i {� ' . . +, � . i �
^ I� d� H F�DIS MART I I
-"�YJL 141J7. PC. 261 i��l i��.,.� � }�*�, r i - ` I
If {� ��r�*• �
� i } - T� *� �'� � "•�� � � ���/�i' _ ...* 5 I
- � � � I
�
0
�
K
s
�
'�"r�R- y -�yi����r . � . t. _ �
1- W 7£ 151[ IE d 1G1E1f T
f- Tx U+hE�P J�!
x ��1C1
K , x� �+ �_,�{�! ��[�
i f1{7E 1J7� �� ' i r
� � e co-ruu�,e
�� r F]+W]�!F
� � �J
i��; � �.�� lixi.' _ _ ��
Q
��
�
�� � -�"'� �.� � �. � . ' i�"''�' � ��,k�
1 � " � _� +'lx* !�y _ . }+
� �
�
,' �. - . � � ,+�Nr�rd1�,4F
, j � � _ ' - � . -� ""��' <<< � ,.. - .
7-� 4G Npl
} � Iwu�k Y�.
.r� i �`FW
� '" — _ � 'r '� y - i� il � {�if41
y�' �—• . . . _ _ � �,,,,,� ' T , � � - , - -
�.� �+ Af SfA S3+9p9! � �• _ `jr - ' '#+ . �����. �..� .5� � L! ' i�~' �y',� ' . I ` �I�il4r � +.
.Y iiJS11} h`
� �'� t �am��¢x�
�� r� � -
�`^ � , � . �-"`�' . .
� - �`��f '�,
.�� � f I y �. ;�i
�;�•. � � k�. a��. * r�
�'•�� ��r f�t '� * � � #' �
� � ��� a �
�11
�
�
�
e
�
�
5�
�
����� � ■7� ����� ����
CATHQDIC PROTECTION SYSi�M LEGEIVD
�(�� (CTSjCR511+IG7EST5TATIOPI 5� Hl'251
____ �
(FTS) FDREIGN LIN� TEST STATIaN �'
. sHr xn
�/�
pT5) INSULAT{NG FLANGE T�ST STAtION �' I
SFff 25
(ATS} ANO�E TE5T STATION (DIJCTILE IF26N PIPE OPTIDN} I"2
SHT 23
�{pT5} pOTENTIAL TEST STRTION [C303 PIP� OPTION) '.-- I~f
Slif Z4
AIR�40LE� RECTIFIER (C363 PIPE OPTIpN) z "
5�
tii
-� .• DEEP ANO�E GRDUND6ED (C303 PIPE OPTlOFJ) �
sr�r xx
�/
NOTE: FOftEEGN LIN� T�ST STA7'lONS UTILIZEO ONLY
FaR METALLIC PIPE CROSSINGS. HDPE 8� PVC PIpE
CR4SSINGS �O NOT RE�UIRE A FOREiGN LINE
7E9T STATEON.
2022.04.�6
. _ _ . _ _ 15SU�Q �OR REVIEW
#dIPC7iL .Ii 1f-0�NW
rr �sr.3 n
f � F�1'_ .' ,
���8
� �+�0{V�y����' ���"��
P�� OF �F�a
..••
.,-qs���
A . KR •
•. .... •.���� �..:���.
5 93
:u
�
REVl510N �BSGRIPTIO#
; .] I 5�;,.�`G��.�
�NAL E�,�
�'���� 2022.04.07
�
�
— — - — -- � �
�-���� � — - -- - .L � - _ 1, �
-, � � --J :
�+
�� � �" ��,��'= a;t �e ak� ai�� � � . - � {-
� j � w �k' � sP3 tl+: �
} r7,iriLF C 2270477.8�� �
r � � £r�
� .C1'S fS7A 38T75}M ., ._ � _ _ aT �M4pi�t,�,��� i� ' �"Y' ''
+ .i - _ _��.� r�_' `' �r��„�.s� ,a.,.� u�i — - — t . . . _ t _ .
I � ,yr �" `
Y { . �� �. r� . -�`. �f."�'
� � �. , ��
I � � � ,.,4;;.� �� �-
rI I - ��`�-�-r--- _�i� -_
JII .in��rL51. I�+YNi. � �III .t�� :..
I 1 � IIIF"h��{+ �
I 1 . + �
6AfEtY A 6R ; THIB �OGUMEIST OPEs NC1T REFLECT ACTl1AL FITE OR B1185LIRFpC�' C��
CONORION5 ANo 9HALL NO7 BE RELIEO LYPON FOR 7}IE IACpT10�1 OF ANY 11TILITIES,
Cl1RflETf&, I�IpZA}Z0.4 OR� �THER CONOf'f10N& NhiERE THE WORK IS 74 BE
PEqFOAMEb, L1N�ERGRal1Np STRUC'I'11REs qN0 UiILIT1E6 MAY BE PRE6ENT WHtCH
ARE NOT tlOCUMEkTEO OA LOCpTEO. hi15 DOCUMEWT I� FURTFfER �UBJECT TO�pLL
SAFETY NOTEB SET FtlµTH HEREIN.
N�E: THIBOpC}1NIENT IS PRE�MINARV. PFiEPAHEO FORA LIMfTEU PUfiPOaE, IN HELNNCE
17N�PI INFDPMhT10N p{yigy{pF�} gy O7NER5. 1W0 IfJlENUEO FOR 5PEClFIG MpUCATION T��E
I1NOfR CFRTA4N.CONORION9, 7HI8 �OCI]MENT, ANd pNY pE51GN6 OR OEfA1L3, AAE THE
�OPERN OF OORRPRO COMPNUEB. lHC. AN� SFULLL HOT BE COPI�, ii£P�R]OUCE�,
7RANFih71iTE�• MWIFyED� RELIEfl UPON OR U5W FOR ANY PlfftP0.9E WITHWT THE PWpli
�x�ss wsm�H rew�n�ssrari aF coR�o. ooanrao aoes Nvt uwwwwr n+e
ACCI1Rp,CY�?F INFOAIM7ION DEFlLfEp JWdlSSUMES NO LIP8ILITY FORANY UNALfIH0it12Ep
COPY, RFPR�UCTIOM, TAAp1SMjITAL, MDOVFIC9Ti0N, IiE�-IANCE OR I16E HERC-0F. MW U5E
REqI1fPE3 M1� INDEpEN�EM IIEfIIiMINAT[ON BY A qUALIFIEp OE${GN PI;OF�SSppNpt OF
THE AGCUMCV AN� �1(jA�iUTY OP ?NY �.4YA, pE51GN, �EfA1L OR 1NFOFBuL4T1UY TD-7FIE
AVPLICA71�' ANO�CaNOfTqNS FPAUPE TO QOMPLY FNSY pES�LTIN PROpEfifY DM7AGE OR
PER9q+WL IA'.NRY FOR 4YHICH GORRPRO 6FNAL HAVE NO WBILIFY. �EGIRONIC
'I'RNi5M155� 1YWY RE5UL7 �Iv' ERRORS F9R WHIGH COARPIiDA55l1MES�NO LV4BIIJN.
�+Innexa
�' `�� ..�
� ,�;�,�,��,k ,�
����,
,,�,.�.
� M1��-�gr. (�d
;� �1489613�.9�'
�a��oaaYe�
Ri �l l 1r'
5
I
�
TEAGUE NALL & PERKINS
WESTSIDE III 24-IMCN
WATER TRANSMISSi0�1 MAIiV
TEST STATION INSTALLATIOIV
PLA1V �
STA 35+0� T� 40+00
�� 1�
.�
m� Fiv.�i ia+�„�.� cr��x. k�.
c YeHae� limfEsd IIo6qNy canpony
C.C.y�216Jfll842
f�.n� �
r�o.
�� ���I��•
5eronger. Salur.lnftaetruc[urat
U30-B2�1384-C-OQ9
G�tAPHIC SCALE
.t- � �'C� i F"� '
REV,
1!2" = 20'
09 0� 28 �
�
z
0
�
�
�
�
�
a
�
F-
O
Z
D
w
ip1.
a
U
� •r.=r xav�
C] `"'.-�� . �r'�,�� �"�L #7t j�'�F
M El�7 5}
0 �', �i+- :" i R+�'kbr ud
�` . . � -"' --�`_ .
QS ��'V+l�.��.+`�`:'��
�— — — . .
�p��Gk�Yd��� 14�A11F �A�
� �0��'�11Q� W��+�
�
A�'�6' �'�' —
iF: {'-3_. �tA� TiAOT lSIXiU17
N 883883��99� �:y�-� . '
:E E2709�M36 � ' R .��.�. . � _. r
��V All'1_1N �'
-�--�- 5
i
a
d
�
�, ' '. 3FA #riW NE A'
' r�' �sm Arp�.urr A3s�er
, '� APR OFf�4! .xF +k b7�-��PS -- -- � '-
,*��..,.�' v�a�ssx� ____- --
. . . � u�eao -
. � � � -' �, _ ,
'.� - ' y�!+� dS,� �y F � yy"r y� ,
�- ' � ' �'f d�� t;li�M:.IFY if�h�9L7 y� � . -r
_ _ _ - - . x � �YM'k �kAH O'�'x �U1- � ��
-- - F- --- y � rIl ti�
� � � _ ,�� _t _-- { _x+-- �y� 'y�+ 'r", _ - —
� � �` � - — - -. . � .. _
� ` ' �� � ~ _ ' . � '
� . ti .��+'.� " ,�, _ .--_-��
z*.�:�' /,I�a�•�• .. �+�' • -
� �Jf�f �8�f� -�� � ���y-- 1
� Y-�= . . - ..1� � � _ - - - - � , � ' }
�r�r;�-- - _� . - - -
* ��f4 � + � .� _� _ _ .
�I+I �� 4 {r �� Y '�' �!�'fB'ti5 I
f � '� �
. f �'
, } �
' � � , �.
i
,� ' i31G H�RN 7Rk'n1 �EN7ER. LLC.
n Fvaua 1lmlkad IIaAIIRy camyany I � ~*
C.C.�2TB3�qe42 y
' +� � � -- - - _.. ,... � _ I —
..�
I �'� � Y ~ + � . � ` 4 .
CA7HODIC PROTECTlON SYSTEM LEGEiVD
A I {CTS) CASiNG TEST STATIDN �—+
Sli'I' 25
_ `�
{FTS) FOREIGN LlNE TEST STATION 1
5FiT 24
��
(ITS) INSL1LA71NG FiANGE TEST STATION �' k
5HT 25
(ATS} ANORE T�5T STATIpN (pUCTII.E IRON P PI E dPTION) J'-2
SHT 23
�(PT5) POTENTIAL TEST STATION (C303 pIPE �PTIONj :` 1~J
SM 24
ti
AIR-COOLED RECTIFIER (C303 AIPE bPTIONj z
. 5H'f 22
����
Q�EP AIVODE GROUN�BED {C3a8 PIPE OPTION) r� zzy
v
NOTE: FOR�iGi4E LINE TEST 3TATID1+15 UTILiZED ONLY
FOR METRLLIC PlPE CROSSINGS. HbPE & PVC PIPE
CROSSINGS �Q N6T REQIJlRE A FOREIGN LINE
TEST STATI6N,
� � ' f ' � � �4r — _ ' ' . '
- --�7 - � � — -
- ty�iw, 4 .
��� .. .
��.!.�'�� .,
�a�,:�_���'i'��y �. �r fi
' ..�� ... .._ .. . _ �- -
.* ,+�A
rS�T�"1i �{�ii�Fry��
E
1
� �� ��
��E OF,•TF
�?�•' , �n � '
A . ..���
5 93
t��`''�`���STE���
��G�`r�. ... _,�C
m
��
2022.04.07
tSSUED FOR REVIEW
REVI5IDN �ESCiiIP1SON
Lyld'1tJ t111fb
. �F =a.��� � . �'� ^f�.�, �� �fff '4�.-�� ��
MI LL� �`� �+ ' -� , '?Pr
— �:�' ' _ _ _ _____ �,.++•��J�4:�• 1
�� �— — — �r-' , , f � �� . r _._� � ' {.7
-- �r - _ - - — -- — I } ' �'�— —�4 � =� � y�}' _ Pf 3 � _ � � r�` f ��
. y� �Gd� P'{�ff � ��� ~ ~ s '� 1-�x��"�. { �4
{'� ' _' " — ' " — �'--'�" 1�.' '�c * fi� � — —�T — a
�� . � CTS iSTA 4:i+701 � �� � ; � � � : r. � 5 {STA A4+15) � _
1 ' ',L..
�r,-c��{�,�-, �zaNrui,rs.�M= � - �.y�� � �. ,'+• �"�". « __ y
tti � �ti#_� ' , ��� � +rt7hxC i�YE'S }
_ . . ,y� �„ , , �}' l i� f�NY' h11x01W.L
, � � , _ 1 � �`.. 1�O.i +ht3 9�F�
�, ,i ��� ,�'k �� : �.T = �' _ '� _� �I�•.7�i
- . � �{ •iy �.f�; ''r-- � r '�} �—+■ �+y '� ''�` J •I�
._ �� . . • - � _ � � �.�"
��..__. . ' `� ' - ' .•
. � . "P � i .. .--- T� - �'...��'-�F;� � T+ �r �
� � i � ' � �'�'- ' �
_. ..i i.� ... . .
1�' tiii' � ' r � � .................
�+' �'�' �' RY RhNOI iLG, a 7a.va Ilmhcd Ilublllty company
f_, 115T._'3 � F 3
i � rY �/R I C,G�DY7723U[59
r++�-'+r++a+!�?4• �1�"� — -- ��'yr���.-��..'�.s �� - _ . - - _�"�,�,_ ' �
- - - . _ . _ : �.-.�:
��:� ����� ��I �
8AFB7YAL� THI8 tlOCl1MEM �E6 NPT ft&FLECT ACTUAL 317E-OR 6119&I1RFP:CE �U�T
CON�ITIONs 1W1} SHqIL NOT BE AELIED UP6N FOR THE LOCRTIoN aF ANY �I1171ES,
CURRENSs, HAZkRpB OR OTFiER Cf]NOITIONS NRIERE THf WORK 19 7tl BE
PERFORMED. �N�EPGRf1UFIq s7Ri1GTIlREB AND WI'1Lf17Es MAY 9E PREBENT Nh41CH
ARE N�T OOCUh4EME0 OR tOCATEO. hIIS 6OClIMENf 13 FIIRTHER SUBJECT Yo,4�i
3pFEiy N07�5 gE7 FOpTH MEREIN.
�,THISUOCUMENTISPRELIMR7PRY�PREPAREOFORALIMREDPURPOSE.IM1'f�ELl4NC� MLE
UPON fIVFq3iMM1nON IYlQV[dED 9Y OTHFRS, ANF]� Ii�IIEN�FD FOR �SPECIFIC APPl1CA73pN
WJ�EFt CfR7AIN CDN61F�0.N8, TFqS OOCUMEM, PA'D AN1f Dk$IGNS OOt bETl�SI.9, AFEE iHE
pltppFFtFY OP CApppAO CQ�hIppNIE3, iHC: AN� 3HALL NOT Bf fAPIEO, REPROQIiG�D,
iAqN$MIITEO. MODIFfED. REIJEP UPO�! �R U5� FOF! ANY PIIqPO6E WIiFIQIlf THE PRIDR�
o�r�ss wAm� rewYussiorr oF cow:rRo. oowtwzo oa�s hioF wasr�wr m�
ACCURpGYOF INFORMq�1pN pE%C7EPANpASSGIV�5N0 LIABiLRY FORANY UNAUTHORIiE�
COPV, REPROD�GTiON, 7MNSMfITAL,.M061FICATION, REWUVCE pp V3E FIEREOF. ANY UBE
Ft�[7UIRES AN INpEPN��q3E-0IT pEIERN,INA710N BY A DUAI.IFIE➢ OESIGN PROFESSIDN4L OF
TFiE ACCUR4GY PN� SURPBILItY pF AM7 pA�A, aE$IGN, pETAIL OR 9VFOPAM7K7N TD lNE
APPLlC0.TIG4 AN� fAN0iTI0N5. FAILURETO COMPLY M4Y RESULT W PROPERp' NNVIG� Oli
PEit�SpNµL INJVRY FpR WHBCH COIYtPAF1 SFWLL t1AVE Id0 LW9MY. �ELECTRpNfC
7W NSMISSlON MAY RESULTIN ERROR5 FOR WHICHCOPRPkOAB$UMEB Np Iy491LISl'.
T�AGUE NALL & P�RKINS
WE5TSIDE IIl 24-IIVCH
WAT�R TRANSMIS5faN MAIiV
T�ST STAT�ON INSTALLATION
PLAN
s7A 4a+ao Yo a5�na
pqoaEC7 No.
cl{ECKEO BY
a
�WIN6 NO. BHEETMO.
U30-�2� 1384-C-010 �o aF zs �
�
�
�
�
�
�
_J
U
¢
�
GRAPHIC SCALE
2o a �o sa �o
�ii ������� ��►rr,,�r��
Strnngec Safer. Inirastruclure:
�
z
0
y?
[!1
a
..]
Q
�
Z
�
WY
Q
�
0
Z
0
�
ti
�
0
_ - - -_ - - - _:�-- , �- - i� - _� -- _.
- � � . • �.: - _ „ .
. . _ - ; -�� . .:,�� --. _
�
�
+
�
�
N
�I.�
�
J
�
d
�
Y
r
n
r
.���
_ ' �,. �: ;F.h� F*-�
,�ee�r/�€ iRas
� � rui�a„�� k �
x� r: w.. i. �i
F;;+1,31i�
- '' — -� _��
� �r�re�r� �,�rrr ��n
a��ss��n�� �c��n
�'� t� R�rov�u. -�--�� .
lyyl A� 7[f.xf �: � - �fNchf .RY�
t � - �� f�e� +�Yf +a�►WF'i� � �
. 7 �:� + � '.� .� . �r'�' TAEu fr4s 44�1� i,^-,.TS f5TA46+75} � �,
. i ' f
� � . .' _i��-� -- — - - -_ ^.-� 'x`s:� - -- r . �f��p': rtr
, } rs,,., -
. +--'" ' , Y �
. . � � i '. �;�R,EGTIFIER(5TA46+75)G � '
-- r �S �-�' � -�?S�+r �� __ ���� '-�ce-�—`"i � '..'- ` * - � — ' _�X�'`.
� - ti_�' -' _ �. .y � —='+i� � ' i� #�'�`y��'��'� `��� r -y��� ; - `� �
. • fif�� `' � � y
1� �r.�.-
� �-� � � -
tP'!!Rn"� .� _ _ . _ . �
� .. �iLUI� U�1` ' y ��-:
4'i� �._� t �+uie�t� R�i[r�i?� Mrb'kr�.�,�, , i��'�'* �dq�'
aua
c u_;swR� S ��ur .�.,,._.l � ` :t�.,k ,
, �+W RhNCH 4.C. fen�- �mltea Iluniiiy campu„y�l x f VA1If� "t `�
C.C.�277210199 '� A �n �� �'��` �
o.R.T.aT. i �'Lt.. . _ � ._ _.��,I�r�
_ - ���
� ,�: _ �...�..� ��„�--�� .
I. . .i . ,.__ � � ,---.� , '-- ' -- "-- '----"---'--...---�
J '-. 'R
r
. f,i � �"
�� -'
-���
���� �ur.��
. � ' - L � . . . ' - - - - 'a "'� - " _' - � • ����� -
����ti ���� ����� ���■ .
CqTHOD1C PR�7EC740N SY5TEM LEGEN�
bl (C7Sa CASING TEST STATION S�
`i
(FTS} FOREIGN LINE TEST STA7iON 1
-- SHT 29
_ _�
{ITS) INSULATINCy FLANGE TEST STATIQN f—�
5NT 25
�r
{ATS} ANO�E TEST STATION (pUCTILE IR�N PIPE OP710N} 1-z
ShiT 23
�(PT5} POTENTIAI, TEST STATION (G303 PIPE OPTION) �`J
SHT 24
v
AIR-CAOLED RECTIFIER (C$03 PIPE OPTION] 2
SHT �2
��
�EEP ANO�E GROUN�BED (C303 PIP� OPTION} 1
- 5FfT 22
��
NOTE; FQf2EIGN LINE TEST STATIONS LITILIZ�O ONLY
FOR METALLIC PEPE CR0531N.GS. HDPE & PVC PIPE
CRO5S[TlGS �0 NOT REQUIRE A FQREIG3V L1NE
vesT sTaTioN.
' �� 0 F ..rE�.�
� s��
.�
... ............ ... ...
A . KR
. :... .5. .93.. ... ....
� �.c�'!S�FG ���'� ��!
��aC�c�r,:• �STE,_�.C���
2Q22.04,47
�ssu�o �oa ��viEw
REVI910N Cl�BCRIPT1oN
tlAFETYALE1tT:_ 7kIIb00Cl1ME7�fT60ESNOTHEFLECTACTI1qI.SITEOR8uB9l1RFACE CLIENT
COHpITI0N6 AN� 6FV{LL NoT BE A6UFA UPON� F6R THE LOCATI6N ilF AaY 117IL17IEs,
Cl1RRENTR, HA7ARD8 pR O7HER WNDI710N� WHERE i'HE NARK I5 TQ 6E
PEAFapMEO. UNOERGqpllNp 6TRUCNRE& ANO UfILITIE9 MAY 9E p17�SEN7 NIHICH
ARE NOT Ok�UMENTE� OR LOCp7Ep: THIS aoC11pSENT ES FURTHER SI19J�CT TO�pLL
SRFE7Y NtlTES.SEry'FQRTtI HFREiN.
�THIS WCl1MENT ISPfiEllM7NpFlM, pF?q'ARE� FORALIMREO PllAPQ3E, IN RELL4NC� T�,nE
U INF0�1fON PRINI�F}] BY OTHERS M1� EhIIENoEp FOR SPEdFIC APPl1CAT10N
L1N6F.R CFRTNN CON61iI�P3. THI9 OOCUMENT, ANC! NVY �ESICNS 6A OETAll.3. ARE THE
PROPERiY �F CORIiPR<7 fAMPANEFS, INC. AND Sya7.L pdpT gE l�p�Ep, RFPR(JpUCEQ,
tilifWSMfYfE0. MOWFlW, REllm UPON OA USFD FOAMFY plNipp'uE WI1ifQ1FT THE pflpq
exrRess wprrra rea��oN o� co�aarnp. c�waRo oo�s t�wr w+utw�r me
ACCUR4GY OF INFOIiNyyTqFf �EPlCTEOAN� ASSUMES Natl46&JTl' FORNJY IINAIlTFi0R1�0
COPY� RFPH9�IlCI]ON� 7MN9MFffAI.� MOUIF[CACXfI�N� NELV.dJEE OR 118E HF,AEOF. RNY USE
RE�UIFlES AN INnEPENOEFjf QE7ERMIMATION BY A 411p11FIEp DESI6N PROFE5514N�IAAL OF
n;e nt�er nrrd suRneain a� rwv onTn. oEs�c�. oEra� ase�tt�ww.u�oN ro n�e
APPLCATION PNp CONOIilOM6, FAI4�FIE TO CA1HpLY MAY RE911LT 1N PAOPFR7Y 64M.MGE IX2
pE{YSpNAL INJURY !-0R WHICH CIXiHPR6� SHpLE F�q11E NO LL4BILRY. EEECIFIONIC
TR4N&MISBIONMpYREBULTIH FPRORS FORWNICWCORRPROAS911�IESNpLW91U'�Y.
=���
. �_ _
� - --� . - -
. -
' � �flJ. 3Ib�R� �
� YilW}'A4%
r r �I�e�an
, 5�a 4*+T�!N Ir �r
t a�urr �+AQ'x reY�'
q +'XT".�J4
1 r irl+�wax
.f
J
~ �I/'.I
L -
��� {��� - _y -
[fhTAAGJ[YP 7� y'�r`
FlHR'+x11 �}x'fUf�y�M�'
��X�kM M!7i �{ i�i�yG
��'' {;{! .u7SN h7
[�.S1i 7N8"lhTf
a�y�.
-� �_ � .
T�AGUE NALL & PERKINS
WESTSI�E tll 24-ENGH
WAT�R TRANSMISSION MAIN
7EST STATION INS7ALLATION
��..A�
5TA 45+00 TO 48+50
` _' _ 1 �
�
GRAPHIC SCALE
� — Q to xa M
L7
�
�
�
fr�
�'�LI
.�
�V
��
�� �`�I��•
5tronger. 5a1er. lnfrsstructure:
�RAFTUATE C
��YYYY.MiA.�01 ZO�L OZ
oeslcrieo av �
C. Lehma .n
APPRDVED BY [
1J30-B271384-C-011
�'L79���3CF�
�%Z�� ^ �ZO' REV.
NO. �
11 oF 28
� � FT5 (:iTA 48+72.5a} - .
� �r-13AlNECTTO FOREIGN LIN�:
ExISTING 10" GA5 (ENLtNKi
�AI�STRERM SERVICE5, I.L.C):
�
Z
0
�
�
w
�
�
�
z
�
�
b
z
O
4
�
�
�
- =�^y�- _��� -
�
fl
{n
�
f �
r,r,rYVW f�"�+f'rA xr,� saro ;+e �' _ '� w�'i+Y �v�
f � r' ,UP ++F�IfA3i �:ki[
�4'� Ik; il' � r.Y.7+ f�C �'�.t �.1 �2' SR-ai i}u yq� Nr;7�E"8-a �
-- f.•f�J�JfF' UI•� 1t7S
a�rp, !kV:� �
' 1 �. .. �.
I ��.pd� . s,��+,u _
' ' J'—.�"`�`�'- ' - ' — -- — -- r' --
�
�
�
,
;a
.��'+�r
�I
P �
ti�
� i
�`
SFA ,�4TJ V �'
l-i17�1fY�{��'{F Y�E�
V aas�• ff
� r,n��w
�� S�l�#�1'k�i���.Ml
�?' C�4RK' AI" p�i7t Qffi
- 1'XkilF'fC�]4 � ArAF'7H!
f77'I1�4�G2 Y F.IL�14uT�W
{Y fJUSN� !#' d+iS kR`n4T
fr1 f17�S�Tffh� Tf�4'
� - - - � - - - - .. + �� _ { � �F CTS ,'STA 52+72,344, Y i�a�44'+tiv_ , � x � {; V S fSTA 53+22.3a1
.� _.
- - - ---r-=-�-. .. ��.. � � -�_.= �..:�� -� �,�s-_..,�.a:u�-� ��� = . �- _ _,--_ �� --t�. - r� K-.�v*- -
�� . � :I�'I I' �}��-�-.,_.
� � �; �=�-�.� � _ - � _ _ - .- . - - - - - -
.-_�- ..--. - -- � �-1=�.�"-- Y��:-,_�---���- --
'i . ira�,...'� �4�U•."u_r r - - - - �.
1 � �� 4 � ' - ' � + ��Ci.
1.1 . " � . . ti � ' ' . t ;wi�}i1i
y �' � � ' _ . . ' r ' �� N -�' I. � . " " ,-I �.�� �' �``�Y ,
� . . + r - - ��� F r ,rrr�nr,,a , * " � ' �• .
� rt r �, � . _ . . . . . _ , i �_ , �� ����fi.'�-,
,
. ' . � '-. •�'� - � � � � �.� �i� ' �
_� _
. _ . 7, {- �
1�JUPOA.iMY 75' W6RtY`S�iEGR�"-+s tiA$MEN1 ; ' �� -
C.C.(�36625B61i � . �' • � �� '
�SpT�'r � y� I " . � � � �. � ' •
��� y. +��+� PRY HAI3q1 Lu.. o Te�os.flenitao Iln6iilty comA�Y -y' �t�• ��
f C.0 /f1Y172Ft1159 �y��.•�
� i , � � I4 nA r.cT
* ..:��`F. . � ., - ; �',�„ i - . _} _ - r �'� •I '��� � }� - � �� .
^ �' - ��- - --i = �' � 1' # '�� --
����e ���� ����� ����
CRTHO�IC PRQ7EC7EON SYSTEM LEGEN❑
� q¢ (C7S)CASINGTEST3TAT10k! f—=—F
._. SH7 25
ti
�FTSJ FPREIGN LINE TEST STATION �
SHT 24
`�
(ITSj INSULA7ING FLAI+IGE TEST STATION 1
571i' 25
�(ATS) P;NO�E TEST STATION @UCTILE IRON F P{ E OPTIDN) 1-Z
SNT 23
�(PTS} POTENifAL TEST STATION (C3�3 PIPE OP7IONj ��J
SHT 24
��
� AIR-COOL�n R�CTIFIER (C363 PIPF OPTION) 2
. srrr za
-.� DEEP A1V�I7� GROUN[7BE0 (C3U3 PIP� OP1'ION) �
`I
NOiE: FOF2�IGN Lli�lE TEST STATION3 11TILIZEd ONLY
FdFt ME7ALLIC PIFE CRQSSINGS, NDPE & PVG PIP�
CROSSIMGS 00 NOT REQUIRE A FQREIGN l�fNE
TEST STATIDN.
2022,04.06
„ ,,, „_ ISSUE� FOR REVIEW
REVESION �E9CqIPiIDN
�
r �p'��....F..!E.
�' ..
A , KR�
.♦ a �• ....
• 5 93
il di� ,�Q�G R�,�
��Pt C�c�:. �S �� __.0
/..��
�
F L • THI9 WCuMEMI' k�6S NoTREFLEGT ACTIIAL SITE Oq 51}B5VRFACE CLIENT
CflN�IT10Ns P�MD SHAiL NOT 9E REUED VPON FOR THE �.bCAT1oN OF ANY UflifflEB,
CIIRRENY5, HA7ARIJ$ 012 6THEF CON�ITIONS WHEqE THE WOqK ES To &E T�AGUE NALL & pERKINS
PERFORMF.�- 4NOER6ROWNd STR�G7l1NE5 pNp IfI71171E9 MqY BE PRESEHT WHICH
AiiE NOT PpCIFMENTE� �ly LOCATE�. THI6 OOCUMENT IS FUI�THEft �1&�ECT TO ALi
SAFEIY NOTES gF7 FOft'f}1 kEREIN.
y � NO�CE: 7FiI80O(,Y1MFh17' IS PRELIMINRRY, PHEPAREO F�A A LIMffEp�PURpOSE tlV RELV4NCE
\� UPON INFaRMATION PfZqyIOF� BY OTHERS, M'D INiEN�ED FOR 5PEGIFIC A?pLICJl7i0N ��
UNOE0. CE�YfNN COP�ITIONB. TWIS OOCLIMFNT, AN� ANY bL^B�G�' OR bETNLS, AFE THE
� PAOPERI"I flF COfi�RO COMPIWIES, INC. AN� 3H4LL N6T BE COPIE�, �n�,ce�, WESTSID� 1!I 24-INCH
�Re�ss�war��a�F.'wessi�oN�o�Rv,�coaamYa av��s rWior�'0w�,anrTMv�rrr rne WATERTRANSNIIS510N EV�AIN
2022.04.07 ACCl1f84GY OF INFOFtF,WTION pFplCiEp pNpq55UMC5 NO LIABILfIY FORPNY UNAUTHORI'LFU
COPY,RLPR�ICTION,TRAN&h4ITTAL,M001FICATI�N,AELWJC�ORUSEHEFiEOF,ANYl18E TEST STA�'IQN I�fSTAI�LATION
REQI)IR�S N�' 1N�FPQdpE11f pEIEpMINqT10N BY A OUPLFlEO 6E9FGN PROFES41pNAL OF ���
7HE qCCURRCy AfiID BI11TA91U1Y � N1Y MTA, 6ESI6N, 4EI'NL OR 111FOHMMTION TO THE
APPLICATI�NANbCON01T[ONSFP1LUiiETOCah1PLYMAYRE$IILTIN{KtOF�Kfi1YCAMpGEpA 5TA 49+50 TO 54+Q0
PER801+U+L INJIIRY FOIi WHICH C�RRPRO SFV4LL FNVE NO LL4BRITY. ELECTfiONIG �
iR�W5MI5gVON MqV RESULTIN EWi0R5 FORIAM19CH CORRPROAS5UMk5 NO I.WBdIiY.
O
�
Irl
�
�
rsJ
�
�
�U
4�-�
��
��
GRAPHIC 9CALE
�a o �0 so �o
�� ���I��•
5frongar. SaTer. Inirastructure:
BY
V441NO N0.
u�a-a2���sa�c-o�z
�LI �.��f �
3 BY
, , , F. Moren�
Ef] 6Y
C, Lehmani
' �RAN71N� Pl�.
4iEV.
1I2" = 20'
No. �
12 oF 28
�
Z
0
�
�
a
�
z
�
�
O
2
O
d
�
�
�
�
�'
{/y
U
�
�� � �
4 �I'
� �' �
����
� d " ��
I'" �
�8�993Sa.��B9�HB RI5 c:hPj ' i "i� ��;
£ 4277BeB.40 �--� _ + � � �
. I �' I�I � �
�',
'� G�-7 3 BC� NAI
ti - �, ���� �
- �rs�o�n.�w�
. 0'rdT � F
,I
�
I
I
�
�
�i 1'F'��%F'�S Mf+k �'.`i�Y_ .
�_.�.d9AI 8'��!r��fAP m._-=
_ sc - vsr�ue��ri _
F . �����
� "
� 5t�j .}y+_kl 1i ;1'
�r-#r's�r� �a� � r
r�u�r„r �,um��P +�
� �liemy �+� �, � I S7x 6Fi6ur7 � ;+I� s �.}:,..0
� F 1J��YVIf r f�.rcr.M�g
A � N}A�Y1J��+��
4 '� L'I �'' � � i3JlltlifA
X� � T � �fS►op --�' - , . � .
. - - �� -_ = T _ -�. -� � -�'-� - -• �; - - .T � _ , - � -= �.- T � -' - '
� .. [f�- .- - � -���� 'I - �- - - � - _.,11=�,=s�,:w,�arr�*wA - -�
:. _ .. ._� �„•� i _ _ _ _ � _ _ � -- - -
'^TS (STA 54+9Q.7B)
i - -- T- I- I �:)pEVNECT TO FOR£IGN LINE:
�. �ti I �XISTING 98" TRWD WL, IN 712".�.
i ,��TFF[ rnc�n�� .
�y+ 4 ��I I' I
ti� n �� � � � �1
M � 11
' ti ,
X y� � .
— — � _ 4. � — �
'-ktL"il'
]�'ri5 4Y`r.r.� }i
-- '1't • � � - - � � � -
__—��._ , � _ _�� .��_-����.��� -�.�� - � - -- -
t ��� ,� �-- - ._�
- - - - - - - - - - - - - - - � � - - - - - , Y+i LV�i T�",..�+l��€4k?n'd� � - - - - - - - - - - - - - - - - - - - - - - - - -- - -
" - - ~ - - - LL - -- - - � + ;.�' - - - - - - � � r .. _ • - - -- - . - - - -- - - - y� ��Y�k,u, wix.i:�n� u.c� - - - - - - - - - - - - -
�i 'e�' �� ' '
r+� L�k4� II�� � ' F ' . _
k� ' + l� � '' ' ; , "- ' � -
�! '� � + �*' -+.'' �� �L' *�'s
. ,�� _ * _�L., .
y�i� .. _ - ' . .. ., . , .,+� - ��'� ` -1 : j�•.�F - . �
i � � 7Rr RqNCFF+ lL{. 7�oe Ifmilnd YIn611i1y oompany ' -��� ,. -'
� i C.G�p21n2r675B � _ ' r .
' r� 4-ti. . y �� ��� "=,�FF { '
. . - � � . �' � _ • . _ - . �
�.,. �,.
��r �� �f � �.� � �� �� I_ ������ � ���' ���
�I I
CATHOpIC PROT�CTION SYSTEM LEGENP
��� (CTS) CASING 7ES7 5TA7101+V �` I
SHT 25
��
� (FT5} FQREIGN LINE TEST &TATION 1
Si-1T 24
�� [1T5J IN5ULATING FLANGE TEST STATION S^HT 251
(A7S� ANDDE TEST 5TA710N {6UCTILE IRON PIPE OPTION) l�z
SHT23
`�
�{pT5) POTEN"ffAL TEST STATIDN {C303 PIPE OPTION) �
S71T 24
�,� ��
AIR-CpQLEO RECTIFIER (C303 p3P� DPTIQN) �` 1
5HT 22
�i
OEEP ANO�E GROUN�BED (C303 PIPE OPTION) 7'--i
SHT 2Z
�/
NQiE: FOREIGN LINE TEST SiATIONS U7ILIZED ONLY
FDR METALLIC F'IPE CROS31lVG5. HDPE 8 PVC PIPH
CROSSINGS DO NOT F2�QUiRE A FOREfGN LIN�
'iEST 57ATIDN.
znaz.aa.os
.. _ , _ _ 15SUE� �Oit }2EVI�W
REVISION OF.BCRIPTION
2022. Q4.07
B ALE F: TyI6llOCi1MEh7 OOES NOT REFLECT ACTl1AL 8RE OA 6U9811RFACE CEIEN"C
GPN�ITI�NS AIJ� BHAl.1. NOT 6E REIIE.P �1paN �R THE LaCATIdM pF ANY �YILITIE9,
CURi2ENT3. HFlZqq05 OR Ol"MER CAMOITION9 WHERf 7h1E WORK kg io B�
AERFORMF�• �NbERQR011NO STRUGFURES AN6 1!llCfflE3 MAY BE pRESENT WHIGH
p{�� �.pp'( paCUMENTEtl OR L�AT�P. TFU9 OQCi1�lEN'I' IB FLlµili6R &LIgJEG7 Tp AlL
SpFETY No7E9 SEi FORTIiHEHEl13,
�THI5170GUMEIy7�pqE1JMINARY,Pq�AREpiORAI.IMITEUAUW�OSE,INflECNNCE ���
k1P�M1i INFQ�471�N PROUI�E� 6Y �THQi3, AN� INfEN�EO FIXt SPECIFIC PPPLICATION
UNOER C�FA]N CAS�MfIOir�. TH5 ROCUMEHi� ANA ANY OESIGNS OR DE3A1L& AAE 7HE
PR�PERM �F CpRRpRp CpMPAN�EB, ING. AN� 9HELC NO3 B� CAPIEq R�F'fiOdUCFA,
TRAN6MIFf�� M70PIFlE0, pEllE011PON OR I15E� FORNJ'! PllRPOSE Wll}IIXIT7HE fR10R
�ss w�fr� a�h+�seiota af coru�eaa r.a�rav�a paEs Nor w�wwr me
ALCllRACYDF INFpRµq7�pd pEPICTE�AItl0A59S1ME9N0 W166.1iY WRAN'lUNAU1710R67E{I
cOPY, RFPR�DUC11qN� TIN�N6AlIF7N. M�iFICAYR7IV. NkLIMIGE OR USE NEREOF. ANV VSE
AE�I1�1iFS AN 1HpEPE1J0Ehi'f [l�7ERMWATION HY A qIIF�LIFIED flESIGN PROFESSIqMpL C1p
hIE RCC1I�CY M7p 9lftfl481LIf1' OF ANY ORTA. �E916N, �ETAIL OA WFORMASION TO 1HE
PPFLIG4TlONhNDODIVqTpNS.FPJLUNE TC1COhIPLYMAY FdF3UL71N Pl'1pP�n7Y qV�MAp60R
yERgql7pL INJIIRy FOR WHh�I CIXiRPRO SHF[L HAVE NO LUS9ILITY. ELECTROHIC
TRn.N5MI55ItlM MAV FtCSULT W ERRORS FtlFe WHIGH CORIiPROA55UMESNOLIR91LIfY�
'�5 ��' - � � - - .
-�- —--�--"--F � —
T'�AGUE I�ALL & P�RKWS
wEs-rsioE w za-iNc�t
WAT�R TfiANSMISSION MAIN
TES7 STA710N INSTALL�ITION
PLAN
STA 54t00 70 59�+00
�
'�"'
�1
i !�
i�
�
�,
z
��
�
�
�
n
GRAPHIC SCAL�
so o to sa to
�� ��Vl��•
Stronqer. 5afer. lefrasl cuctu re:
ORAFT �ATE C
(YYYV.MM.00� 7{j7j �{�[]'J
EJ30-B211384�C-013
C�7�.��1 fQ.
e
�� .�i �F Za �
�
Z
0
y
�
�
�
�
Q
�
O
Z
D
7
4
C)
� +
� ''�� + ��t�T _ - � � L � � �
� . . .�� � �.� _ •+ '- _ �
��
.�
�� . ._ . Y�+ � i }
�-�� ,w� - f ) � � �
t.
p'��'�•�v'w+f'�" � •- � c7
� � -^-'� �`�
� fl�._T4-liiii" �R�d4�NIX£"�7 � P
� k. _ -
a � ¢
i� �I+ -i.,}1 ' "' _' rl' .. . .. ��:,rX1 t,i�;,y Xj �
� � - ����F� - • -- - - - "- -� - - - - - - -+w -- . - - � � -� �' - -- - �- � - �- _---- -r_ � � - -� � - -- - J
- - . . ----' �- � ,.7_��� � - -- �_.7[��- X'-µ � � S�' �� � - -• -i-� ' -..��tr� .. _. � c �- - -_ +�J7���+,+F- �.��w -
� _ . � � ..��:� _ � a r _ . .,. � .. ., _ _ _ � s � _ _ - _ _ �'�:.5�'14�f��i�dl���hl4�]_ - _ � � _ _ - _ _ � � _ _ �. _ -. _ _ _ � " ' _ r � _ _ _ - _ . - � _ � _ ' _ _ _ _ _ _' .. . .. . ' " - �
� _ ' _ _ '_ _ _ _ _ _ _ " _ _ _ - - - - ' _ ' _ _ � _ _ " _ - _ � . . _ _ - _ ' _ _- � • - }l.y"kHfJf IuAy�'�Jr'.�K+Fp � � _ � _ . � r �
- � - - - - - �- - � - - - - - - - - �- - - � - - -- - � - -� - �- - - - -- - - - - � � r � , � v � - - - - - _ - � ... _ 3`a F�drt4� I�4+r��cvx�,-oa� - - - � w - � - - - - - .. _. .. _ . _ . - - - - - - - - - - - - -
. 1•
T-��� r ����i� I��'rt_�r* � � ' � ' ' � .r.+'�+,' �#� '+ +� �� . � �+ +��-. # � • ,. F�t_ ' 4 ' _ � , " + ' ' �1 -� #� + - f � + #i'} � � k� � . ' �"
' ' . � � ; � * ' ± . # . • . . ' f ' ti \ + • + � + � - ' � • ''� � `� � F ^+ � + +4 � � # } , - - ' - A .
f �
' ' ' . ' ' - " "+'� +�- � � . Y r � �� • + " ,' �� ' • ; 'Y � ' .
. . �
_ . � I � � � . �, # #
' . ' 1 oftY RANCH LLC. a T e nmliee Iloytllt cam on ' ' � � " . ' ' ' ` ' �
- 'I'- - GC./�27721D159 Y P Y �. � � } . ' ' - . � t ' ' � � � " , 'a s r ' . � �`
� { , I �. * , * r . � , ..� _ "� �' , f'. i . � -
�4 t �- 1' � F, f : }. �,���. �"" � � , +' . ; • ,�','l �I i
�� •- t ,_ . . ' . . � ' � ' . *. �a ��.�._����T _ _ � -�.{��-.+ �i�.rt�, �- � � - - r �l� ' - �
����o ���� ����� ��� �
(�� �� ��T�IL�)
CATHOfJIC PRO7�Cl'IOiV SYSTEM LEGEN�
� � i (CTSJ CRSING TEST STATION ��
-- `i
� (FTS) FOR�IGNF LINE TEST S7ATION 1
5HT 24
1�
pT5) INSULA7iNG FLANGE TEST STATION 1
SNT 25
�(A75) ANbaE TEST STATION ([JUCTILE IRON PIPE OPTION) �-Z
SiiT 23
% ���
�(PTS} PQTENTIAL TEST STATION (C303 Plf'E OpTION) F-=�
SIiT 24
�..i
AIR-GOOLE� R�CTIFIER (C363 PIPE OPTIOtV) Z
SHT 22
��
� , DEEP ANQ46 GROUN�9ED (C393 plpE OP71bN) 1
sHr zz
..._.
NDT�: FQR£ICyN LINE TEST STA71dN5 UTILIZEp ONLY
FdR MEiALLIC PIPE CRtlSSINGS. HDPE & pVC PIPE
CROSSINGS �0 NOT REQilIRE A FQREIGM LIN�
"f�ST STATION.
" �P�� �� •T�-�
•,
� . -4
. . � .. .�..�R .�.�„
: .. .5 .g3.
�
�� °�F F��sTE���'�
���� S��IVA� E��4
�
�
zazz.oa.o7
2D22,04.06
„ ,,, „_ 15S11EQ FOR REVIEW
NEVI�IoN PE9LRiPT10N
.8i'Y T: THIS c]aCVMENT C1oES N�T REFLECT ACTUqL 511'E dR 8t18S�RFACE CLIEN7
GON�FT[ONS�pND SHALL NO7 6E RELIEf7 L7pDN Faft 7HE L�CATION OF AMY UTILITI�S,
cupaeiars, rwzpRos oR ontEa callomoius wHea� �� woRK is To e�
PEIiFORME6� WN�E0.GI14UNp SlRUCT1iRE5 qN0 LITILITIE6 MAY &E PRES�IVr SNHfCH
RRE NOT �CLIMEMEO 03i LOCATEO. THI3 QOCl1MENT Is Fl1iLTHER Si1BJECT TO ALL
6AFE1Y NO'�8 6ET FoRTH HEREIN.
NOl[CE: TH�-�CUMENT IS PREIIMINPRV. PFiEPAPFA FOR A LIMITEO PURP0.5E, IN HELWNCE
UPON WF�MW1iCiN PR4Vt0EO BY OhIFRB, ANO INFENOEq FOR SpECIF1C AppLIG4ilON Z1TiE
LNDER CF1=TAIN OON61fIDLlS. 7M1� �C�MI�NT� ANO AN1' aESIGd45 OR �ETA1L5� ANE 17�
P.�iOPFf{IY OF C�PAFRO COMPAt�IiE$ INC. AN� SMW.L N�7Y Bc f,OPIE�� REPROaJCED,
,
TR4N�1ffTEfl� MO�fFIEp, RELIED UPON OA USEU FOR AfJY PIIHPO6E YVIY'Fidl1T 7HE pRIpR
�ur�ss wam� �issioia aF wRr�ao, ca�rno ooEs uar wna�wT nae
aecunr,cr a� wFa�nwTrorF oertcrEoano nsaux�s �ouHeiurr r�rwr uwr.urworuz�o
EUPY. REPRDa1CT3pN, TRArygM�7'TAL, M�IFICA'flpN. RELW�'LE OR USE HFREOF.ANY UB�
RE4IJIPE3 N1 IN9EPENOEM �EiETtMINATICiIV �BY A P�1JLL�F�IEp �EStGN pR0FE8$If�NAL OF
�
TH2 ACP.URACY kIJO sU17pBILITY OF �WY G4TA, pESIGN, OErFJL OR IHFDAA44TtpN YU TNE
/S�I'LICATPDN M'� C9NORIONS. FNLURETO COMPLY MAY FES�LT IN PROPERN WUl4GE OR
PERS�N.4� INJURV F'OR WHipi C.OFRPRtl SHAEL F1AVE NO 4�4BIE.ITY. ELECTRONfC
7ftldlgMIF510N RW7 RE5ilL71N F..NIi6R3 FpR WHICH (.'�RRPROA33llMES NO LWBILIIY,
TEAGUE NALL & PERKII�S
WESTSIDE III 24-INCH
WATER TRANSMISSIOiV MAiN
7�ST STATION INSiALLATION
PLAN
STA 59+OD TO 64+00
0
GRAPHiC SCALE
a4 tl 10 40 40
�� 14���0�� ,���r��rcr
5trortgor. 5afet. lnhaSFrutiure:
oesictaEo
U30-�32'� 1384-C-Q 14
REV.
�i2�� = za�
14 aF 28 �
�
Z
0
�
�
�
�
z
a
�
�
�
0
z
0
�
�
0
V
Y[`
��
�
. �
r-�
�.
-' "�1
s)n nefr�, �_i�_
: � r' ,5 n+ �Sr,(+r-G+� �i7�Y
+YR �P,+N'. ,�1 [r dd-Ph'�d
r-u�k,�r, xux,�Yrr r+�1
. . . , ri��9f. �..7
. . { y _�� iR
+rrs'S�K ir�7s -
lRYIP�24�^�• �_l i� � ��ax� � +�
� ,� '�
. , - �. x'=� ��� f-
1
��I /�I Ih.[77 � �Ij�+(f} � A� � { *}I �
. .t';1" '__ -� __'_ —.���T"—��. ��_--' _ ' � � '_��F' .1 _f.Y
+�� �'—." T � ` r- ,} _ �
' ' t ' ' ' - '-" — — — -- •+a ^ � � -- -• -- - � r.�. � � ��1- — — — - ' '-�k� � � — - -�-i .. -�. # '�
-- - —�_ % �' -- - -Y�����..++�� : �������'= �i��� --- — r,�n�' .�-� .=-s-� '�r -����•'.;,_-- _- -- - �= t � -- - F�:-:,�.�r���.�y,f�.w� �y �- �
#� - �'_ ,
'' i y...'i t ' . � it 4 r. �
�f' -.- -�F_ _ " `f -" - - = � . � � ��' .�t .-�ani
` �Y i �r y.K ��
Y.� ..�_ Ty �r��� �+4 + 'i
' � . Y ~_ —_ 1 = ~ _ _ ���'?� "����� �s ��,
' � � - �
' _' _ _ - _ - _ - � _ �' ' I" ' ' _ _ _ ,r _ " _ ' � v � _ � r ; _ - - .� a . - _ - _ _ � w - � - r `r4';t�Q��:��r� �:�h�k . _ _ - - _ - a . ." _ _ '_ _ z � � � � � - . ' " � .. -- r � � � � - �
' _ _ _ � _ . ' � � _ _ _ _ - J L ILL�ik 4SliJLSti'frthol. _ - - _ _ _ � _ . _ ' ' " _ - - r . �
� � - � - - '-� - - - � - - � - - -; - - - - - i - - - � G��ie4�nc�e. �:,�,:�ai�41rI Y - � - - ' - - - - - _ - - - - - - ^ - �' - - - - - - - - - - � - - - - - - - -
5
. . � _ � ' i � � - � , { ' :r.. �" � � �4 � �rt• y.. . • _ . LL # r � ' r . � �?A�-'}� � #��' � 1'I � � . , ' ' � ' ' � . ry F
' ' +� } �'
� ��.- -s . . . • y.�, � ,.�. � � ;- '�'� y _ _ . ' '_ t . . . ■
� 5 � � r ':a f" '� _ �'"' ' � -��� - l••� - ,*
P , . n.� � ' _ . , 1'4�. i ' . _ , . � ` t. `n�r. -w' � ^{+if.+s'!T�'' " � . 1 i _�! � '��►.��`.' •�+ �.���
. Y 5 � � . •������' �j . . . . _ . . . .. - � . . .�'� ._ - .
Q
rl`fi �� �� .
•i♦
QiiY li/WCN LLC, n Texoa Ilmilao Ilo6flily campany
,�,+ . � . • I C.G�r�7216�59 I .
F. . M1 + � . . � "
��� �o ��9� ����� ��� �
��� CP �EiAI L�}
CATHODiC PRO7�.C710N SYSTEM LEGENO
�$i (CT9) CASING TESi STATIDN z
_. SHT 25
- ��
� {FrS) FOREIGN LINE TEST STAT�OIV 1
_ SHT 24
(ITS) IiJSULATiNG FLANGE 7EST STAT�ON �
5NT 25
�ATS) ANOOE T�ST STATION {pUCTILf IRQN P PI E OPTIOM) 1-Z
' SHT 23
�(PTS) AOT�NTIAL T�ST STATIQN {G303 pIPE DPTION) �` iv
�z4
�
. AIR-COOi�tl RECTIFIER (C303 PIPE OPTION) z
SHT 22
DEEp ANOpE GRQtJN�BE� (C303 pIPE OPTIDN} j...-r'....�
sHr zz
v
IVOTE: FOR�IGI�i LINE TES� STATIONS UTILIZ@D ONLY
FOR METAWC PIpE CROSSiNGS. HOPE & PVC PfP�
CF[OSSINGS DO NOT REQLIIRE A FDREIGN LIN�
TEST STATIDId.
zozz.aa.os
ISSUED FOR REVIEW
REYISIDN OE3CRIPFION
LT.yq �Z e�LL t2JdL]I
N B4� 1
e rme�a�
i' �
, �� oF. ��
�P��, .. TFq��
� s�
. '�
l� . �� •
. :. .5 .�3.
� .'� W I
����FSE��sT�R�����
������NAL EN�'
2022.04. D7
3
� FETY A kRY• THIB �CUM�hII' ��° NO'f REFLEC7AC7'I]AI, sI7E oR SUBgURFACE alEN7
CON�ITfON9.AN[I SHRLL N4T BE RELIFD UPON FOR 7HE LOCATION OF WJY f171L11iES,
Cl1RREli�, ��7AR03 aR 07HEA Gt]NOITloldg riNERE THE Y�4RI( I& TO 9E
PERFORME6. 11NpERQROVNO STRUCTIIRE9 ANO IlfILITIEB-MA� 8E PREB�KfI' WH;CH
JSRE iYQY pOCIIMF,NYEO OR [ACATEO. FHI9 OOCUMENf FS F1IRTHER SII6JECT N ALL
6AFETY N47� S� FORTH N�REIN,
NOhCE:7HI51)OCUMENTI&PAEWMINAHY,PREPARmF0AAL1MfIE0PURPOSE,NRELWACE ¶TLE
I1P�qF1 INFQFIMWiION Pf(OVlp�p BY O�fH��9, pNd FIYIENoEq FOR SPECIFIC �APPL[ChTION
UNo�a �raN coaiomows. ni�s oocun�rn; ardo etur oestc�+s aa o�rans, aRe n3�
�MiOPERIV 0� CORRPRO COA�ANIES, B7G. AN� SFW}.L NOT BE OOpIEO, REPRWUCE�,
mqNSMm�, Maawen, r�ukro urw�r oa usFo portaav w�case w�niour n�� �soa
qwnFss irmmsr� �n+�ss�oa oF coruirrta, coarsr�o ooes hwr waRwart �e
ACCa�FIaCYOF INFORM4i1pN DEPIG�EIkAIVtlA5uM1M�SN0 L[n9ILf�Y FORMM IINAUiHOuvcn
LQPY, REPH�IICYION, TFt+�N5MIfTA1, M0�]FlCATlQN, RfllNd7CE OR 115E HEAEpF. ANY ti9E
1iEQUIRFS Nd IN�EPEt�NT �EIERMINRI7�N BY A Al1ALG IEfI �ESIGN PROFESS[aNAL QF
TFIE AGWFNCY hN� SUITISBILYIY OF ANY Q4TA, O�SIGN, OEfAIL Op WFqF1MA7lpli TO THE
N+pLICJ4TIQM A146CpNp�TpNS, FMUAE TO GOMPLY MAY RESULT IN PAOPQiiY �AJYWGE TiR
PERSONN. 113��iRY FOR WfIiG11 CAHIiPRq 4yiAR.L HpVE NO LNBILRY. EEECTRONIC
YRqrySMI$SIpN RL4Y RESl1LT MI EAEd0i8 FOP2 WHIGHCORRPROh55VME9 NO LIpBILI}Y,
TEAGUE I�Af.I� & P�RKINS
WESTSIDE III 2�-INCH
WATER 7i�ANSMISSION MAiN
T�ST STATION INSTAf�LATION
PiAN
s�A sa+oa Ta s9�oo
GitAPHIC SCALE
xo o �o ap ao
�e� eQ������ ���-r-�r�}
Stronget. Sa4sr. InlrastruMure:
a� �� ortawr� er
�rrrv.MMoo] 3f179 1!1 f1� �
NO.
WECT N�- SCALE REV.
34fl304707 1I2" = 20'
�441NG NO. 9HEET NO. �
U30-B211384-C-015 �s oF 2s
�
z
0
�
�
J
Q
�Z
Q
�
�
�'^
P
Z
O
J
k❑
¢
U
kf
��
. _ _ �
� : a
,"
_� - - - _ - _ _ �
��
�^�� �.y,',
- 1. --
F• �
I �N�JlL�YE�G�E � �1
� ` �"' ------ T
Fi'
I`*
; � �
� �S� ' . ..��� _ _rR�' ' ' ' ' _ ' � �'lY1 _' ' _ '_ __ ' i�.,i'�� . ' _ _ ". ' - ' ' _ � 1..: !i
��
�. . -� � 7 � ,��`� � � r��- -- -� �
� ��+f4�► -.�r��- � � — '} �'—�.— - —,-. _ � �;.s.-=-_- —x.— — — .. �,I,�ri � �- — T ��.�.w+�n �'��r ii,T ,�-i�Fz .r - _ ��- -�—� -- -- _
� ' --- � ��� f�`S ' . I ' �
� {R� AI�F 1qE1�t16'�ill. � � �
i
�"
r�.l[F R�, �a�s7 "ti
f[ _ - . - .. .' � _ - _ -i'O f[![I�r�y�jlewf7l RWI�IIYt � - - _ _ ' ' +�� ' � - ^ . _ _ ' _ _ I, _ _ ' ' �� � �
� _ _ _ _ - - _ _ _ _ _ _ ' _ _ _ - " " _ . _ - - J7J'fIN(lh" +�k�h}11M1 C{+F4y5�' J Y _ . - � v � .. � � _ " _ - + + _ ,. � - ��- _ ' � _ ` _ ` - _ _ _ _ _ Y _ - -- _ - _ - _ _ _ _ -�_ _
- � - - -a- - - - - - - � - � - - - - - - - - - - - - - -r�'. �iimnfc� +iAII�iCl�41 14;[�' - - ' - - - - - - - � . � .. � - - - - ' � - - - Y� „ ti. . � _ r _ _ � � �'S �
. . 5 . ,
,t :}���`*!� +Q�,�� J �"+ - � ' - ' • . . ` ' � � ' �i
. � t .-'+� . - r.� �� � i . �?,. � ' �} ' �y`,i _ . � � � _ � � t ' � � _ � �
�,,� •� • ` ' � - `�-• �'a���; , i f ;
' -` ' '-'�,.. - � i� ` ..>� � ' .i 3r � � �'� 4�{� � -4� = ., � � I
:���. ., . , � ' , *+ � * � ; ' y y 1` . ,
, y � � ,� 4{ "*: �„ }r � � aRY RANL'n LLC, o Texae imdptl OnbiNly wmpony
J � _,� - C.F�217 21 01 3 9 I '
� - ` �' �r � - a_T.r..r
- � � � �� "� '�.:.� �.' �i �" � �1`�`'� i'v'�'w� ' - ' � � i
�� �� � �ti . �: ''{� '+'�+#- .
. _ �' • ' �` _ � ' • � �
i � � • •� �
,- ': '- -'�y -~-. '*��y���1�y-
. _ yl' ����•f ` {+' ' � �+,�1�' x','
.,� _ — ir 3� t ..
��� �� ���' ����� ��� �
��� �� ��������
CATHODIC PRO7ECTIQN 5YSTEM LEGEN�
i a l (CTSj CASING TEST STAT�ON z
SHT 25
_ ��
- {FTS) FOREfGIV LINE TEST STATION �
SHT 24
`�
(ITSj ENSULATING FLANGE TEST STATION 1
SHT 25
jATSJ ANDU� TE�T STATIOIV (DUCTILE IRON P Pi E OPTION) �-Z
SkT 23
�{PTS) pOTENTIAL T�ST STATIQN {C903 PIP� OPTiON) �_J
�
� AIR-COOLED REGT�FIER (C303 P1PE OPTIONj Z
SHT 22
DE�P ANO�E GROi1NQBED (C3Q3 pIPE OPTION) J;
_ �
.�
I+EOT�: FOREIGN LINE TEST STATIONS UTILIZE� ONLY
F'OR METALLIG Plp� CROSS�NGS, HDPE & PVC PIPE
CROSSINGS DO NOT REQUIRE A FOREIGN I.1NE
TEST STATIQN.
��.oF ,r
�. . . �d �
A . �CFt . ..
. + ... . 5 .93. ........
O : � ��
����FSF�!s�E��: G���,,�
��� S��NAL E��.�
2022.Q4.Q7
2022.04.08
.. _ . _ _ ISSUED FDR REVIEW
REVI31OtJ �ESCR{PTION
BpFETY ALERi: TFi13 tloCUMENf DPES NPT REFLEC7 ACTUAL 6if£ OR-6l16SlIRFACE ��EM
CONORIOkS N'!D� SHALL N6T BE RELIEO UpON FOFt 71iE loCp,TIoN pF AN'( L!7'iIJTIEB,
cURREMs, HAZqNpS DR OTHER CONOTIIOMB NIHERE TIiE VYOfiK !3 7o BE
PERFORMEU. UN6ER6Rdl}Np 6TR�GTllq�B ANO uiILfTEE6 MAV BE PpEBEIQi WHIGH
ARE NOT Ol7CVMENfE6 OR LOGATE0. THI6 ��OCl1MfWT B FURTHFJ2 $i1BlEGT To AtL
9AFk`i`f NOTEB SET FORTH HEREIN.
N0T1cE: TNIS�tlCIM7ENTI5pR�LVMINAHI',PAFPARE4FORpLIMFiEflpldfif'OS6,INflElWN6E
I1pC1M MFORMATIDN pRpylpEp 6Y OTFIERS, AFH1 INIEHIIm FOIi SPECIFIC�APPLNJ1TIqy T�TL�
I1R�Efi CEATNN CONOIf10N8. 7h1� WCUMFhIF, PMd ANV 13E91GM5 tlft �3A1L3, AAE 7NE
PAOPFRTY � CbRRPRD COINPAIkIES, 1NC. ANO BFIALL NOT BE COPIE0. F1FNIlW�CFll�
TPANSMff11EQ� M000FIE0, RELI W UPON OR VSEp FPR ANY WiPP08E Wflli0llT 1HE YRIOR
E7WRE53 VJRF1TkN PQilAI5910N OF CIXiRPR6. OOPoiPRO �6ES N0� W.4s�iWNT 7HE
AGCl1R4C.Y OFlNFOF2Mq710N 17EFICfE�ANU A55k1MES I�LWBILIIY FOftANY UNAUTViORIZED
G�PY, R�Pi�1C710N, TRqN.9RSIT7hF., MOOIFICATIpN, REI.UWG� tlA U5E NEREOF. WJY U8E
NCQUIRES M1N lNtlEpEN�EA? OEfFNMIkAT1QN BY A �LALIFIm OF9IGAI PR0.iE331011qt, pF
1FiE A6CURACY AFIO SURABILf7Y OF` NYY pkTh �SIGN, PETp]L OR NJFOPhlM1T10N T6 hlf
APPLIG710NNdp CON017[ON3, F/JLURE7UfAMPLY M4Y REBULTINPf�pFRTY�fL�MAGEOR
PEf�'iptJAL INJI{RY FpR WHILH CORRPHO SHALL NAVYs NO LV�HII.IIY. EIECTRONIC
iRANSA713SI0N FMY RESIILTIN FFdtOR& F(3R WHICH COpMAt7A59lIi�iFS NpLV4BIL{TY,
� � r�i� '�
7�AGUE NAtL & PERKINS
WESTSIDE III 24-iNCH
WATERiRANSMISSION MAfIV
7EST STATIOEV IIVSTALLA710N
PLAN
STA 69-�00 TO 7A+00
u
GRAPHIC SCALE
40 0 10 20 40
�a �+�!'���la• Ct���1]F'f7�
Stranger. Safer. Enftastr¢cture �
fE OR4V4N BY
o�y 2021.10.Q2 , F.
�Y TCHECRED9Y
NO.
U30-B211384-G016
REV.
��2�� � 2��
16 oF ZS �
,qn�+ g1 (80� IWJu
I N 8936i4J,29
F 2'173498.69�
N
X
O
�5
GJ
tY
J
�
�
�
iyll
4
�
F
O
z
P
4
w
J
Wo
Q
U
SFiI JSfa�} k'+�' . � 6'�'�� i �
t-�' [+.�4u�� �.a4 A1e Y.� IY # �,��,�,'�"��,', .
tr,a a�uY aa �t �u,qr,� .
�-SJ' l,�7 f� VliS�€ �Y F'N.# R � _�;' I�%I' ,.
�-9�++w y.e�R P4'!' PTS fSTA 7S�r4U1
� x �au�,�� �.� �
! }Lmwr �r
��._.!}�[� _ 5. � ' Y-�'ei ''�++.!" .'_i-:s'
� ' —' -_-- - ' �� _ _ _ _ ' v _' ' ' ' . -
�� �.�� a� T — �Jf � — -s �i{—�= =�1T• -'� � � - z r�'�!',-..� j��," � r �� — — �� f .� �r-..�'��--• � 1._ _ ��. _ I ^
� ATS (STA 75*d0; �. . � � .
. , rdi�' - {:
- - - - - - - . .�_� - - � �- - - -�- - - - - - - - - -� - - - - - •- -�'��trrnGr.l�'4f �+��i. _, � - _ � , , E
rri (r���ir. r_ m{rr�S'xTi�hfl . _ _ � - - - - - ` - - - - _ � - - - ' - } ' � - - - '- -
Ma. U.:' � - - - - _ ; _ _ - _ - _ - - _ - - - - ' : _ ' - - _ - _ _ - . � - - - - - - - - -' � -'- '- - � � � - - - '- - -
. ..�' _ . �� �" �- - - - -
� + � . .
CATHOb�C PROT�C71pN 5Y5TEM LEGEND
�"i (CT5)CASINGTESTSTATIOM �—_�
$H"f 25
��
(FTS) FOREiGN LINE TEST 5TAT[ON 1
, SH7 24
(ITS) INSUI.ATINC� FLANC7E TESF S7ATION I " I
5FiT 25
(AT3} AN�DE TEST STATION (PUCTILE IRON P1PE OPTIDIV) 1��
srrr za
�{PTS) POTENTIA4 TEST STATI�N {C303 PIPE OPTIQIti!) �1J
v
AIR COOLED RECTIFIER (C303 PIPE OFTION) z
S1-fr 22
��
17EEP ANO�E GR4UN�BEO (C303 PIPE OPTIONj 1
, ss�r zz
�
N4TE: FOREiGN LEiSFE TE5T STATIONS L1TILiZE� ONLY
FOR P1fETALLIC R[PE CROSSINGS.IIDPE & PVC PIPE
CROSSING3 p0 NOT REQUIRE A FOREIGN LINE
TEST STATION.
pR+ ��hNCN L�C, a TaKaa tlmital Lohmty compan�
C.E,�2f7210159
I1R T.CT_
����� ���y ����� ����
. � �E 0 F j-������
� •.; i',qs �
.�
A . •KR � .�
... •��� •��� ���... •��.•...
5 93
O'•� i
.� ,�/�
t� °�`''AF��SiE�?� .• ��:
�� ,�S��NAL E��.�
zaz�.oa.o7
zoa2.aa.oa
,. �, .,.. issueo FOR REvi�w
i��VISIPN �ESCRIpFIpN
BApE7Y ALELTL TH15 �bGUMENC �OEa N�T pEFLECTACSUAL 93TE OR BUB8l1AFACE �LIENT
GON�IfjONB AND 3HALL NOT BE FtEl1E0 UPON FOR Tr1E IpCpTfON OF plQl' tR11J71E4,
CURNENTS. NA7ARA6 OR OTHER CON�ff1UNS WNERE TtIE WORK IS 7tl 9E
PERFaRM�3_ 4N�ER�RtlLNp 81RUCYuRE& hNp IlrII.ITIES MAY BE PREBEM 4Ni[CH
ARf NOT OOCIJh1ENTEO OR WCATEO. THl3 9�CIJMENT 18 FURYHER 9UB3ECT Yo ALL
BAFEiy NOTES SET FOfiTHHEREIN.
O�jF119WCUMENTI$PREl1MM1PAY.PREPqAE�FORALIMREpp�RP.p$E,R�1RklWy'GE �yTLE
uPok i�aru+wnoN rrtowoEo ev on�rts, �uvo �nrrENoeo Foa sa�cu�c aPaucnTivN
UN�E£i CfRFAIN CONOjilON6,'7HIS WC'a1MENT, pND ANY p�9SGN$ OR dETPd�.S. AIiE SHE
PROPERTY ��laMRO WMPAME5, FNG. AN� SHP1.L NOT 6E CAPIFD, HEPROpIICE�,
TfL4NSA7R���� N�WiFIEp RELIEO UPON tlR ��0 F�Ft ANY pURpOSE WifH011T 7HE PAIOR
�waEss wi2irr�w r�uaissiau oF cowwao. ooaRaRo oo�s wor waaiurati' 'n�
ACCURACY dF INFOBA�k,T(pN UEPICT£U ANf)ASSUMEB M1'O W491L[IY FORANY I1NAl1[HOPoZED
GOAY, REPROqUCT10N, TRF3�IgMfrtAL, M461RCATiON. RELUWCE Ok I}SE H�OF� ANY U3E
ReQIIIRES pN W6EP�ElA7 pE[ERMINA710N 8Y A@LNJFiED OESIGIS PI�7FE5330NRL OF
nIE Acc�lFHe41w� Su17'n.9�lm oP rsrr wTA. bESICN� aETA�L aFi INFORhfn7lda ro nle
APH1G47WNAN� [[nNNO{TIOhlS FPILURETU COMPLY M4Y RE9k1FT IIV PROPERN �11MRGE 4R
PFRSONAL INJIIRY FOA WHILH OORRPNC� SHALL HAYE N4 LIA&LRY� EIECTROdVIC
7ANIgM]$31�1 MRY R£gU�71N F..ItRpRS FOR VhiICHCORRPIiq ASSIIMES NO L�A9ILItY,
TEAGU� NALI. & P�RKINS
UhfESTSlDE III 24-INCH
WATERTRANSMISSIOt� MAIN
TESi S7ATION 11�5TA�LATION
PLAN
STA 74+00 TO 79+00
�
O
OJ
n
4
�
�
�
�
�
U
�
�
1
GRAPHIE 5CAl.E
� o to ao �o
�/� ��ld�o�• �i�����1�'
Stranger. Safer. In}rae[ruclure:
�� 2021.10,{�z DRq4NVBY F.
BY CHECKEO 6Y
EJ 30-B211384-C-017
SCAI,.� (iEV.
�iz�� = zo�
sHEET NO, �
17 oF 26
�
z
0
v!
�!
a
�
�
z
�
�
n
z
D
�
�
a
¢
U
�
— ' t ' '�'--
�
qiAPHIC 5CALE
so o ro zo +o
—',����'h+v�F'�" � •,�']
,�. A.
�' _L
�
�
K' _ _ ' f�l���i .Y.'��.. .L'•i?} ��� � ..{
W�
. ' _ _— _ _ _ _' .'__..._ _ _ ' " "_"' " ' ' " ..p . - .' _'_"_,. � �� �
— — �r. ,' ' �xti ' � ' — � �""� _' ' — " '_ _ " �� " '_ —' — — �
� - .' -��t�� ��...�`�i�TM-�--�+++-... ��cr�r- -�;-'���.-.��1E-.�.: `�� ��-�._�7� �_ ..�--��.�+�_.1. �� -"� _�� -__ �
. . , , - �-'
- - - - - - � � - - - - �- - -- - - - - - - -- -. _ .. _ . _ .. - � - -` -- �- �Y. R�M* 7hruv[A (�+ir,w,1 _ _ ,' _. , - � - -� - - ... - - - - - - - � - � - - - ' - - � - - - - - - - - - �- - - - - - - - - � � - �
- - -� - -- . ., - � - - � - - - -. � r . .. � _ � � . -+- - - - - �.�: . r - r ��� - - -•� }'�. - ... �k'�-[itl[7?Y'�.S�iu?'�Pi - ---� -" �� "' _ - �'., -
� �'c I��cr �9ar-c�v�i,►.�,d - -. . � _ ., � _ _ _ - - . - - - , -. - - - �- - - - _ . _ . _ . - -_ •- - �- � - - - . - � _ 4 _. � ±�{' - 4 - - - - - - - -- - � , `� ; = .. �,y�..� '_ =�. - - -
� ' - - �ti _ - - .
li�µ� � . � -� F- -+# ■ �- � . 1 �� _.v . _i7# :�� ��-rt�`=; " • ` +_�-- .', _
�t.� � �i r '- ` ` _ +-��:�. , '.w
•-�' _ _ r , �4��'s#'.. ~. 'r .'��
i.r- �T�r��
�.����_ _ ' - �—•�--- �- — '
61iY RATICH LLG a Te�wti Y�mflua i1v6M�y caMpany� �
� + f � c.c.�xicz�o�se
.. .. . —_ � �`J - �i--. . _ _ —
� � � �■ ���� ��� � � � �� �
(�O �� DI�T'�ILS)
CATHOQIC �ROTECTION SY57EN! LEGENb
f�:I (CTS) GASING 7�ST S7ATION :` 1
Si1T 25
ti�
, - (FTS) fOREIGN LINE T�ST 9TATIQN �
. srtr z4
���
(fTSj INSULATING FLANG� 1"EST 3iATI0N I—=-�--1
SHT �S
(A7S) AND�E TEST STATION (�LICTILE IRON P PI E OPTIONj 1�Z
SHT 23
�(PTS) POTEkTIAL TEST STATION (C30.3 PIP� OPTIQN) ►=��1
S� x�
.�
' AiR-COOLED R�CTiFIEFt {C303 plpE OPTI01+1J :` i
- 5FIT 22
��/�
� OEEP ANdRE GRRUi�lps�p (C3A3 PIP� OPTIDN} ; 1 j
' , SWi 22
`/
NOTE: FOREIGN LINE TEST STATIONS U7ILIZED ONLY
FdR M�7ALLIC PIPE CROSSINGS. HDPE & PVC PIPE
CROSSINGS DO 15tOT RE4UIRE A FOi�EfGN LINE
TEST STATION.
2U22.04.08 ISSUE�D FdR REVIEW
` �P�� �F r���p�
s �9 ��i
A . KR
. :... .5 .g3. ........
\%.'•� 1
�$ o�.�AF��SiE��..•`���
��t�.S��NAL E��
REVISfoN DE9GR{p'nON
2022.04. Q7
F A ER7: THI6 �OCl1MENf �4EB N6T REFLECFACTIIAL SI7E OR &UBS{1RFACE E�E�'�T
CoN01TIoNg ANO ByALL NOT BE RfLIEO UPON FUR THE LOCATIpN OFANY I1TIlJT1ES,
CUHfiENTS, HAZAR�3 OR OTNEH C�HtlI7SON8 WHEqE 7HE 1NaRM I& TO BE
PERFflRME�. �NOERGROl1N6 STRl1CTI1RE8 RN� I171L13YE6 MAY 6E PRESENT WHICH
A{2E Np'f 04Cf1MEM'�p pR LQCA7E�. THI& OaCUfhENf IS FURiMEA SIIBJECT iO ALL
3AFE7Y HQYQS SET FORTH HEREIN,
NOTICE: iH� � WMENT�i9 PREUMNYUiY. PREPAF2�6FORA LIMITEOPUHP6.,E, W RELWIJCe
uaoti iwww�aanaN rRow�o ar orH�s, wuo IMrerao�o for� ap�a�� ti�t�ca�brr m�e
UNdER LFATFJN C(1Np�71(1ry5. 7Hf9 WC�AdENT, AF16 AN1 OES{GNS ()R OETARS, ARE THE
PaoaF.Fxrr aF coartFao c4Mvnfl�Es, �uc. AWo sHN.L Nor es GOP�Eo� REPRooucEo,
iPAN3hllrl��. MO�IFIEO. RELIFD UPL7N OR USE6 FOFS PM' PUfip06E YYITHOLi1 71iE PNIOEi
FJU�RGtiS.g �� PEPIAI3SION OF CORfiPRO. COPAPAO WE$ NOT WfIRRpNT 7FiE
ACCI1Rp,GYOF MFQRMAI�OISpEPlCTE� AN�ASSIAYlES31D LW81LhY FDAPNY VNpUT1�N]WLEp
COPY, REpRO�UCT1pN. TRM1rygMIfITAL, MpppFlG4TI�M1l, RELNNCE OR L1SE FiEREOF. ANY USE
REQUIRES AN 1N�EPEN�IT �IERM�NAILON 9Y p qUALIFIPA pESfGN PROFE55fONJ4L OF
iHE ACCk1ftACY AND 3llRABILIIY @K ANY MTR �SIGN, flEfA1L OR WFORkWTION T.O 71iE
APPI.�Gq-pON AAIb CANpIi1pN5. FMLUP& TO EQhIpk.Y M4Y ftE3ULTMl PROPFAtt OAhNGE IXi
PERSONAL IN.tt]RY FOR WHICH CONRPRO SFWLL HP,VE i�q W�911JM. ELECTRONIC
TAANSMISSION MAY.RE6l1LT IN EWil7R5 fOR WHP�i CdiAPRQA95UMES HO L14HIJ7Y.
�� ���•� . .
r ._ �� F -� .•. }
J .�
��� .• �. *� ��i� .
�i'�'?, ��. �',•,� ��
TEAGUE NALL & PERKINS
WESTSI�E Ill 24-INCH
WAiER 7RANSMISSION MAIN
TEST STATfO� INS`f"A�LpTfON
PLAN
STA 79+00 TO 84+00
�� A��I��' ���r-�rr�
5trongor.5afer In(resSruclurel
ORAWABY
NO.
PRUJECi NO. aCAI„E REV.
3403Q4707 112" = 20'
�AAIMNG NQ sHEET IV�. �
U30-B211384-C-018 �s oF zs
�
x
0
`m
�
�
¢
�
�
�
g
h
O
Z
O
R
W
J
LLa
Q
U
0
�
�
�
�
�I
�
�
c�a
�
a
�
r� r=. ' '�
_ �C`� � .
?�'-f;dFS-B�
���-= r�" -
--�� {•.����.,
r�: �
. , - }
� _
!�4°_.4i-1!C" il'
JF�Y�����,F� lfiMVT� .qp�
�� ������� ����
_ �X F *
\ _' .- _ -
.. {����
. •-'��
��,
�
�
l
. � - ��k�� �
� ��v� , -,�� .,�; . �
4���_ . _ _ _ �.._ .._ � �,
��
. _—, ����' '�{ '�'--- �-_ ^ -� _ _ - - + �r�— = � - -_- ' � ' ' .+�.��� � � - .,�.= i.'niTi.H.�i� ' � � `r« _ -.-� --��� - �
�.:. . �$�--�,�xz- . • � ,. . . — -.��i4-�, :�-y�� �.v. �. -f-
.� � �
- - - - � � - - - � .t�ihK'1�'.n'.+rs.0 oni�,a� - � - -. _ ^ - - - - a- - - -� - - - � _ � _ . . _ _ _ � _ } _ _ � _ _ � - -. _ � .- - - - • - - - - -� - -� - -- �- - � - - - - �
' ' � � . - - - _ �- - - - - ' - - - -�ih'�'$C' e7WN}��Y}�. - .
. . _ _ �� �- -- � � - - - - � - -- - - - - � - � � - . x''a�fi.n�na±'I�u6+ti+bN;'iie[' _ ' � t - ' , -. _ � ' . . - _ - - - - - _ - . . .. � � _
�11.4}41�
R Mrr,�
'��'SA. ..
�R� RANGH LLc., o leKare iimlletl ��ch!Ihy canpany
C.GA27721D159
r5'{f.TC� T
����� ���� ����� ����
(�� �P DET�IL�}
CATHd�IC P1�QTECTION SYSTEM LEGEND
��` fGTS) CASING TEST 5TATION �=1
�.. SHT 25
��
{F'f5) FQ#tEIGN LINE TEST STATION 1
, SYff 24
`�%�
(ITS) ilVSlil,,qTING FL.ANGE FEST STATION 'I ` !
SHT 25
{ATS) ANDd� TEST STATION (OUCTILE IRON PIPE OPTIQN) 1-z
$HT 23
�(PTS) POTENTL4L 7E5T STATION {C303 PiPE aPTION) : ` 7��
SHI"24
�� �i
AIR-COOL�� RECTIFI�R (C3�8 PIPE OP7fONj :` 1
� 5H'f 22
�.�- DEEp ANQDE bROUN�BE� (C303 PIPE OPTIONj 1
sHrc az
\�
NOTE: FOREIGN LINE TEST STATIONS UTILIZED OisiLY
FOR METALLIC PIRf CROSSINGS. HbPE & PVC PIPE
GRQSSINGS I70 NOT R�Qi11RE A FOREIGN LIIVE
TEST STATION.
. �°�� 0 F ��q��
� � , •.; �,9���
.�
. A. . �KR
. ;... .5 .93.. ....'....
I
� ��` �'��G�STE��'�����'�r�
�n�c�r.:•••......•;.�C� .�+
I �
2n2z.o4.o7
2U22.04.00
.. _ . _ _ 15SUEU FQR R�VIEW
REV1910N OESCRIP710N
ETY LE • THIS OOC{1MEFfT boES NUT REFLECTACNAL SfTE OA.8U65UAFAC6 CLENT
60N�IT[ON9 Np BF�pLL Np7 9E pEL�E� 11PON KOFi TFiE I,pCA710N OF ANY 11TILITIE5,
GIIRREN(S, HAIflRp9 pR OTHER CON�IT[ONS Wk{EftE 7F{E yvqAK !S TO BE
PERFORME�. �NOERGROUNp STRUCYIlR�S pNp IfI7;I71E3 MAY 9F, PRE9EIST 4NiICH
RRE NOT pOCUM�7{TE� OR LOCATm. THIS OOCUMENTlB F�RThIER BUBJECT T(3 ALL
6PF�7Y N�$ 9E7 FaA711 FIEqEIM,
N0710E:iHI5U0CUMENTISPFtELIMINPJiY,PRFPARE�FdRAt1MI7EdPUF�9E,IMREL[4NCE nTLf
uaaH iN�a+ww.noa weanoEo e� on�as, lwo �r�wo�o wk sp�c�rc r+aP��cnrloN
GNOER CERTAIN C�N�R10IV3. THIB OOCIIMIFNT, AND ANY pE51GN9 OR OETM.5, pAf THE
PR�PERTI' � COfUiPFlb CAMPANlE& ING 1W0 .SFV1L NOT BE CQpIEp, REPRO�UCEb,
TRAN$d11T€P. MOOIFlFD, REl,l�p UpON OR USEP FORAhN P1IRPOSE WRHOl1TYH� PPotlR
dJ'RE88 WRfRF.k YEAMI9510N OF WRRPAO, GqA11PCyp p0E5 NOT Wl4RRAIY7 THE
ACC.URAC1' OF INf'(JRMATpN �EPICTED ANbMSSI1ME3 NO LL491LJTY F�PNY llI+W.VTI�i9AIZE�
CAPY, REPf20�L1CTE0N,7R4M$IaIffTAL, M�IFICA7lW, i+EIWNLEOR 11SE FiEREOF. ANY k15E
REqE1FRE5 AN WOEp�7pEFIT �EfERMIN0.TI0N- BY A flUALIFEO 6�&lGN Pf2�7FE99NN0.L OF
YHE ACCURACY PN� Sl11TpB1�7Y OF AN1' flA7A, pF�GN, dETNL OA INFOWNlTION'�O 7W�
APNLICATION NC� COIV�IFION& FALLUF� TO COIAPLY MRY qE$11471N PROPERtt ONS�hGEOA
PERSOHAL INJl1Rl' t'OR WHICH COAi3PR0 SfNLl. HAYE NO LVSBIlJ1Y, F,I,EC7R(AVIG
�17WV5MI95�N GM.Y RESiJLT IIS EFRORS F6R WHICH CORRPROASSl1ME8Id0 [Y�8lLRY.
T�AGU� NALL & PERKIEVS
WES7SIDE II! 24-INGH
WATER TRANSMISSION MAIN
TE57 57ATION iNSTAL.LAl'fON
PLAN
5TA 84+00 i0 89+00
�
GRAPHIC SCALE
�f7 0 70 26 �Q
�,: �,���Q�� rr�rr���r�
5tmnger.Setur. intrastruclure:
�ftAFf F)ATE DR4iNN B1'
(YYYY.MM.00J Q �.Q Q
d�SI�IV�p 9Y tHECI(Ep BY
,�t�r�o. 34Q304T07 s�w� 'EI2" = 20' aev.
11MN9 N0. 9HEET NO, �
U30-$2113$4-C-019 19 n� 28
�
z
0
m
�
a
�
�
�
�
N
0
z
4
W
J
�
V
U
,�.:
�
j � �]�,����=�_ ��a•r��er�,r� �sx�� �� '�,
�� ��i��1�1�� I���� I
f'1l�14�kQ-il' i3��+_A7F�,x Rf.li.;�'.
r
' - '�£R d9��7J�"!f
- k r7 ti�.�l yd
-- - - � ' - - -- — i�- �-- � �— �- - � ' ' y TN7AC1,� _ ,' . � z
f j t � - — � - � ,
i � ' � - 3'?�'�7 ' ' " +�.r� � ..���� t t ' ��, . �. F - �--}��� .
_' -- � _ f.s',� - �,a . _ _ _ _ ._''¢��"'���--- - -� � - � � -�� — --� c1�C�f. ,
-- ��--.�.:� =.-�=1-.� � -_.�� - . � f: . _ - _ _ - _- �: _._�.. -_ - . �� - - - - - - �- - - . . . - - - _ . _ _
l ~ - �- - - - - - � ,- ...: :� ;�-'�`,-iy ; ��� - -�.,�:*::'��.--��„�. _� � .. _ _F� ri �?�� �-
' - _ - � �r:�-�+i- -,
� --- - - �- -� - LL�'`_ - - - .._ ,_�__ '
' ' - - - - � - -- �� - - : a4sk m* � �,y - - - .. . - - - - � ' - - - - - - - - -+= ��IkY ykrkxLz �wr.,i. i .
~ ~ . y� ._ _ — _ � � �II�� � _
. �a.----'-. ---------_ _- y'r: �_ � --'-
. . . _ _ . .. � i-c {tV.�l�'r.- i�i�tn.- „ � ii _�:
�
�
ORr RpNp1 L�.O, 7spaa I�mlied Ilo6➢tty oompo-ny
C.C.�2172I0769
H.T.C.T.
��� �o ���� ����� ��� �
�1 �� �� �� 1 �1 ���
CATHODIC PRaTECTf�N SYSiEM LEGEN6
aS (CTS)CASINGT�STS7ATION �--=-i
. __ SNi25
�1
' (FTS) FOREIGN LINE TEST STATION �
- 5hT 24
��
(ITS)1NSUL4TING FLANGE TE5T STRTIQN 1
SHT 25
(ATSpANOOE 7EST sTATION (pUCTILE IRON PIPE OPTIoNy s-2
SHT 23
�(P75) pOTENTIAL TES7 STATIQN {C3D3 PIP� OPTIDh!) F- =--1`�
SHT 24
��
� AIR�OOI.Ep RECTIFIER (C303 PIPE QPTION) �
-- sFrr zz
�
DE�P ANO�E GROl1NQBED (C303 P1PE OpT10FV) 1
SHT 22
ti/
IVOTE: FOREIGN LINE'I'EST STA710PI5 ilTILIZE6 ONLY
FpR AM1ET,4LLEC PIPE CROSSINGS. MOPE & PVC PIPE
CROS51NG3 d0 NOT REQUIRE A FpFtEIGN LIME
TEST STATIOkF.
�
m
�.P�E 0 F TE�
7,
. A . ,:.KR�
� 5 93
� •�� � Q
�,[�'��F��s�E��.•
L`..�r.. ...... '���\C
�,�..,�,
�
2022.04.07
zoz2.aa,as
„ ,,, _„ ISSU��FORREVIEW
REV4510N �EBGRIPTI�N
HAFETY ARERT: 7MI8 60CUMENT {i0E9 NOT REFLECT ACT�AS. 81FE OR S1183URFACE CiIENT
CON41iI0N8 �� BFWLL NOT HE AELIEO UPON FOR TFEE LOCRTIaN oF hSCY 11rILIl1E9,
CIIRREMS, HAZAROS OR afF;ER CaNOTf1aN6 Nh4ERE TiiE 4VOFlIC IS T� BE
pERFqRM�9. UNpEppApUH� STRUCTIJRES ANQ LfPIW17E9 MpY BE PRESENT WHIGH
ARE NOT �CUMENTEtl oR LOGATEa. T}IIS �OCl1MENT-IS FLIATyEf2 &lIB,IECT TO ALL
SAF�.TY Iy�TEB 36T FORTH HERF�N.
Up��ORN�A7�DN PROV41� BY �7NERa,�AN��NiENDEO FOA SPE1Cp�'IC�APPI.1('Al[aN Ti7LE
UN�ER CERTAIN C�NORi�N3. THIS �OCUMENT� AN� ANY IIESIGNS OR {IECAfl.6, tiRE 7FiE
PAOPERTY OF LORliPRO [;OMpp;{fGS, ING ANO SHPLL NOT BE f�PIFJ7, REWtOd10Eb,
TW�NSMIfTE�, M�FM71F�, RELIFD UPON OI2115E6 FOR qNY pLPP03E WITHOUT THE PftlON
exaaEss vr�rn� p�t�sssiow oF cow�aao. ca�r�eRo oa�s uaT wnwznrrr nie
a.ccuw�cr oF n�Fow�anou p�vtcrentimnnssu�s no uaeu.rn wat�rrsr uwarnoa�o
fY
C�PY, REPR�llCT�ON, TRANSMfTThI, MO�FlCATIOW, REIWNCE QR USE HEREOF.MfM USE
�awr�s nN n�oea�Nr oN�xMiw,rroiu ex n aunuF�n o�cN Pao�ssian.a� aF
THE ACCURACY ANp BIIITABRJTY OF ANY OATA, �EBdGN, dETA}L OR INf�OFMATION F0�1}iE
��G4710NN�0 CIXJq1130N3. FAILURE TOGOMPLY MAYRESI}LT W F'ROF��YIY�l4MAGE 6R
P�RSONAI IA6111M FOR WHIGF3 GOFiHPRO BhW.L WtVE PIO LL461flfY. ELEGYRONIC
TRhN$MI551�1 M4Y pESIlLT W EARORB FOIi WHICH C,ORRPjiaXBSUMEg NO LNHAfEY.
'�-4-4�fN�uw es- ' j
� K SB397Di�9�
ti:427694�.87 '�_
� �
_ ���� ���� .
� �{.F� --
' __ —fi -' �
�.-�.�.k � ------ .
� ���.�rt .--- .- _ . �t -.
TEAGU� NALL & PERKfNS
W�STSID� lil 24•INCH
WATER TRANSMIS5ION MAIIV
TES7 STA710N INSTALLATIOiV
PLAiV
5TA 89*40 TO 94+00
Q
�
�1
�
N
�
�
�
�
b
d
�
GRAPHtC SCALE
� � TO 2p �p
�� ���l���•
5trangot. Salor. iefre5tructore;
�YYYY.MM.�O�
�ESIGNEO BY
U30-B211384-C-Q20
,f"L3���i3Fi}.
N BY
F. Moren�
SE� BY
G Lehmani
r ow.winro No.
'!12" = 20' R�.
"Na. �
20 oF 28
�
z
0
w
�
�¢
�
�
�
�
a
�
M
X
O
0
u
Q
U
I
1
�
��� . .- �
� _• _��'tur�+�:r1�r = —= • �POi�f1�T�Yi H�1P �W
Y? Y-�,e�,,.,��r�-�7'w".`___ �I� G�i+41�11�J�i� RQd1�
� ` � —
a
Q , I � �" � 'f � w '� . � B�yEli:� �!o
o � � � * ,� sr carc� - . , � _=
�1.J'! " "� 111i1C �II��{'
� �—���— - - ; — — ----- _ - - — � "' -- .._ — x — --
�---- — _ .,•?•: �_�__�_����� -_ � o�aa: +r �.
� I : ___ . f_.�_� .� ,�} .�
� __ _�_ ! `r . _.��� . — - - - -- - -- -- -��rF�r,,�-- - _'..� .
-a
� _.
�
}
S�ti
II
ytiM
17��
�4��
�I��
�I��
-,.l�i�
��#j
'�
� YALf �-----,-� �,i �ELY
rEL
� � naai7i
;� � - --- —. — — ._= . �- --��r _ -,-�� ���'� — -i�..��: 4 —.; T — — � �s__ �. .;�A;, �
� - - - - - - � - - - - _ . ._ � ''�'_ � � ��� ���' � }� i�' ... =� y . -�
� - - - - - - . _ _ _ - - - - �-c ���u��e ln„�r�r a��•ry'� . � - - - � � � ' ���: � _ . ` � � �
� �t������� sri-i=�_.L�—.�=,-- - _ __t_�,yp . �'"i .. �/
� _ _ � '4��.�,�.m��.Y. ��11�. � �'��k 1 � _
� . �= -re�IM1f1m4_w +h7l�ia[u�1f1 ie7' � � _ ' 'a � � -. { 'k �l ` -• ' .i �
T - . � � � � � � �T�. � � � � �+.r�'J _ ' ,
-��~. ia .�l l:i �'_ ' � . �_ _- f" . � , .� ' ' . - �� _ ,r, � �. � � '�� � '� �'.5r�'+�Yi�f
'�.a��_ h , �"��, � ' ' �� . .. '��.-'�:��.����}� ,���r��4 . . ' ; � "�� . � � • - �
F�1�4 ' - - ' � �� ' - ' - � 4+4 ' ' ; .-�
. . •w r`F��+w—._�4;-
�S�Q
?+�' �r�k= i �{�t,
. � K_.' .
CA7WQDIC PROTECTION SYSTEM LEGE�f❑
y� (CTS) CASING TE5T STA710N f^—�
_ , SFiT 25
_ ��
{FTS) FOPo�IGN LINE TEST ST/iTIQN 1
, SHT 24
(ITB} fN5l1LATlNG FI.ANGE TEST STAiION �I ' I
sHl' 2s
�i
(ATSj ANOOE TEST STA71�N {QIICTILE IRON PIPE OPTION) 1-2
SH7 23
� {PTS} POTENTUIL "1ESTSTATION (C303 PIPE OPTfpNj F=��'
SH7 29
�'� �i
AIR-COOLED REGTIFIER (G3t13 PEPE OP710Nj � - ` �
5HT 22
��
- QE�P ANOOE GROUNOBEb {C303 PIPE OPTION) 5�
\✓
NOTE: FOREIGN LIiVE TE8T STATIDNS lf�"ILI2�D ONLY
FOR MECALLIC PIPE CRQSSINGS. HdpE & PVC PIPE
CROSSfMGS IJO NQ7 R�QIIIRE A FORE[GN LINE
TEST STATION.
2022.04.06
.. _. __ ISSUED�ORR�NI�W
F?EVI910N �ESCR{P710N
�RY RNSCH LLC, o Taxae Ilmitad nooUlty campony
QC.(6Z17210158
"_ _ " 11pTY��_
� �� 4 ` � � � fkR f57
.Y iT]ki�hlM
•�� t ���rx��.n
�. .
� "� �
. � � �
` - �#'- �r
AF%ir ,$7
H fkYu'!r,
� � ��•fi � � i fl+Y�Y7F i
_ ` � 5 � ��F � �* *
�� � ��
w , � ��
_ _ _ ' � .�" _ • — � � M1 M1�*.� �
����■ ��g� ����� 11�1�� �
2022.04.Q7
§ Y A E : THIB OOCUM�h1f tloES NO7 REFLECT ACTUAL 61TE OR�SUB311pFACE CLIEN7
cqryp�71oN3 iLND SH4LL NOT 6E REL]E0� UPON FOR iH8 �OCqTfoN op AM� UTILITIES,
CUpREM9� �'a.2AR0.5 OR OTHER CON�ITIOi�f3 NMERE THE WOfil( IS To 6E
PERFflRM�O. 4N�ER6ROl1NQ �RI1C7Uf1E9�ANp I1fILRIES MAV HE� PRESENT WHIGN
AHE NaY OOCllMENfEO OR LOCATE�. THkB ODCUMEhlf IS FllftYHER BUBJEGY TO AI.L
SAFEIY Na'FEsBET FOkYH HErtEIN.
�THISW(�,�yENTFSPAEl1MINM1RV,PREFkREOFpRqLlMffkUYURPOSE,INRELWVCE TR�
IiPON WFORM4TIOA' PR0111�0 BY �OTIIFAS, hN0 INfEIWE➢ FOR SPEGFfC ApPLlCh'�ION
UNbfR G�RTNN CpA�pjRONg, iHly ppCUMEJT, AND pK1' o661GN5� OR OETAIIS, ME SHE
1+ROpER'fl' RF C�Fa7PRD COI�iPAME3, INC. ANO 6WLLL NpF 6E CAP�I7, pEpRppVG^O.
tsuNsa�rrrto, �oo�I�o, Aecrw uraer op us�a Fa� anir au�vose wmiour T+� awo�
�xar�ss wrsm�N �wuisswu oF wAnaHv. caz��rto oo�a Nar wnxwuur nie
ACC4pACY � iNFQRMAFIpN pEpl(;IFLt qNpA53UME8 NO WL&LIfY FORANY I1NAUri16fE1LER
LOM. REAR0011CTION� TRPN8h7ffTA1, NiAW1FlCk710N� REWWCE OR USE�NEREOF. M1Y U6E
AEp41R� AN W�EPENOENT �EfERMIWA710H 9Y A QUl11F�8 �ESIGM Ni�FE'SSIoN0.l OF
THE ACWF�GY AN8 SI1IT�ILl7Y �F NaV �PTA, bESiGN, OkTAI! dR INFORA'�AT10N Tp 7NE
h�PLIU71aN AAIR C(31CORlONS. FA1Ll1RE i0 COMPLYMAY RESSJLTIN fitOPFR7Y OAAMGE OR
FER901SAL IN3URy FOiS WFYICH CORI?PRO v^FV4LL HliVE NO IJABlLITY. ELEGT120NIC
TR/WSA95910N MqY pE5l1LT W ERRORS FORNMSCH COWtpNU ASSUMIES NO LL46A.iiY.
0? �97�R L4VE� ��'�'
7:09 � � '
; . .
,4 '� '�- �
� �. I
TEAGU� NALL & PERKIf�S
W�STSIDE III 24-fNCH
WATER TRANSMISSIQN MAIN
TEST STATION fNSTALLA710N
PLAN
STA 94+00 TO EN�
.,�r � �I
� f � 'r
�� .f"��NI��•
5trnngec 5ury InfrastruNure:
PROJECT NO.
U30-B211384-G021
�
� �
GRAPHIC 5CALE
. o m zo aa
. ±Y •,, i
��
. I "i
� I ' �
� � .
O�
� �
�
,��r51ni lfilrX �
1=1�
�sr rra� aa � },
-�ip��a ��
- , ITS (S7A 98+38)
x(INSTALL ISOLATION KITV
� �.�rr�.�t�
��,�p+��er�vFxrs rt�1
�5Y SIIY' 4ftliu .ua7 1,}',�Sp,�kY
��N',M !' �{
h���uLl'�Jifx1 aYl
hk1#' C.t�'kuH( 42 VAG,J
*���i�..�� ��
i�-i+�� �f.+.4R�? �'•,
�r'�V�i�rr� f,1Cii+��np'!
a- rwr ar,�,Mawqp
,� ±r[vo�� re� w r� .
��*rr��rct
REU.
��z° = za�
No, �21 af 28
�
Z
0
w
�
�
�
�
v
z
�
�
0
¢
U
SEE DEfAIL 2 FQR ABQVE GFiAD� DETAfLS
7" PVC VENi f'IPE
NATIVE 501L BACK �LL� �WIINSECT SCR��N
GRApE
# 3'
8" X 20' �
PVC
20'
�
IODE L�P,D WIRES TO AI�ODE PANEL
PVC HUB
BEN7DNlTf BACKFILL
1" NnN-PERFORAT�D PVC VENT PIPE
TQP OF COKE BREEZE COLUMN
1" P�RFORATE� PVC V�NT PIPE
HIGH 51LICON CAST IRON ANO�ES
(2684Z} 2.7"f� x 84"LONC, (TYP. B)
6"COMPACTEp
CftIJSHED SfiDNE
�
w
�a
LV �
�
CA�CIlVED PETROLELINE COfCE
BREEZE BACKPILL FOR ANOpE
COLUMN
1" PVC VENT
r- ' ti ANOD@ TERMINAL PAtdEL
.__.
TARFFiC VALVE BOX
CQNCRETE PAD-�
� �
6 6e e ��
�� e B �� s
+ —
� • °� .
g° Q : '
ae.
_ e' _4a, .. .
a - , . � ' �ae1
� tl
3" PUC CONOUIT WEiH
AND�E LEAO WIRES
r.rn:,ra
AC SERVICE �iSCONNECT
J�� AC UTILITY OUT�ET,
� � 115 VAC, GFCI
�7 AG: 315123� VOL75, 1 PWASE
DC; 30 VOLTS - 30 AMPS
TAPS: B COURSE, 6 FINE
AIR-COO�E� RECTIFIER,
GALVAiVIZ�b STEEL
ELECTRICAL ENCLOSURE
(W36"xH48"x024")
3I4"P1 x 16' LONG COPPER
GROUND ROD
. _ a. a
6
6 a . a
a e . Q
a' .
'O �. 'd � A •
2" PVC CdNDUIT
� #4AWGlHMWPE N�GATIV� CABLE I
SH.�.Zg i0 C3C33 WATERLINE, SEE THERMI7�-�
� WELb PROCEDURE
� REC1i�TER INSTALI.ATfDN
NQ. e AWGIHALAR ANOp� I,EAQ WIR�,
CONTINUQl1S WITHOUTSPLICE FROM
ANODE JUNCTION BOX {TYP. EA, ANOAE)
� �e"� HOLE
1 DEEP Af�OLD� GROUIVDBED
rv2022.04.08^ �SSl1E� FOR REVIEW
` '`P�� OF I'�����
� 'q ��
A . . KR
. :... . 5 .g 3. ... ....
4 : � •�/P
��� �`FSF�� S T ER� ����'.:
���� ��NAL E��
2022, 04.07
REVISI�N �EBCAIPTiON
�" THICK PHENALIC BOARb,
SIZE AS REQUIRED
MOUNTING BOLTINUT (TYP,)--�
MOUNTING CFfANNEL—
ANd�E LEA� WI
#4 AWGIhIM WPE
R�CTIFfER P051TIVE
� ANOPES C
� � � � 0 � � �
0 0� o a o c+ o
� O O� 6 R O a
� ANODE TERMINAL PANEL
9P.FETYAEERT: THIS DOCi1MEFiT WES NDT REFLECY qC7l1A,i 517E OR Sl1BSI1RFACE CLIGNT
CONDttIONs RN� BHALL NoT 6E RELIEO UPON FOR THE LOCq710N OF ANY t1TfLtTIES,
cURRENTB� HAZARU4 OR tlTHER COMtlkTIONs WHERE THE WORK IS 70 BE
P�AKaRMEO. UNqEqdppUNO 8TRi1CTIfRES AND 11fILITIES AIAY BE PRESEM VhIICH
AAE NDT OOCUMF�Ep pfi Lp�q7Ep. TNI6 QPCII7,SENT IS FLIRTHER SIIB3EC7 To q1,L
SAF�7Y NOTES 3ET WRTHHEHEiN.
�h48�WGUMENTI3pR�1.IMINNr1Y,FfiEPAAE�F6RALlM14[EOPIlRP03E,INHL�I.WJCE' F�,�
UP�I IVF'or+HwrKtry pRwmEo ev an�ERs, Nun IN7eNaEo FOR 5rEGFl0 aPPucn7it#+
UN�ER CFR'�WH CQMGISIphg: 7}N9 pOC11µENT, AFd6 ANY UESICh14 4� �PJLS, PRE FHE
PRaPFA3Y OF COqppRO C(3MPqNlES, INC. qNq SFW1L NOT BE �Alm. FiEPROqtD.CEO,
�` MSMITTFA. MOpfFIE�, RELIEO UPON DFt U5FA F�R MK PURP65E YYth'AUf 7FIE PR[OR
EXPR655 WR�iTEI� PEpMf,SSIPN pK WhRPRO, CARqPRO �OES NOT WANfiAh(I' TNE
,4ccuw�.c'r oF iNEaw+wnav oea�renallo assuMes taouaeiun Foaaar uruu�HOR�o
COPY, REP12��11C71pN, 7RqI�5N1[TTp.I„ MOAIFlCATION, RFLVJSCE OR USE NERkpF, pNY lS'c
REOIIIR�." Nd W flEPEN6ENT ��RMINP.TION �Y A WALIFIE� �E51GN PROFESSYO�WL OF
THE h6CU�'Y PNp SURPBLLITY OF AN1 D.ATA; OESIGN, �ET.4IL pR IFFFORMA710N TD 7HE
naRlCAri� NMro oouolnoNs. FAIwqEm CaMPLv n�wv riEs�n.rlN w4aPE[m oaMkG� pR
pEfiS`ph41L INJl1Ry FUR WHICH GORhPRO 5Nqt4 FfA4fc NO WN9ILRY, ELEGTRPMC
'fiiIWSMlS6i�N MAY RE5UL71N ERRORSrOR4VHICH�CORRPROA5SL1ME8 NO W401111Y.
� ����
�' `"�����i"�`�%� � � I
��,�„
3'
RED CI�UTION TAPE
�2" PVG COPIpU17 (BURIE�],
f21�GID GA�VANIZED STEEL
(EXPOSED)
�" THICK COPPER BUSS BAR •
O,n07 qHM SHUNi (iYP.)
TEAGU� NALL & PERKlNS
IC�P
CATHpDIC PROTLCTION SYSTEM
INSTALtATI�N DE7qIL8
C303 P�F'E OP�ION
#4AWG7HMWPE
(BLACI� PRdJ�CT
PIPELINE ANQ TESi
LEAd AND qRAIN
�
�aoa J������� �e��rr�.�rra
'atl'Ono-hf. �3�.^:. lPffd6tf[!C[UI'@:
PROJECT NO.
OR.qWlNG t�10:
u3a-Bz�
#4AWGIHMWPE (BLACK)
—RECTIFIER NEGATIVE
WIRE
GOPPER 50LDERLES5
r WG CONNECTOR ('FYP.)
PIPE �
EO BY
DRAWINO NO.
NO,
z2 oF 2s
y
X
O
�
�
�
�
�
s�
a
�
ti
0
x
0
n
w
�
�
U
NOTE:
i. PROVIDE SUFFIGIENT SLACKlN CABLES 70
ALL01N REMOVAL O� TERMINAL PANE4 FRDM
VALVE BOX,
CONCRETE
TERPhINAL PAId�L, S�E dETA1L
3" OF CRi15HED ROCK
/� ANO�E LEAO TD LOOP�o
'SHT 26� NEP,�ER GABk 6 SPLICE
�1 CONNECTION
#12 AINGITV4ffFMW ANOL7E
LEAfl WIR�, SOLID�
i4kH AWGINMWPE GpI.LECTOR
CABLE BLACi( (LOOPy
CAST IRDN LI6 MARKE�
��eP.TEsr°
3RT CONCRETE VALVE eOX,
1tl.25"6 x 72" 6EEP,
(INSIDE �IMENSIONS)
RNOn� TEST STATiQN
MR1AB-10LE
NOTES:
1. YR4Vf�E SUFFICIEiVT SLAGK IN CABLE5 TD
ALLOW REMdVAL OF TEf2MINRL PANEL FkiOM
VALVE BOX.
NEW i7UCTILE IRDN WATEF2 LINE ^— ^
�18 AWG COLLECTOii CABLE (LpOP)
IN 1" SCH. 40 PVC CONQUIT FROi�A
WAl'ER LINE TO FfRSTANODE
THERt�ITE BRAZE� /'1
GDNN�CTI4N5 l s �
(TYP. 2 PLACES) •SH� J �
#S AWGIHMUUF'E
COLL�CTOR CABLE
�—��� �T`�P•) �� � CulCu544 REF�REIVC� CELL, TQ
BE INSTAILE� AT P1PEL�NE O�I'TH
ANIJ 6" TO 92" FRdM PIPELINE
fkNODES {12 EA;CFE, 8a# HIGH POTEIVTIAL MAGNESIUM
ANOIJES, NOT ALL ANO��S SHOW FOR THE pL1RPOS�
4F C#.AftITYy ANO�ES i0 BE INSTALLE� AT STRiJCTURE
OEPTH IN A HORIZONTAL POSITION AND A MINIMIJM OF
5 FEET FROM pfPELINS
1 ANO�� TEST STATIQN TNSTALEATlON - SECTION
T & B SFA-KON TERPAI�3AL
CONNECTOR �AC1�-14
(TYP. 5 PLAEES)
#12 AWGITI/�THHN U�11-IIT�
(PROTEC7EC1 P{PELIi3E)
#8 ALNGIMMWPE COLLECTOR
CA6LE BLACK {LOOPj
� ,�E , 0 F T�
�
,
. . A .. .'.. KR
: .. . � .93.. .
` aiC���G�`�''���E��O
����.S�ONA��.E�t
2a22.oa.oe
.. _ . _ _ 15SUED FOR FtEVIEW
I•• � r
. .�
.�
•�I�
��
�
,2022.04.07
REYI3ION OESC(lIPTItlN
O,p? OHM WIRE
SHUNT
MACHWE SCREWS,
WASHER, AN� HEX
NU75
LEXAN TERMINAL.
soaRo
#12 AkNGI'MRTHHIV WHI'FE
(PRQTECTEb PIPELINE)
#14 AWGIHMWP� BLIJ�
{kEFERE[SiCE CELI )
curc�soa R�F�r��Nc� c���,
� �
6" TD 92"
#12 AWG/TWlfl-tW IKN�pE
LEA� WIRE, SOLia
6AF�TYA�RT: �}{� OOCl1MENi 06E8 NOT REFLEC7 0.CTUAL Si1'� OR Su88URFACE ����T
CON�TI'IONS ANp 3HqU, Nai 9E REL1E4/4PON F9R THE IACATION OF AtJY 1173�171�8,
Cl1RRENTs,. HqZARp6 OR OTFfER fAN�17lONs WHEftE THE WORK IB TO BE
PERFa[ZM�. VNO�RGRqUN� STRWCTFIRES AN�.IlfILInEB MAV BE PRES�NT WNIGN
ARE k0T DOCLMEMEO Op I,oCqTF.q. THIS I�oGuMENT 13 Fl1RTHER SLJ9JEC7 TO ALL
9ApETYN03E6 BE'{ F(7RTH HESiF3N.
NOTlCE: i}il3 ���[ �g p���pIMN1Y. pREPA#i W FQRAUMIlEO PURP65E. NJ RELIkNCE
UF4N UIFdRMATlDN PROVIOEO BY OTIiERS, AN� IN'fF1NtlEd FpR $pEGFIG l4PPCiCAi101� TmE
UN6gi� CERTNH GONOI7qSJ5, 7H19 OOCUMENT, AS-0D AtJY �E31CN5 OR �ET141L8, ARE 7HE
PASfPERTY OF CQPAPRO COMPANIEB, kdC. ANQ ShW..I NP7 BE COPIm� REPRODIICFD,
'fFUWSMITTc'o, MopIF�. RHlEo 11POw OR lF9Ea FOR M3Y PUAP03E WI7Hbvr mE PF�OR
EXPHE35 W�f7EN PEAMI$51pp oF Cp17RpRD. CARkPRO WE3� NOT WPRWINT 7HE
qGCURAGYOFMFpRMAilp,ypEP1CTEDAN�A53lF�AE51J�Lt4dILn'f WRAN1'I�NAUC1i0RIZE6
COPY', ItEP1�f�1C110N, T(lANSMFTTp.L, hIQpIF1CA'IION, RELNS9CEOR USE HEREOF. ANY USE
FiElli11RE5 P1�' �OEPFh�ENT l]ETEftMINATION Bl( A qIIAUFYEP �ESIGN PROFESS�NAL OF
THE AGC�IPAGYlSI� SIiITABILfI'! OF PNY OATA f1ESIGN, OEfAIL OR INF()klfMTqFt 70 TNE
hPPLIC�4TH]N AND CpJ�jfI0N5; FRILUNE TO COMpLY MhY FiE5I1LT IN PHOPFAIY OM�fADE OR
pER3pVytL INSURy Fai WHICH COAI7PR0 SHFLL HAVE NO I.IABIIITy. ELE,RRpNIC.
TRAHSUI351� MAV RESU�i IN ERRPRs K�RMIN�GH LORRPl20 ASSVMES Nq LWEILItt,
� IrYP.) �"`
2. ANDOES TO BE INSTALLED AT 5TIZUCTURE
�EPTH IN A HqRIZONTAL POSI71QId AN� A
MINIMiFM OF 5 FT. FROM pIPEUNE.
,o�o�
Z ANODE TEST STATION INSTALf_A�iION - PLAN
Bl1RIE1] Y�LLOW WARNING TAPE (3" WI�E�
THAT ftEADS "CAUTIDN BURI�d CATHO�IC
PROTEC710N CA8LE5 6ELOW
FIiVAL GRAU�
,, ,
24"
� ��
—��..1--- -- 3�,�
LOOPED #8 RWGIHMUVPE I�EApER CABLE, �
INSTALL LOOP 92" BELOW CABLE WI7H
ANOTHERGONNECTlON. c� � r�
2 ANOAE LEAD TO
5�.2� HEAf3ER CA6LE 5PLICE
�i
P}2EPAC1G4GE� 80 4s. HIGH
pbTENTIAL MAG�fESIUM A{VOD�
SP�CIAL BACKFILL
r CLOTH BAG
��� _ ���
^.� ��
6q„
� s�cnan�
TEAGUE NALL & PERKiNS �,� �������
5tronger. Salvti Infraeiruciure!
GACP
CATHODIC PRQT�C710N SYSTEM
IRlSiALLAiIDN DETAILS
pUCTi�.E PIPE DP710A[
5 FT.
(MIN.)
(YYYY.MM.00)
L13�-82113$4-C-023
� �rr�rt-�x
) �zs oF za
�„�__ pEfAIL
"` TERMINAL PANEL
�
O
�
�
�
�
�
�
�
0
z
O
�
�
�
U
NQTES:
1. APP�OVAL FROM FOREIGN 71P�LIN� COMPANY
M UST BE 06TAiNED PRIOR Tfl MAKI NG ANY
CONNECTI6NS TO FOREfGN PIPELINE.
2. PROVII?E SUFFlCIENT SIACK IN CABLES TO
RLLOW Ci�MOVAL OF TERMINAL PANEL FFtOM
vra�vE eax.
3. TEST STATION SHALL BE ML}UNTEb �IRECTLY
ABOVE THE NEW WATER L1NE.
4, NOT ALL FOREIGN I.IN� i.EADS WlLl.B� UTII.I�E�]
AT ALL LOCATIONS.
CONCRETE COLLAR
T�PoMiNAL PANEL, S�E D�TAIL "B'
3" OF CRUSNED ROCK
� THERMITE HRAZ.ED CONNECSIONS
SHT 28 (TYP. 2 PLACES}
ti�
PROT�CT�b PkPELINE
FOEi�IGN 5'ff2UCTE1FtE
CvlC4SO4 REFEREi+JCE CELL, TQ
BE INSTALLEn RT PIPELINE OEPTH
ANO e" T� 12" FROM PIPEL[NE
1 FOR�IGI� LTN� TEST STAiION INSiALLATION
T & 8 STA-KON TERMINAL
corvNECTo� #C1 a-14
{TYP. 9 PLACE5)
#12 AWGITVI�THHN UVHITE (PRO7ECTED PIPELINE
�`12AWG(fW THFiN GREEN (FOREIGN STRUCTLIRE
d`12 AWGlTW-THFiN REO (PROTECTED PIPELiNE
#12 AWGITW-THHEV �RANG� (FOREIGN 5TRLICTURE
�. 0 �- '"y�
� �P�� ' ��-r
, ,�
�
i�
A . KR
. . .5 .93.,
�� °� '�F�� S T ER��'����v
G
�� ������ zo22.oa.o�
4'�g 15SUED FOR R�VIEW
REVi5K)N b�'9.CqIp7�oN
3-RT CONCRETE VALVE BOX,
10.25"fd x 12" OE@P,
(IIVSI�E DIMENSIONS)
FOREIGN STRUGTUR6
FOREEGN STRUCFURE
CR5T IRON LID MARKEP
"CP-TEST'
#14 AWCilHMWPE BLLIE
EFEKE[VCE CELL)
kEX.4k
TERMINALBOAR�
MACHIN� SGR�UVS,
WASHEft, AND HQC
NIJTS
A1NG�TW-THHN WHITE (PRdTECTED PIPELINE)
AWGfTW-7HHN GREEN (�DRNGN STRUCTURE}
4WGITW-THHN RE� (FOREIGid STRUCTUR�
AWGffW-THFlN DRANGE (FOREIGN STRUCTURE)
S FE AL.� ' 7HIS pp�UMFM �OEb N07 REFLEGT ACNAL 917E oR SU9gURFACE CIiENT
cON�lfloNaldNO 3HA�L NdY eE R�11� 11PON FaR THE LOC,47laN �7F ANY UriIFf1ES,
CURRENT5, NAL4ROS Oq OTHEA WNOITION6 WHERE THE WORK IS TO BE
PERFORM�0. 11N0ERGRnUN+] STR�A."'NPES.4Np u17UTlEs MA� e� PRESEIV� WNICH
ARE NpT UOG�1MENfE6 QR LdCkTE�. THIS �OCIIMEIVT 19 FORTHFR� 9UB3ECF TO P1L
3AFE11' Nd�� 3�7 FPR7H HEREIN.
N07lCE '(Ff13 POCUMENf IS ppELIMWANY, PREPARED FpRA LIMITE� PSkbP06E, IN RELIANC�
11P�H W7FOI�7AilON PROVIIDEEO BY D7HEAS, AN� fk'TEHPE� FOR SPECIFIC l4PPilCAifON TITLE
0
UNC1@li C�RTAIN CAN01TI41V5. TH49 �EIIMENT, AND M'Y tlES1GNB DA �E'fAILS, ARE THE
pR(iPER1`f OF CppqPRD CpMPlSIIES, INC. pN0 SWWi NO7 BE COPIF�, REPAOOUCFD,
TRANSMffi�1`. M11�PIFIFA, FialFD 11pDN Of3 USES1 FORAtM FUS�09E 4YIT11�Uf 7HE PRI4R
exrr�ss rmir7ea� eewn�sspN oF oow�aao, co�riv ooFs Nor wwtwJrr �e
ppCUqp,�Y OF IHFpRMq7ipt{ pFp1C7Ep ANp AS9VIr�5 NO LIMBICI7Y FORMY UNAl17H0A1ZE0
CAF'M, AEPRWUC710N, 7R1lN5Mfl�N. MO�IFICATfON, RELWNCE OR L13E HEREaF. ANY USE
REWIRE6 !W W]EPENI3EidT 4ElERMINA'RON BY A Ol1ALIFlm �ES1GN PROFESSIONpL OF
3E
n+� nocusncr,wp surtpaiutv oF �wv onrA �s�cN, n�r1a ora iNFo�anoN m n+�
APPIJCAYI�N%WO CAN�ITIOHB.FMURE TOO�MIPLY ANIYRESULi�IM PROPQIN �RMAGEOR
PERSONN. INJVAY FOfi WHILH LOPAPRO SFNLL FWVE NO LWBILITY. ELECTRONIC
iRANSMISSION hMY RESU�7Ml E1�iE0R5 F�R WHICH CORRPR� A5SUME3 Np WkBILIIY.
CONCRETE C4LLAR
T�FiMINAI. PAN6L, SEE pETAIL "C"
3" OF CRUSHE� RaCK
A 8
CAST IRON LI� MARKED
"CP-TEST"
3-RT CONCRETE VALVE BOX,
1�.25"0 x 72" D�EP.
(INSID� �1MEPlSIdNS)
MOTE:
1, PROVIDE 5UFFlGIENT SLACK IN
CABLES TO ALLOW REMOVAL OF
TERMWAL PANEL FROM VALVE 60X
THERMITE BRAZEO CONkiECTI0N5 �
(TYP. 2 PLACES) SHT 28
�i
pRO7ECTE� pIPELIN�
CulCuSP4 REFERENCE CELL, TO
BE {NS'iALLED AT f'IF'ELINE D�F'7H
AIV[3 B" TO 12" FROM PIP�LIN�
Z �OTENTIAL TEST STATION INSTALLATIOEV
T & B STf�KON 1'ERMINAi
CONNECYOR #C1Q-1�
(i'YP. 3 PLACE5
#12 AWGlfV�THHN WHITE
(PR4TECTEU pIP�LINE;
� DETATL
TERMINAL PANEL
TEAGU� NALL & PERKINS
CATW4DIC PROT�CTION SYSTEM
INSTALLATION DETAILS
MONITORING T�57 STATIONS
I�XAN
TERMINAL BOARD
VIACHINE SCRE+NS,
JYASM�R, AiVQ HFaC
JUTS
�14 AWGIHMWPE BLUE
CufGuSU�4 REFERENCE CELL}
t2 AWGlTW-iHHN WHITE
'ROTECTE� PIP�LINE}
�� F��k����• C�i��J1C�
SSronger.SefeG Infrastrutluret
1WINO M0. SHEETi3D, �
U30-B211384-C-024 24 oF 2s
� DEf"AIL
1"ERMXNAE. PANEL
N
2
O
m
7
a
�
�
�
�
H
D
z
0
4
w
�
�
�
U
NOTE:
1. PROVID� SUFFICIENT SI ACK IN CABLES TO
ALLOW REMOVAL OF TERMINAL PANEL FIiOM
VALVE 90X.
2. #12 AWG SIiALL BE SOLID SING�E CONDUCTOR
WIRE.
3. �IB AWG SHALL BE STRAN�B� SINGLE
CONDI]GTOR WiR�.
COIVCRETE COLLAR
CAST IRON lJ� MARKEQ
"CP TEST"
3-RT CpNCRE7� VAI.V� BOX,
30:25"0 x 12" �EEP,
(INSIo� 61MEN5lONS)
T�F2MINAL F'ANEL, SEE dEfAlt "�"
3" OF CRUSHE� RQCK
TFiERNf17E BRAZED CONFdEC710NS �1
(TYP. 4 PLACES) SH7 28
��
U�iPROTECTE� OR EXISTIAlG pIPE�INE
CulCu504 REFERENCE CELL, TO
6E MSTAL�E� AT PIPELINE dEPThI
ANU $" TO 92" FROM PIPELIIJE
PROTECTEO OR NEW PfPELINE
ISpLftTION F1111VGE �-^_—�
SHT 26
tf
� INSULATlIVG FLANGE TEST STATION INSTALLATION
1 . ..
7 & B S7A-KON TERMINAL
CqNNECTQR #G1 a-14
(TYP. 5 PLACESj
#8 AWGITW-T#iHN BLACK
(LFNPRQTECTE� qR
EXISTINa PIPELWE)
#12 AWGff11WTHHIV BI.ACK
(UNPROTECT�� OR
EXISTING PIPELINE)
'(E . � F�..rE ����
�•• � •� �
..... ... ... ........
A . KR
5 93
�� °��: ���sTE�`��
��1�S��NAL .E�.
m
�n
2022.04. Q%
2022,04.D8
_ _ issu�b �o�x ��vi�w
#'14 AUVGIHMWPE B�U�
REFERENCE CHLL}
MACHINE 5CREW5,
WASHER, AN� HE3C
NU75
LEXAN
TERM1IIIlVAL BOARD
#6 AWGITW-THHN NMITE
(PROTECTEO OR
N�W PIPEI.INE�
#12 AWGffW THHN WHITE
(PRQTECT�Q OR
NEW PIPELINEj
REVISION bE8CRl1'710N
iJOTE:
1, PFiDVI�� SLIFFICIENT SLACK IN CABLES'f0
ALLDW REMOVAL O� T�FiMINAL RAfVEL FROM
VALVE sOX.
CONCRETE COLLAR
TERN11N7AL PANEL, S�E R�TAIL "E"
3" OF CRUSHE➢ ROGiC
CAST IRON LID MARKE�
"CP-TE$T"
ROAD OR
GAST IRON LIO MARK�D
"CP-TEST'
3-RT CONCR�TE VALVE BOX,
70.25"Ql X 12" D��P,
(IN51DE �EMENSiONS)
1E92 AWGffW-THHN WHITE, SOU❑
SiNGLE CON�UGT6R WIRE
3-RT CONCFtETE VALVE BOX,
10,25"pJ x 12" DEEP,
(WSIUE nIMEN510N5)
#12 RWGrtW-THHN Y�LLOW,
50LI0 SINGLE CONQIJCTOR
IMRE
C4NCRETE CdLLAR
TERM[NAL PPiNEL, SE� DETAIL "�"
3" OF CRUSHED RDCK
#i2AWGIfW-TWHN WHITE, SOLID
SINGLE CONUUCTOR 1MRE
A`•92 A1NGlTU�THHN YELLOW,
SDLI� SINGLE CONDUCTaR
WIRE
TFEER[vI1T� BRPZEiI��
GONNECTIONS ��{T28
(TYP. 8 PLACES) `�
CASiNG FIPE
Cu1CuS49 F2EFEf2EHICE CELL, TO
6E INSTRLLE� AT PIPEI.INE CIEPTH
AN� 6" TO 12" FROM I'Ip�LIN�
PROTECTEp PIPELIN�
CulCuSO�} FiEF�.RENCE CELL, t0
BE INSTALLE� AT PIP�I.INE �EPTH
AN� 8" TO 12" FI�dM PIpELINE
�CASED CROSSING TEST STATION INSTALLAlTC1N
T & 6 STA-iCDN
TERMINAL CONNECTOR
#C10-14 (7YP. 5 PLACE5}
#92 AWGlTW-THH1V 4NiiTE
(PROTECTE� PIPELINE)
#92 AWG/TW-TFEHN WH1TE
[PROT�CTEp PIPEI.INE}
BAFH�Y ALELIP. THIs b4CUMfM OOES NOT REFLECF ACT�,4L 61TE �R e116611qFACE ��ENT
EOh101{IOKIS AN� SHpLL �'07 BE R6LIED LIpoN Fa'R �}I& I.oCATTaN �F ANY UfILITIE3,
C1IRRENTS, FUl%ARfl6 OR OTHER CONOfTIONS NMERE THE WORK 13 TO BE
CERFqRMEfl. IINOEHGROUN� STRUG713R�5 ANO UTILITiE3 MpY BE PftESEN� 4NifCH
ARE NOT 09�VMENiEO L7R LOGA'I'ER. THIS ODCl1MEW1' IB Fklp'fHEE� 611gsEGT To ALL
&4fiETY N��S BEj'F'oRTH HEREIN.
NOT��.THISbOCl1MFMT13pR�11f.¢INARY,PREPARE6FbRALpAIiF�pSlfiPpS�,INRELVWGE ,nnE
UAON INFON�7P.IIOIV PROVI�E� BY {]THERS MIO PITEN�m FOR SPECSRC ARPLICAFION
11N�f2 G"cRTA4N OpFlF11pON5. iH15 90(:UM�Ii, M1A'4 ANY dESSGN3 �R �ETAILS, ARE YHE
PROPER7Y � ��OPRPAO COMPPNIES, INC. P11p 3FULL1 NOT BE CORE�, liFPRtltlllC,Ep,
7PWNSP+NTIF�� M1�1FI W, RELP�U 11PON OR U3ED FOR NdY PURPOSE W{THOUT hIE ARLOR
owrsFas wwrrek v�isspN oF caRaPRo. oowirrm ooFs r+or wr�wwr n�e
ACCl1F,4CY OF �NFOAAMTpN aEPICTE�AhfO ASSUME3N0 LIABIIJtt FORMf�f UN.4UTHORIZEO
ooav, AEPaoollcnoN� 7irANshArc3nt� MOOIFICAT1oN, R9.taNCE�oA 11sE NEREtlF. ANr USE
REWIRES AN MbEPEMOENT aE3EAMINa710N BY A a4fAWFl¢0 �EBIGN PROFESSI�NPL 4F
7HE AGfA1RACY ANo SURA81LfTY OF ANY �AT0. �RYGN, �ETPJL OR INFORhHT10N TO TNE
MPLICA710NANd tiC1NOFTI0N3. FNL4RE TpCfiMPLY MAY RE9ULTpd piiOppiTY pqMP,GE OR
pF,RgOlWL INJUAY FpR 4yHp{ GpRRpRO 561M1LL NRVE NO Lt4�LFTY. ELEC7fi0NIG
TPANSIJp9SI0N M4VYRESUL7IN FRRONB FOR WHICkE(51?fN�pOASSUMESNOLIABRIi'!.
MACHINE SEREWS,
WASHER, AND HEX
NUTS
LExAN
TERMINAL 60ARI]
#12 RWG(f W-7HNN YELLtlW
(CA51NGy
#12 AWGIf W-TNHN YELLOW
(CASIPiGj
7�AGUE NALL & PERKINS
CATHOpIC PROT�C710N SYSTEM
INSTALLATION DETAILS
NEONITORiNG TEST STA1"IONS
#44 AWGIHMWPE BLUE
FtEFEREIVCE CEI,I.)
�a l�o������
5{ranger. Saiar. IrAree�ructure:
nrPaaveo sv
S.Padden
PRaJECT N6.
saaso4�a7
tlFtAWING NR.
U30-B211384G025
�c�rt�re�
REV.
N.T.S.
Y, �25 oF 28
E pETATL
TERMiNAL F'ANEL
�„�_DEfAII � _
TERMTNAL PANEL
�
Z
Q
w
�
�
�
�
�
�
�
�
0
z
0
�
LL
�
INSULATING WASHER
WASMER
FLAMGE iV117 �
fNSULATJNG
GASKET INSULqiWG
/� SL�EVE FLANGE 60LT
� � � I11 111
#B AWGlI�fM1NPE LOOPED
HEAQER CA6L� (BLACK}
EXiSTIiVG WATER MAIM
PROFILE VTEW
�
. � • • � .
• •
• � i
: • ,''.+I�r, • :
�.., .�
♦+:' v
� ' ��' `� �
� �rtt�����t�� �
�
. • �� •
- � �
� . . . �
NOTE;
1. ONCE ISOI,ATIaN FLANG� KIT HAS BEEN
INSTA4L�p, A TEST SHALL BE PERFORME�
TO A55URE PIP�LlNE JOINT IS ISOLqT�II ONE
SlDE FROM THE OTHER PRIOR TO BURYING
N£W WATER iV1AIN
, �� � � �
� ��
� �
� �
� �
�� �
� m ��
WSULATENG WASHEE. �y
�[� l`J
STEEL WASH�ft �J
TYPH "E" kNSULATWG
GASKET, PIPELINE SEAL
ORA?PRbV�p EL1L1Al
\\}g�-STE�L WASHER
� �
INSULA7IP]G WAShIER
--IIVSULATIIVG SLEESlE
BOLT TIGHTENING SE,QUENC� � IN5ULA7ING SL��VE AND ACCESSORTES-iSOMETRIC VIEW
�����.��� n_ INSUI.ATlNG FLANGE ASSEMBLY
�a`�� . 0 F TF���1�
� �:
�:
.. . A •.. .:.�R .�.�.
. : .. •5 •�3' i
'� °�'�F��sTE��:�'�
��� �S��NAL E�
za�2.aa, as
„ _ , _ _ ISSUED FOR REViEVII
��
�
�
2022.04.07
REVI810N d�sCRIP71tlN
SAFH�Y ALF�_ THI9 D6Cl1MENY �OE3 Npi REFLECTACTIIALSITE OR SUBSIIliFAeE CLIENY
CDNORiONS AN� &HALL N4T BE REklEfl I]pOM FdR THE LOcATIPN OF ANY uFILJTIE'S,
IXIRHFJdfB, ��iOS OR OTHFA CAN�1Si0NS WHERE Y£1E WOliK IS TO BE
PERFORHfE�. UN6ER6ROl1N4 STRUC�l1RE3 ANR 1RILFflES MAY BE PRESENT 4MHICH
AIiE MOT OaGUMfI�fEO DR LOC.4TE�. TFilB �OCUMF.�7T IS� FURYNER bLBJECT T9 AiL
5pFETY NoIES�SET FORTW NEREIK
�iCE�'ftIR�C1IMEM'ISPAELIMFFi4RY,PREPARFDFORALWIf]�pPURP09E,INiiFJJANCE TmE
k1PON WFpRM4TI0N f'ftl7yilpEO 6Y OTHFR3, l3J0 IFfTB-00EO FOR 5PECIFIC ApW.ICAi1pN
UN�ER CF.�%dk CONOfTI0N9, THIB bOC�1N,F¢IT, ANb ANY OGS[GNS.OR �ETlJL& PAE 7FIE
PftOpF�ifY OF OORRpFtO COMpprylES, ING M'� &-NLL NOT BE C0�I�1?, REPRO�l10E0,
TRAN9MI7 fEO, MDDIHFD, RELEEp 11pON OR USEA FOR AN1' PURFOSE WRHOUT 1FIE PftlpFi
FY.PPE55 WRI(iEN PERMISSIOIJ OF CaRRPRo. COWtpito WE9 N67 wMNANr 7kiE -
ACCIIHACYOF IMFORAH47i0N �EPICiE� pND A65UME5 NO IJABILI7Y FORANY 11NAU'fl�#Xik:E�
OOPY. REFROWCSION� 1PAN°M7iA4 NA�IFlCATION� fi�IWJCE IXi i16E HEREOF.PNY U8E
fY"c4l11RES AN IN�EN�EM OEfEflMlNAiION BY A(1LL4lIFIFD pESIGN PR�ESSIQYML OF
n� accuw�cr arao surcngiurr aF aH,� anra oes��w, oEran oR wFaw�anor� ro n+�
A3�LICATlON1LNo Cp,ypil[pry5. FA6URE TO COMPLY MAY RESSILT W pRqpERTy pM7AGEqry
PF.RSOkAL FN.0.1RY FCIp Nry{tCH WRRPRO SHALL H0.VE h'0 LWBiIJEY. ElEETRpM1I[C
7RAH5Mf5SI0N MAY RESU4T IN ENWpRS F�R WHICFi CqlpWibA65UM� NO L44&Lf1Y.
COAT ENTiRE SPLIC�
WI7H SCOTCHKOTE
TWO LAYERS pF SCOiCH
33 VINYL'I'APE
TWO LAYERS DF SCOTCH
13oC RUBBER TA('E
SURNOY (CRIMPITy
COMPRESSION CONN�CTQR
#8 ANIGIHMWPE LOOpED
HEA�ER CP,BLE {6LACK)
#72 AYVG1iWffHW ANDpE
LF./hD WIRE. SOLI❑
2 ANODE LEAD TO LQOPEq HEADER CABLE SPLICE
T�AGUE i�ALL & P�RKWS
CAThEODtC PFiOTECiION SYSTEM
INSTALLATION DETAlLS
�+� �?�k���1r1• CI7t'Y�7T�J
5tronger.S�Fer. kntraa�ructure'
s]W4FT �,4TE pRA4VM 8Y
(YVYY.MM.00� O"�1
OESIGNE� BY CHECKED 8Y
C. L�hmann C. L�
APPR�VEDBY CLIENT ORRWIN6tJ0.
S.F'adden
pRafcr rlo. sca,�
3403p47D7 N,T.S,
nRAW1NGhto. S3iEETNo,
U3Q-6211384-GQ26 2E oF 28
�
�
�
Z
0
y
�
�
�
�
F-
O
Z
O
0
�
�
�
U
N07E;
ALL WATER LIIVE PIPE JdlNTS SNOULO BE BOI+l�ED
LlTILIZING A PAIR OF �A4 AWGfTHHN BON� CASLE5
THEFtMITE BRA2ED /1
t14RWGliHHN CQNNECTIONS Gs s
cae�Es {nrP:) RYP. 4 PI AC�S) �
PIP� JOINT
TL.FCcaaAITGf]nw�p �
1
i} 5��,�
CROSS
5
1
�i
#4 A'
CABI
TWO DUTER WRAPS FIELp
APPLIE� SPIRAL ROLLED
#2 ANlG STRAN�ED COPPER,
7HHN INSULATEp 80NU WfR�T
RUBSER GASK�T
f'IPE I.D.J LNpN-SHRINKGROUT
PI.AG�D (N FIELD
1I8" ll' �
I _ 3" MIN. LAP �
I�� ITVP )
CLF�Mf TO BARE METAL AN� ATTACH
�WITH 7F�IEF2MITE BIiAZED
CONNECTION
3 LAYERS PIANTAPPLIED
TAPE WRAP PER
SPECIFICATfON3
ZMITE BRAZE�
N�CTION5 ' SH` J �
.92 PLAC€S CA
VA1.VE
z�� �
,� 5H`�
LYTHERM FILLER STR]
6NE 1NNER 4VRAP FIELQ
Af'PLtED SPIRAL ftOLL�I]
CE.EAN TO BARE METRL AN� ATTACH �1
1MTH THERMITE BRAZ�p CONNECTION SiiT 28
��
NOTES:
i. STEEL BRNDING CI,�P i5 pPTIQNAL TO �ONp W1RE.
2. A M[NIMUM tlF TWO BOND 1MRE5 OR THREE BONDING CLIPS ARE
REQUIRED FDR RLIBBER GASKETEO STEEL PIPE. CLfPB ARE TO
BE PROVIDEO IN ACCORDANCE WITH �ETAIlS.
BONDED JOINT - O-RING STEEL PIPE
2022.04.08 135U�R FOR REVIEW
���� . � F r�4�
�?� • r��
�;
A , ;.KR�
' 5 93 �
�•�•, �
� ,.`FC ���, :
F .,, IS1�E, . G\
��� S�ONAL E��
Y
m
REV131PN �E9CRi?TION
1 JOINT BQNpTNG DETAII..S
[�
2022.04.07
118"
�
7=1� GA.�
8AF TY L8 T• THIS paCVMENT WFS No"F R�FLECTACT�IAL S�TE OR &�681lRFAGE CW�
C61 qT10N3 0.N0 BHAiL NOT BE RELlEO IIPON FOR THE 1.C�CqYlON bF ANY 117141Y�E$,
CIIRRENF3, HAi/1R�3 OR OTHER CANOIF16NB HMERE lHE W[7RH I6 T0� 6E
pER{pR�Efl. �M�ERG{EOl1N� sYRl1CTl1FE6 AN4 Ui14f17Es MAY 9E PRESENT Wj11GH
qpE IVp7 ppCl1MEMED OR LOCATE�. TW6-�OCIlMENT 19 FURTHEA SUB,IECT TO ALL
SAFETY NOTES SE'f FaRTH HEREIN.
H4$E: l}lISOOCVMENT IS PHELIMtlT#iY. PHEPARE� FORA LIMITE� PFlRPA9E, IN REL[4NCE
U�N INFORN�ATIdN PR�VI�EO BY 6TNER5, bJ1(7 lNTEN�EO FUR SPEGFIE MPLIC4TION TT�
UN�R CffiiAIN GONDI7WN8� 7HI$ �OCUMEF7T, AN� AM' �E8�GP73 OR f1fTA��-S. AR� iNE
PROPEAIY OF Cpfil'ipRp GpMPANIES, WC. AND 9FWii NOT 8E COPh"c0. RFPItO�UCm,
iFtpNglAlT'TEO, MO�IFI�P. HEUER LWOIQ Ofi USEo pp�pNY piiRpO5E�417THO17� THE PRIOR
E%P(iE3B WI�1'fEN PEHMIS310N OF CORRPRO. CAAAPRO OOES ISOT WMRANf THE
AaA1RAGY0F INFOlifyy{l1pF� pEplL�pqNp AS&Ukl�3 NO LLq91LITY FOAFWY IINAVTHOflIZE�
WP`f� HFPROPUCR�N, �N9M17TAL� MO�IFlCATION� RELIhNCE 4p USE H�OF. ANY� IA�
REQUIpEg NR M�EP@I�EN� OEfERMWAYION BY A QLIAL�IED DES{GN PROFESSIOtY4L OF
THE APCi1R0.CY RN0�3UR�11J1Y OF AN1' tlATA, �E51pN, �EI'M. pft INf0�AA7SON TO iN�
RPPLICP.TIONhMp GC3N�RIONS. FN€LNET6 GOMPLY MAY RESIILT M PROPERN �M7AGE OR
PER6qhl�4L INJURY FpR WHICIi CAI�RQ 5FA1L VWVE FPO LW90.1fY. ELECIRONSC
TRAHSAq551CN MAY RE511LF W EpRORS FOPttNHICH CaRRARO p88UME6 NQ W191L1'IY,
�\ THERMIT� BRAZEp
�SHT28' C�NNECTIdNS
`� (fYP.10 PLACES)
TLJGORIIITC ��A7C�
1
iT 28
�
#4 AWGfI'HHN
GASLES {TYP.)
P�TROLATUM 7AP�
� FLFXIBLE COIJPI,ING
—118" RAD]U5.
�PT, "A" 718"
�
7!4"
NaTES:
1. S7E�L BOPEbING CLIP:
MATERIAL SPECIFICATION -- ASTM A36 (Cdivlh�ERCIAL QUALITY)
CUT E.Ei�GT�! ---------- 2 1!2" 31N6"
Wf�TH-- - 1 114" t 7118"
2. LVTHERNI FiI.L�R STRIP TQ B� 1" x 1 1I2" WIDE TO OVERLAP SI�ES
�F CLIP.
3. GRINiP JUMPER OVER FILLER AT "A" TO COMPRESS FILLER CLOSE
AT PT. "A" AS MiJCH AS POSSISLE WITH011T CUTfINO FILLER PA�.
4. BONDING CLIP TO BE {NStALLED 1N THE INT�RIOR QF PIPE FQR
OIAMETERS LARGER THAN 30". FOR 3p" ANp 5MRLLER, HDNOIt�G
CI.IP IS TO BE INSTALLEf] ON EXTERIOR OF PIPE.
5, ARRANGE BON�fNG CLIPS ON TOP OF PIPE, 12 INCWES APART.
6. "CHR€E R�4LIRE0 RER JOINT (fYPICAL).
ST�EL BONnING CLIP
TEAGU� NALL & PERKINS
CATHO�IC PFtOi�CTION SYSTEM
IIVSTAI,LATION D�TqILS
�II�� BONDI�VG
�� A�n�'D�•
5[ronger, $afer. In(raslructura:
PPAFY 6ATE pR4WN BY
(VYYN.MM.U�) Z�2'I_'IO.OZ
GHECKEPBY
PROJECT{$O.
� C3 �!'�l �!"'L7
�W1N� iSD SHEET NO.
L13Q-B2113$4-G027 27 4� 2s
ELBOW
TEE
�
Z
0
N
�
�
�
w
a
�
�
O
z
0
❑
�
LLQ
Q
U
R�MOVE P[PE�lNE COATiNG,
FILE PIPE TO BRIGIiT METAL
AND GIRY ANY M015TURE 1MTH
A TOINEL.
3" TO 4" �+r�
I
STEP 'I
REMOVE SLAC3
� 1A7TH HAMMEf2
<:':,.;,:
STEP q
STRIp INSllLATION FROi�i
WIFtE {SEE NOTE N0. 1 j
STEP 2
ENCAPSULATlON 7�ERMITE WELO
COMPOUND CaNNECTIOPf
WELD GOATING. ��Ap ��
SEE NOTES 1 & 2
STEP 5
1 THERMITE BRA�ED CONNEGTlON
��� � F �,d���
-� ,,...... . �� �4
r � . '•9 � �
�.
A . �CR ,..
. :... . � .�3. ... ....
���� �F�l STER�� ����,
��� S�oNAL EN��
2022, 04, OB
„ ,,, „� ISSUEn PUR REVIEW
zo22.o4.07
REVI:31op pE9pRlpTION
�FETY ALE�` THIS ppCilMENf OOES NO'f REFLECT ACTIIAl S17E pR�3UBBLIRFACE CLIENT
CpN�ITI0N6 ANO BHALL k0Y 9E R�i,lEp VpON FOR THE LOCAT{ON OF qkY�uYILfT1Es.
CI}RREM& H47AR08 OR OTHER C4N�ITION6 WNEflE THE WORH IS TO BE
PERFORMED. UNOENG£{o4N� 6TR�1¢TURES AN� UT1LfTIES MkY�BE pREgENTY4M[CH
AN� NOT p4C11MENfEO OR LOCATEfl. 7Ht6 dRGVMENf 19 FIIR7HER SUBIFC"f TO ALL
&MFETY NOTES 8ET FUR7H HEREIN.
ND'EIGE 1HI5 WCUMFNFI9 PRFI�MIW�RY. PAFPPREpC-0RRUMITEDPURP0.4E, IN FIEI-IpNC�
UPUN IHFaRN.ATqN pRpVIOEQ. 8Y OTHERS, AN� IN7'FNIIi� FqR SPEGFIC APPLICA'flWl 71TI,E
unoea c�xrww caworrtobs. rHis nocuM�, arr� u�n o�s[cus mx nera�s, art� n�
PROPER7Y OF C�RRPRO C�MPpNIE6, M'C, ANp SHqU, 13pT BE COPIFD, REPRO�l10Ep,
7R1WSM1ffE�, MO�IF1Ep, FIFilEO 11PON OR 1I3E0 FOR ANY Po1Rp09� WI7H0UT THE PW6Ii
�%P�ESS WtZ1T�N PERMI35KiN OF CqRRfY2p, CORRPRO ➢OES NOT WqfbRANT THE
nccuruEv aF INFoPtMATIWJOEPsciEo NvoassVMEsrm uaslLr�' FORaMY unluurHoaIIEo
fAW� REPRO�UL'f10N� TRW�sMflTAL� Md4�ICATiON� RELNNCE OR G4E HEREOF.Ai1Y USE
REqWItF5 PN INDEpENOENT OEtERMINAiION 8Y A qGM-IFlE4 pESiGN RRQFESSIONAL OF
THE P;CCI1 W�CY MIEE SUITA61LffY OF ANY WSTq GESIqJ, �FyL Orz IIVFOAMAI[QN TO hIE
APPWf,J4TI0N AN� CONf7iIpN3. FALLVAE TO�COMPLy MqY'AESl1LT IN PROPERN �AR4VGE 0.�1
PE(i50NAL IMIUR� �pq WHILH COR7PR0 SFWLL WlVE No LlApIL17Y. ELECTRONfG
7AANSM�g91dN 1Alsl' AESUL7IN ERAORS F�R WHICH WAAPROASSUME$NO LN61lRY,
SEE INSEIZT
THIS �ETAIL �
I
HOLD UVELdER FIRMLY �
IN PV1GE 1NHILE
MAKING CONNEGTIpN
APPLY SPARK BUN
� AWAY Ff20M OpEfiATpR
1 //
STEP 3
� HAEJDLE
�GRAPNITE MDL�
STN't71NG POWO�fi
V1�E�D METAL
ME fAL �ISK
c EXPOSEC] COPPER WIRE
PIPE
Sl1RFAC�
INSER7
TEAGUE NA�L & PERKINS
CA7H�DIC PRb�ECTION SY51"EM
INS"FALLATIOIV qETAILS
TFlERNitTE WELDIIVG
�
�
NOTES:
'i. DUCTiLE IRON f'IPE TQ 11TILiZE IP I-fANDY CAP
4V�LD COATING.
2. BAR-WRAPPEU CONCREfE PRESSURE pfAE (C303)
TO UTILIZE PRQPDXY 20 EpOXY PUTTY WELO COATiNG.
�,� ������� � c�rrp�-tt`
Stron ger. 6aTer. Inlrastruclu re:
oRnwnrur
'f 1384C-028 �3ME��a�LB oF 2s f �